SOLICITATION NOTICE
N -- Services for Return Fan & Fan Coil Unit for the North Texas Health Care System
- Notice Date
- 11/20/2019 6:42:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0084
- Response Due
- 12/4/2019 8:59:59 PM
- Archive Date
- 01/03/2020
- Point of Contact
- Victoria Rone, Contracting OfficerVictoria.Rone3@va.gov
- E-Mail Address
-
victoria.rone3@va.gov
(victoria.rone3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Solicitation number 36C25720Q0084 is issued as a Request for Quotation (RFQ).SET-ASIDE: This requirement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.NAICS Code: 238220 and Size Standard is $15M. Introduction: The Government intends to award a firm fixed price base contract based on this solicitation.Description of Services: Contractor shall provide all labor; supervision and material to remove and install one (1) new return air fan assembly in B-24 A wing and one (1) new return fan drive. One (1) fan coil unit with Siemens controls for switch gear room in building 24. Contractor shall size all equipment to match existing or equipment for the North Texas Health Care System.Place of Performance: VA North Texas Health Care SystemSam Rayburn Memorial Veterans Center1201 East 9th StreetBonham, TX 75418-4059Type of Contract: A Firm Fixed PricePeriod of Performance: December 13, 2019 March 12, 2020The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters52.212-3, Offeror Representations and Certifications-Commercial Items52.212-4, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items52.217-8, Option to Extend ServicesThe 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.(End of Clause)52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right52.203-99 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).52.222-3, Convict Labor52.222-41, 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 Driving52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.232-33, Payment by Electronic Funds Transfer-System for Award Management52.237-3 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)52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)852.203-70, Commercial Advertising (JAN 2008)852.232-72, Electronic Submission of Payment Requests852.237-70, Contractor Responsibilities52.252-1, 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.htmlVAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR �125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.(End of Clause)852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.(d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of clause)852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement.(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.(d) 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 Contracting Officer to assess the Contractor compliance with the subcontracting commitments.(End of clause)52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)����� (a) Definitions. As used in this provision ����� Covered telecommunications equipment or services , Critical technology , and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.����� (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.����� (c) Representation. The Offeror represents that �����It will, will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.����� (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer���������� (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);���������� (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;���������� (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and���������� (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).(End of Clause)52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)����� (a) Definitions. As used in this clause ����� Covered foreign country means The People s Republic of China.����� Covered telecommunications equipment or services means ���������� (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);���������� (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);���������� (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or���������� (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.����� Critical technology means ���������� (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;���������� (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled-��������������� (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or��������������� (ii) For reasons relating to regional stability or surreptitious listening;���������� (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);���������� (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);���������� (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or���������� (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).����� Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.����� (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.����� (c) Exceptions. This clause does not prohibit contractors from providing ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.����� (d) Reporting requirement.(1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.���������� (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause��������������� (i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.��������������� (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.����� (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.(End of Clause)QUOTE SUBMISSION INSTRUCTIONS AND EVALUATIONS:RFQ QUESTION SUBMISSION: Questions must be received no later than Tuesday, November 26, 2019 at 9:00am CST. Email your questions directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25720Q0084 - Questions. There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. EVALUATION OF QUOTES: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.The offeror shall meet the limitation in subcontracting clause. The subcontract o vendor must be similarly situated in the same The offeror shall outline how they will be in agreeance/compliance with the limitations on subcontracting requirements in 13 CFR �125.6. Any quotes using subcontractors or teaming partners to perform any part of the work must show the subcontractor or teaming partner to be similarly situated as the prime. A similarly situated subcontractors or teaming partners is a company who has the same size standard and NAICS code as the prime offeror/vendor. Similarly situated entity is a subcontractor that has the same small business program status as the prime contractor. This means that: For a HUBZone requirement, a subcontractor that is a qualified HUBZone small business concern; for a small business set-aside, partial set-aside, or reserve a subcontractor that is a small business concern; for a SDVO small business requirement, a subcontractor that is a self-certified SDVO SBC; for an 8(a) requirement, a subcontractor that is an 8(a) certified Program Participant; for a WOSB or EDWOSB contract, a subcontractor that has complied with the requirements of part 127. In addition to sharing the same small business program status as the prime contractor, a similarly situated entity must also be small for the NAICS code that the prime contractor assigned to the subcontract the subcontractor will perform.Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across two (2) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows:Technical ProposalPast Performance Price Each factor will be rated as Satisfactory on Unsatisfactory . The priority to the Government of each factor is as follows: �Factor One is more important than past performance. Factor Two is more important than price. The combined rating of the non-price factors is more important than price. Then price. Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration. �Quotes with the highest rated combined non-price (Technical, Past Performance, Certifications/Qualifications) factors will be evaluated against price. Pricing will be evaluated in relation to the discernible value of the combined non-price factors to determine best value. �Quotes must be received no later than Wednesday, December 4, 2019 9:00am CST. Email your quote directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25720Q0084. 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:PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00011JOB________________________________Service to remove and install one (1) new return air fan assembly in B-24 A wing and one (1) new return fan drive and one (1) fan coil unit with Siemens controls for switch gear room in building 24.GRAND TOTAL__________________STATEMENT OF WORKOVERVIEW: Contractor shall provide all labor; supervision and material to remove and install one (1) new return air fan assembly in B-24 A wing and one (1) new return fan drive. One (1) fan coil unit with Siemens controls for switch gear room in building 24. Contractor shall size all equipment to match existing or equipment. REQUIREMENTS: RETURN FAN B-24 A wing AHU return fan is in the A wing mechanical room. The contractor shall remove old and install a new return fan. A roof hatch shall be installed large enough for removal and installation. All roof work must be completed by a certified roofing company. Roof hatch is to match existing manufactures specifications. The contractor shall ensure that all modifications for the installation of the new return fan shall match all existing systems components and meet original specifications. This includes ductwork gauge, electrical insulation and any other items to make this a turn key job. Removal of other systems component s may be necessary to remove or replace these fans. This removal and reinstallation shall be covered under this project. A crane will be required for this replacement. The contractor shall set up the return fan drive to provide temporary manual operation of return fan at 30%. Siemens shall setup new drive perameters. The new drive shall be tied back into our existing LAN for monitoring and changing perimeters. Siemens to provide set up and programming for existing EMS. Test and modify graphics as required. FAN COIL UNIT Contractor shall remove and replace/relocate one (1) fan coil unit and controls in Building 24 A wing s mechanical room. This fan coil unit will require chilled water-cooling coil and hot water heating coil. Modify/relocate ductwork as required and reinsulate to match existing. Install new Siemens controls. These controls shall be tied into our existing Siemens Energy management system. Relocate thermostat in the switch gear room. Install new return grill with filter. REPAIR DCTWORK Building 24 B and C wings ductwork located in the mechanical rooms requires repairs. B wing s supply duct s canvass connection requires replacement. C wing s supply duct s sheet metal ducting requires repairs. All areas to be identified on site visit. These repairs shall include the replacement of all insulation to match existing. FACTORY STARTUP Factory start up and set up is required for all new equipment. A factory qualified Drive Technician and Siemens will be required for startup. A startup drive test sheet shall be completed and turned over to the COR. Siemens will be required to modify any Apogee EMS programming or drive parameters to ensure proper operation. Siemens shall install new control and modify all graphics as required to match existing HVAC profiles. Minimal down time of the main supply fans will be permitted for replacement. System replacement must meet or exceed original specifications and operating conditions. Repairs/Replacements and tests include the following Line Items: Disconnect electrical and remove existing return fan, fan coil unit, motor assemblies/ductwork/insulation/drives/canvass connections and all other system components as need Install new drives, roof hatch, return fan and spring mounts, fan coil unit, ductwork motors roof hatch, all other system components as need and insulation as required to match existing.Repair ductwork and replace canvass connection. This shall include replacement of all insulation to match existing.Factory certified Technician is to set up drive for proper operation. Written results must be turned over to the COR.Siemens to set up drives and fan coil unit controls to match existing VA requirements.Factory certified startup is required on all new equipment.Startup documentation shall be turned over to the COR Written test results given to VA. This is a turnkey job. Job will require scheduling with a 1 week advanced notice. A preconstruction meeting will be scheduled prior to the start of work. Contractor is responsible for clean up during and after installation. Contractor is responsible for removal of all old components and construction debris from the job site. A Site Specific Safety Plan must be approved by our Safety Officer prior to the preconstruction meeting. This meeting shall be held in building 11 in the Engineering Conference room. A SITE SPECIFIC SAFETY PLAN AND RECYCLING LOG SHALL BE FILLED OUT BY THE CONTRACTOR AND TURNED INTO THE COR All equipment and materials require submittals and will be reviewed by the VA staff. Upon VA approval the contractor may proceed with procurement. Provide 1 year parts and labor warranty. Contractor is to utilize the following safety criteria which applies to this particular project in Safety Plan. SAFETY CRITERIA: Identify the VA COR over project Identify the contractor employee holding the OSHA 30 Hour Card. (The card needs to be carried while on site and no work will be performed unless their 30hour cardholder is on location) Identify that all other employees will possess an (OSHA 10) Hour Card when working on site. Spot checks will take place. Identify PPE that will be worn. At a minimum, hard hat and safety glasses will be worn at all times when inside the construction zone. Infectious Control and ILSM will be implemented during construction. Provide plastic barriers and or utilize a HEPA cart when removing ceiling tiles for construction or demolition. Provide tacky- mats outside of barrier walls of construction site. Infectious Control and ILSM will be implemented during construction. Provide plastic barriers and or utilize a HEPA cart when removing ceiling tiles for construction or demolition. Provide tacky- mats outside of barrier walls of construction site. All equipment used must be inspected by contractor prior to use each day and documented on a daily Equipment Inspection Log provided by the contractor. Contractor will provide an ABC fire extinguisher while on site. A Hot Work Permit will be requested from the contractor to VA Safety Service prior to any Torch work /Welding or grinding operations. Where equipment is being utilized on the ground level, a fenced in area should be provided with construction signage posted. While equipment is in motion, an observer must be present to protect pedestrian and vehicular traffic. Area within building must be kept secured and construction signage posted at all times. A Scope of the Project is required identifying start and estimated completion dates. Identify who and how contact will be made in case of an emergency or injury. Designate where an injured employee will go to obtain medical care. List phone number and address of medical facility.The contractor shall restore ALL disturbed grounds to existing conditions. All crane operations shall have an approved Safety Plan in place prior to a lift. (All plans need to be pre- approved by the facility Construction Safety Officer) ALL ITEMS ALL items discussed above are to be addressed in the Safety Plan and should be provided to and approved by the facility Construction Safety Officer in Safety Service prior to work being initiated. Identify all chemicals to be used in the scope of the project and provide a Safety Data Sheet on each product. These need to be submitted as part of your Safety Plan. All work shall be in accordance with current NFPA 101 Life Safety Code, Local and National Building Codes. As well as all OSHA and VHA Occupational Safety and Health Standards. The entire area must be cleaned at the end of each day. Equipment cut sheets shall be provided and must be approved by VA before ordering. 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 and asbestos free. (NO ASBESTOS CONTAINING MATERIALS SHALL BE USED ON THIS PROJECT). SCHEDULE OF WORK: The Contractor shall notify the Contracting Officer s Representative (COR) Mr. Earl Stoyer, Engineering Building 9, phone: (903) 583-6378, prior to start of work. The Contractor shall schedule work through the COR. The Contractor shall coordinate work with COR NLT 3 days before starting work. Work shall be complete with-in 90 days of work start. Other contractors may be working in the same area performing other work. The contractor shall execute work in a manner so as not to impede other contract work. HOURS OF WORK: The normal hours of work are 08:00 to 16:30 Monday through Friday. Work shall be performed during normal work hours. Work to be performed in other than normal hours shall be approved by the Contracting Officer s Representative. WORKMANSHIP: All work under this contract shall conform to the standards of these specifications. The Contractor at no additional cost to the Government shall correct work not meeting these specifications. Work shall be accomplished by mechanics skilled in the trade. DAILY PROGRESS REPORTS: The Contractor shall provide on a daily basis and no later than 9:00 AM, a progress report of work accomplished the previous day to COR Earl Stoyer, located in Bldg. 9. 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 his operations are conducted in a manner so as not to interfere with the normal operation of surrounding facilities. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall provide safety barricades, devices, and equipment to protect personnel and property and repair damage caused by construction operations. Take all precautions to protect the building and its occupants during the construction period. BADGES: All Contractors are required to sign in and check out keys at Building 11 Boiler Plant. Visitor s badges will be obtained and worn while on the job site. Badges and keys shall be checked in daily at the end of each shift. SITE VISIT: The Contractor shall visit the site to determine the full extent of the work. Failure to inspect the site will not constitute grounds for a claim after contract award. A site visit will be scheduled through the COR, Earl Stoyer, Bldg. 9, telephone number (903) 583-6378. DISPOSAL: Disposal of materials removed under this contract at an approved disposal site in accordance with all local, state, and federal laws, regulations, and guidelines are the Contractor s sole responsibility. The contractor shall adhere to all OSHA requirements concerning removal, transporting, and disposal of the material. Material may be disposed of in the proper VA container. See the COR for further information. (Refer to attachment A) CLEAN-UP: The Contractor shall keep the area neat and tidy and free of debris at the end of each workday. SAFETY AND FIRE: All fire and safety rules and regulations are applicable; NFPA and SBCCI dated 1999. The Contractor shall comply with EM385-1-1 dated 1987 for minimum safety requirements. The Construction Safety Guidebook (VHA Center for Engineering & Occupational Safety & Health) shall be used as a guideline. A site specific safety plan must be submitted by the contractor and approved before a preconstruction meeting can be scheduled. PERMITS: The Contractor shall be responsible for obtaining any licenses and permits and complying with any laws, codes, and regulations applicable to the execution of this work as required by Federal Government the State of Texas This is to be complete operational HVAC roof top system, turnkey within 5 working days 8 am thru 4:30pm Monday thru Friday. Any building modifications are to match existing. Demolished HVAC Unit and associated components become the property of the contractor and is to be removed from the VA Facility.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8edb40c801594cd7824a75ffeb0138eb/view)
- Place of Performance
- Address: Department of Veterans Affairs;VA Bonham North Texas Health Care System;Sam Rayburn Memorial Veterans Center;1201 East 9th Street;Bonham, Texas 75418, USA
- Zip Code: 75418
- Country: USA
- Zip Code: 75418
- Record
- SN05499392-F 20191122/191122043503 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |