SOLICITATION NOTICE
H -- Boiler Plant Safety Device Testing Service for the Big Springs VA medical center.
- Notice Date
- 4/12/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office NCO 17;NCO 17 Network Contracting Activity;124 E. HWY 67;Duncanville, TX 75137
- ZIP Code
- 75137
- Solicitation Number
- 36C25719Q0579
- Response Due
- 4/19/2019
- Archive Date
- 6/18/2019
- Point of Contact
- Matthew.clements2@va.gov
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C25719Q0579 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a Veteran-Owned Small Business Set-Aside. The NAICS is (811310) and the small business size standard is $7.5 Million. In accordance with VAAR 852.219-11, any VOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote and at time of award. Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: Contractor shall provide all necessary labor, materials, supplies, transportation, tools/equipment, personal protective equipment, facilities, supervision, other items and non-personal services required to perform inspection, tuning, testing, calibrating, and adjustments of all burners, boilers and boiler plant controls See attached Statement of Work (SOW). Place of Performance: Department of Veterans Affairs, West Texas VA Health Care System, Big Spring, TX 79720 Type of Contract: A Firm Fixed Price Period of Performance: Base plus four (4) one-year options. Base: May 1, 2019 - April 30, 2020 Option Year One: May 1, 2020 - April 30, 2021 Option Year Two: May 1, 2021 - April 30, 2022 Option Year Three: May 1, 2022 - April 30, 2023 Option Year Four: May 1, 2023 - April 30, 2024 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.219-11, VA Notice of Total Veteran Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than April 19, 2019, 9:0am CST. Email your quote to Matthew.clements2@va.gov. The subject line must specify 36C25719Q0579 Boiler Plant Safety Device Testing Service. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Boiler Plant Safety Device Testing Service BASE YEAR: May 1, 2019 April 30, 2020 1.00 YR $ $ 0002 Boiler Plant Safety Device Testing Service OPTION YEAR 1: May 1, 2020 April 30, 2021 1.00 YR $ $ 0003 Boiler Plant Safety Device Testing Service OPTION YEAR 2: May 1, 2021 April 30, 2022 1.00 YR $ $ 0004 Boiler Plant Safety Device Testing Service OPTION YEAR 3: May 1, 2022 April 30, 2023 1.00 YR $ $ 0005 Boiler Plant Safety Device Testing Service OPTION YEAR 4: May 1, 2023 April 30, 2024 1.00 YR $ $ GRAND TOTAL $ _________________ The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. Statement of Work CONTRACT OVERVIEW Purpose: The West Texas VA Health Care System (WTVAHCS) currently has a requirement for a non-personal services order to provide inspection, tuning, testing, calibrating, and adjustments of all burners, boilers and boiler plant controls. Boiler plant consist of three (3) Clever-Brooks firetube boilers using Fireye burner management control system located in building 2 (boiler/chiller plant) at the West Texas VA Health Care System, 300 Veterans Blvd., Big Spring, TX 79720. EQUIPMENT DESCRIPTION YEAR BUILT MODEL # SERIAL # Cleaver-Brooks #1 1981 Cleaver-Brooks 200X-200 L-71375 Cleaver-Brooks #2 1981 Cleaver-Brooks 200X-200 L-71376 Cleaver-Brooks #3 1981 Cleaver-Brooks 200X-200 L71377 SCOPE OF WORK Contractor shall provide all necessary labor, materials, supplies, transportation, tools/equipment, personal protective equipment, facilities, supervision, other items and non-personal services required to perform inspection, tuning, testing, calibrating, and adjustments of all burners, boilers and boiler plant controls as described in this Statement of Work. The Contractor shall be familiar with all terms, conditions, and requirements herein contained in this document. Service Location: West Texas VA Health Care System, Big Spring, TX 79720 DESCRIPTION OF WORK Contractor shall provide qualified maintenance inspectors, labor technicians, equipment, tools, materials, parts, supplies, transportation, supervision, any other items, and non-personal services deemed necessary to perform inspection, tuning, testing, calibrating, and adjustments of all burners and boiler and boiler plant controls as specified below. on Boilers 1, 2, and 3 (Building 2) at the West Texas VA Health Care System, Big Spring TX, In accordance with BEI testing procedures. This shall be done every six months in accordance with a schedule provided by WTVAHCS. The WTVAHCS may extend the schedule for burners in limited service. Test and record the operation and set points of all burner/boiler safety interlock devices. Verify that the set points and operating points are within approximately 20% of normal operating parameters. Make all adjustments as necessary and record the new settings. The operation of a device must result in burner shutdown and/or proper alarm operation. All interlocks and safety devices to be inspected and tested on each boiler/burner/equipment, are contained in the most current revision of the VHA Boiler Plant Safety Devices Testing Manual along with testing procedures. Contractor shall cover all costs for calibrations of gauges, transmitters, flow meters and controls including all shipping, handling and postage. All materials, parts and supplies for corrective and emergency maintenance are to be paid for by the VA. Upon approval and funding the contractor can provide all parts or materials necessary for repair/s. All used parts are to be turned over to the boiler plant supervisor for evaluation. Period of Performance: The period of performance shall be a base year plus up to four (4) option years. Base Year 01May2019-30April 2020 Option 1 01May2020-30April 2021 Option 2 01May2021-30April 2022 Option 3 01May2022-30April 2023 Option 4 01May2023-30April 2024 Type of Contract: The government will award a firm fixed-priced contract. INSPECTION, TESTING AND CALIBRATION REQUIREMENTS: List of instrumentation and controls to be inspected and calibrated: Steam flow transmitters (all) Steam flow recorders/computer readout Flue gas oxygen sampling, analyzing and recorder/computer readout Boiler and economizer stack temperature transmitters and recorder/computer readout. Master steam pressure and combustion controllers Boiler outlet draft controllers Boiler water level controllers Feedwater deaerator and condensate storage tank water level controllers including overflow All pressure gauges, temperature sensors and transmitters All signal processing and readout devices List of interlocks and safety devices to be inspected and tested and adjusted to meet VA and BEI Specifications: Water Level Control Low Water Cutoffs Low Water Alarm High Water Alarm Overflow Drain System Pressure Containment Steam Safety Valves Relief Valves High Steam Pressure Limit Switches Hydrostatic Testing Fuel Train Safety Devices Low Pressure Fuel Cutoff Switch High Pressure Fuel Cutoff Switch Venting Between Automatic Gas Shutoff Valves Leak Test of Automatic Fuel Shut Off Valves Oil Atomizing Media Switches Automatic Fuel Shutoff Valve Proof of Closure Switch Burner and Air Train Safety Devices The Flame Scanner Low Fire Proving Switch Combustion Air Pressure Switch Purge Air Flow Proving Switch Burner Position Switch Forced Draft Motor Interlock Furnace Pressure Interlock Outlet Damper Position Interlock Forced Draft Damper Wide-Open Pre-Purge Proving Switch Pre-Purge and Post-Purge Timers Igniter Timer and Main Flame Ignition Timer Automatic Fuel Shutoff Valve Closure Time After Main Flame Failure Automatic Fuel Shutoff Valve Closure Time After Ignition Flame Failure Minimum Pilot Flame Test Control Air Pressure Interlock Flue Gas Re-Circulation Damper Set for Pre-Purge Low Flue Gas Oxygen Level Interlock Interlock of Outside Air Damper with Burner Management System REQUIRED TASK Calibrate oxygen analyzer. Test/Adjust Low Oxygen Level Alarm. Perform combustion analysis of boilers under gas and fuel oil operation. Calibrate/adjust fuel to air mixture. Calibrate steam, oil, gas, and feed water pressure gauges and transmitters. Adjust ignition electrode gap. Conduct a vibration analysis of blower motors. Operationally test all boiler safety devices Calibrate all burner controls Check vibration of burner fans Check furnace pressure and test high pressure cut-out Calibrate instrumentation, monitoring, control systems, and thermometers High-steam pressure cut-out (recycle) High-steam pressure cut-out (non-recycle) Check gas vent for leaks High-gas fuel pressure cut-off Low-gas fuel pressure cut-off Gas fuel safety shut-off valves proof of closure Leak test gas fuel safety shut-off valves Low-atomizing pressure for fuel oil High-fuel oil pressure cut-off Fuel oil safety shut-off valves proof of closure Leak test fuel oil safety shut-off valves Check operation of Liquid Petroleum gas pilot Low-pilot gas pressure cut-out Forced draft fan motor interlock Forced draft fan damper wide open for purge Boiler outlet damper wide open for purge air flow interlock Test/adjust the Timing for pre-purge, Timing for post-purge and Igniter timing Test/adjust Igniter Timer and Main Flame Ignition Timing Low fire position interlocks Combustion air interlock Main flame out; i.e., time to close valves Ignition flame out; i.e., time to close valves Minimum igniter flame test Scanner not sensing ignition spark Low-oxygen alarm and/or cut-out Calibrate all Burner controls All testing contained in the most current version of the VHA Boiler Safety Device Testing Manual shall be performed every six months in accordance with a schedule provided by COR. All testing is to be accomplished in accordance with the most current version of the VHA Boiler Plant Safety Device Testing Manual. All testing must be documented in detail, utilizing the testing documents in the most current version of the Boiler Plant Safety Device Testing Manual. and copies provided to the COR. Any discrepancies notated should be communicated to the boiler plant operator on duty and the boiler plant supervisor at the time of discovery. Any boiler specific requirements will be performed foreach one of the 3 boilers per visit. The Contractor shall have in good standing a Certificate of Authorization and R symbol stamp from the National Board of Boiler and Pressure Vessel Inspectors for the repair and/or alteration of boilers, pressure vessels, and other pressure-retaining items. The Contractor shall provide all necessary equipment and materials to protect personnel, furnishings, equipment, piping, and building from damage and or injury; Contractor shall move, remove, and/or replace movable items as necessary and shall replace any item damaged due to work performed under this contract, equal to its original installation, and/or finish at no additional cost to the government. The Contractor is responsible for his employees while on Facility grounds including any accidents while performing the service. All work shall be in accordance with all VA specifications and requirements. Work cannot be scheduled during heavy steam load periods. Only one boiler at a time can be out of service for the inspection, testing and calibration procedures. GENERAL REQUIREMENTS Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be issued via an amendment and/or modification in writing from the Contracting Officer to the Contractor. Contracting Officer Representative (COR): The COR will be identified by a separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. A letter of designation issued to the COR, a copy of which will be provided to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Contractor Responsibilities: The Contractor shall exercise extreme care to avoid damaging Government property such as buildings, equipment, trees, shrubs, or turf. Any damage to Government property by the Contractor shall be repaired by the Contractor to its original condition at no additional cost to the Government. The contractor shall restore ALL disturbed grounds to existing conditions. The Contractor shall ensure that all materials are new, free from defects, imperfections. The contractor shall be responsible for obtaining and coordinating the services of any and all third-party Contractors/entities performing other services on site as part of the contract to ensure the expected quality, timely delivery, and documented final product. The Contractor shall provide all necessary equipment and materials to protect personnel, furnishings, equipment, piping, and building from damage; Contractor shall move, remove, and/or replace movable items as necessary and shall replace any item damaged due to work performed under this contract, equal to its original installation, and/or finish. The Contractor shall be responsible for safeguarding all government equipment, information and property provided to Contractor personnel while performing the services described herein. The Contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Work Stoppage/Delays: The Contracting Officer shall be notified at the earliest time available, but no later than the next business day, via email of the Contractor's knowledge of any conditions which may adversely affect the Contractor's ability to perform under the terms and conditions as stated in the specifications of this requirement. For example, union strikes, vehicle problems, licenses, or anything that might jeopardize the terms and conditions of this contract should be reported to the Contracting Officer. Schedule of Work: The Contractor shall provide at least 14 calendar days notice to the Contracting Officer s Representative (COR) prior to performing the work. The Contractor shall schedule/coordinate all work with COR and must be conducted when the COR or his/her designate is available on site to monitor the work. Hours of Work: Normal hours of operation for The West Texas VA Health Care System (WTVAHCS) are 8:00AM to 4:30 PM Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site s normal working hours the contractor must submit a written request for approval to the COR at least five (5) calendar days prior to the proposed start of such work. When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also, included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Federal holidays include: New Year's Day January 1st Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Workmanship: All work under this contract shall conform to the following: The Contractor at no additional cost to the Government shall correct any and all work not meeting specifications. All work shall be performed by persons fully qualified and competent in the trade/work they perform. The government reserves the right to request training certificates and credentials from the contractor at any time during the course of this contract through written request by the Contracting Officer Representative (COR). Technician Qualifications: Technicians shall have completed at least a one-year trade school and have five years successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in design to the WTVAHCS plant. The COR may define and accept equivalent qualifications. Technicians shall demonstrate familiarity with and ready access to the current versions of the following references: NFPA 85, Boiler and Combustion Systems Hazards Code VHA Boiler Plant Safety Device Testing Manual, most current revision VHA directive 1810(1), Boiler and Boiler Plant Operations Technicians shall be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations, all calibrated within one month of the site visits. At facilities with programmable digital controls, the technicians must be capable of programming the controls and have the appropriate hardware and software for this. Daily Progress Reports: The Contractor shall provide a detailed daily field report of work accomplished the previous calendar day no later than 9:00 AM CST to COR. Working Conditions: The buildings and the surrounding site areas will be occupied, and Government operations will continue on a normal, temporary or restricted basis for the duration of the contract. The Contractor shall take all precautions to ensure that their operations are conducted in a manner so as not to interfere with facility operations of the West Texas VA Health Care System. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall isolate the work site(s) by provide safety barricades, devices, and equipment to protect personnel and property and repair any damage caused by construction operations. The Contractor shall take all precautions to protect the building and its occupants during the construction period. Clean-Up: Accumulation of trash, paper, wood shavings, sawdust, excelsior, boxes and other packing materials will be cleaned up as often as necessary and shall remove all debris from the property at the end of each work day. Government Furnished Services: Temporary electrical power and water may be provided by the Government at no cost to the Contractor from existing lines and sources at the site locations that are determined necessary for the performance of services described herein. The characteristics and source locations may be verified by a visit to the site. All other use of government equipment and/or utilities is prohibited unless authorized by the COR. Quality Assurance: The COR reserves the right to conduct any inspections or perform any tests deemed necessary at any time during the execution of the contract to determine conformance with the requirements of all applicable specifications. ADDITIONAL REQUIREMENTS Smoking: is strictly prohibited in and around all facilities, near flammable liquids and highly combustible materials. Smoking is only authorized in designated smoking areas. Security: All contractor personnel must report to the Police Service at the Facility and sign in prior to performing work and sign out after completion of work each day. All non-VA personnel shall wear security badge in plain sight above the waist during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. The Contractor is to coordinate with the COR to obtain the I.D. badge from the Police Service. The Contractor is to provide a list of all contractor personnel who shall be performing service on this project. Contractors found on Government property without an I.D. badge will be immediately removed from VA property by VA Police. Parking: It is the responsibility of the Contractor s personnel to park only in designated parking areas. The WTVAHCS shall not waive or make reimbursement for parking violations of the Contractor s personnel under any circumstances. Contractor vehicles found parked in VA parking lots will be issued a United States District Court Violation Notice and immediately removed and banned from VA property. Osha 10 & 30 -Hour Training Course: All Contractor oersinnel are required to have the OSHA 10-hour Construction Safety training certification. The construction safety manager and/or superintendent shall have the 30-hour Construction Safety course certification. Proof of certification shall be on site at all times. DELIVERABLES Performance and Payment Bonds: Due 10 Calendar days after Notice of Award Proof of Insurance: Due 10 Calendar days after Notice of Award Calibration Certificates: Certificate of Calibration for all testing equipment that requires calibration prior to each site visit. Calibration must have been performed no more than 30 calendar days prior to performing work. Proof of R Stamp: Valid Certificate of Authorization and R symbol stamp from the National Board of Boiler and Pressure Vessel Inspectors Due 10 Calendar days after Notice of Award WARRANTY: Contractor shall warrantee work to be free of defects and workmanship for a period a minimum of 1-year (365 calendar days), unless specified otherwise in the specs, from both the manufacturer and installer including parts and labor to include normal, premium or holidays hours. The Warranty period shall start on the date of acceptance by the VA. All warranties will be transferred to the VA. ACCEPTANCE For the purposes of Warranty and payment for the work performed at the location, government Acceptance will be provided by the VA upon the completion of all the following: The Contractor has satisfactorily performed all requirements as described in this Statement of Work. CONFIDENTIALITY AND NONDISCLOSURE The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this Order are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the contract. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. To the extent that the work under this contract requires that the contractor be given access to proprietary business, technical or financial information belonging to the Government or other companies, the contractor shall treat such information as proprietary business sensitive and agrees not to appropriate such information to its own use or to disclose such information to third parties unless specifically authorized by the CO in writing. A mutually agreed to agreement for exchange of sensitive information or nondisclosure agreement may be required. GENERAL REQUIREMENTS FOR PRIVACY INFORMATION: Information Systems Officer, Information Protection: The contractor will not have access to VA information system, computers, networks nor will they have access to online resources and information belonging to the government while in the performance of the services described in the Statement of Work. Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Records Manager: There will be no federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.]. End of Statement of Work NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q0579/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Big Spring VA Health Care System;ATTN: Engineering;300 W Veterans Blvd;Big Spring, TX
- Zip Code: 79720
- Country: United States
- Zip Code: 79720
- Record
- SN05280408-F 20190414/190412230039 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |