SOLICITATION NOTICE
Z -- Rebuilding of Gate 4 Support Systems and Opener at Waco
- Notice Date
- 3/26/2020 9:43:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0461
- Response Due
- 4/10/2020 12:00:00 AM
- Archive Date
- 04/17/2020
- Point of Contact
- Lynn Pettit
- E-Mail Address
-
Lynn.Pettit@va.gov
(Lynn.Pettit@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C257-20-Q-0461 Posted Date: March 26, 2020 Original Response Date: April 10, 2020 4:30PM CST Current Response Date: Site Visit Date: Questions from Solicitation and Site Visit: April 10, 2020 4:30PM CST April 2, 2020 10:00AM CST April 3, 2020 12:00PM CST Product or Service Code: Z Real Property Maintenance Etc. Set Aside (SDVOSB/VOSB): SDVOSB Set Aside NAICS Code: 238290 Contracting Office Address Network Contracting Office 17 2002 Scott Blvd. Temple, TX 76504 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. L/I# DESCRIPTION QUANTITY UNIT COST 1 Rebuilding of Gate 4 Support Systems and Opener IAW SOW 1 JB This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238290, with a small business size standard of $16.5M. The Network Contracting Office 17, 2002 Scott Blvd., Temple, TX 76504 is seeking to purchase service to demo and rebuild Gate 4 support systems and opener electrical work at the Doris Miller VA Medical Center. All interested companies shall provide a quotation for the following: SCOPE OF WORK Rebuilding of Gate 4 Support Systems and Opener Requirements The contractor shall be responsible for providing all labor, materials, and equipment need for the services required to rebuild Gate 4 at the Waco VA Campus. Work performed will be done at the Central Texas Veterans Health Care Facility in Waco, at 4800 Memorial Drive, Waco, Texas 76504, on Gate 4. After all work is completed, the contractor will have a walkthrough with the VA COR and Operators to ensure all work is completed and ready to receive payment. The contractor shall provide all personnel, services, vehicles, transportation, tools, equipment, materials, supplies, facility supervision, administration supervision and any other item(s) necessary to perform and accomplish this service. The contractor shall be familiar with all the terms, conditions, and requirement herein contained. All work must comply with federal, state and local regulations. All work shall be done according to the Infection Control Risk Assessment (ICRA) specified for the respective areas where work is performed. Project Requirements Base Bid Demo Process Gate 4 Demo Process Demo Gate Opener System Disconnect and/or remove all power, openers, wiring, loops and etc. connected to Gate 4. Remove completely disconnect openers from the concrete pad. Openers will remain onsite. Must mark all control wires to Gate 4. Inspect openers and provide a list of parts need for repairs and updates to the VA Opener System. Demo Existing Track Demo existing concrete that holds the track system. Remove the track system from the concrete Remove any conduit stubbed into the concrete. Haul off all debris and trash per EPA removal process Remove Gate Panels Grinded all weld joints down for a smooth transition between joints. Remove existing rails and panels. Base Bid New Work Gate 4 Rebuild Remove Gate Panels Remount rails on gates using new U-Bolts facing in the correct directions. Install new channel iron on top of each gate panel to help guide gates through new rollers. Install weldable mounting boxes with 4 new 6 in. sealed bearing V-groove wheels. Install 4 new 6 in heavy duty guide rollers. Install New Support System Form and pour a new concrete pad fitted with an installed angle iron track for V-groove wheels. Route all conduits to stub up from the concrete pad within new base risers, this will improve the look of the gate, increase safety, and reduce tripping hazards while protecting surrounding openers Rebuild Gate Opening System Inspected all marked control wiring and replace if necessary. Inspect existing opener and repair. Install the following: 2 new radio receivers, 2 new 12 in. Hysecurity base risers, 4 monitored UL 325 reflective phone eyes with hoods. Install mounting posts for photo eyes and 2 seven-day timers. Make sure all connections are secured. Reinstall openers and reconnect all control wiring/control loop. Reconnect power and test opener system to ensure gate 4 is operable once again. At the end of the project clean up and haul off any debris, extra materials or waste that has accumulated during the project in accordance with EPA Guidelines and Regulations. Note: At the end of each workday, please clean-up all worked in areas. Contractor will perform a final walkthrough with the VA COR or Alternative when completed. A. Program Office Points of Contact: Contracting Officer s Representative (COR):� Rene Flores, Engineering Tech (COR) Engineering Service, 254-297-3722, Rene.Flores2@va.gov Alternative (COR):� Terry Rogers, M&O Supervisor Engineering Service, 254-749-8843, Terry.Rogers@va.gov Supervisory POC: Moses Briscoe, M&O Section Chief Engineering Service, 254-709-0523, Moses.Briscoe1@va.gov The following will be provided during final walkthrough. 3 two button visor remotes. Provide training to all essential VA Employees and Engineering staff about gate operations and settings. Coordinate with VA COR before the start of this service and completion. See information below: Government Holidays: The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day��������������������������������������� January 1st Martin Luther King's Birthday���������������� Third Monday in January Washington s Birthday���������������������������� 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������������������������������������������������� December 25th In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation.� In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked. Submit the proper documentation and reports to receive payment on this service. See information below: Invoices and Payment Payment to be made monthly, in arrears, following satisfactory performance by Contractor s personnel and upon receipt of a properly prepared invoice.� Contractor shall be required to invoice through the Tungsten System at http://www.tungsten-network.com/us/en/veterans-affairs/. Additional information regarding Tungsten shall be provided upon award. The contract shall have current registration in the System for Award Management (SAM) for this solicitation; URL: www.sam.gov. The invoice MUST be itemized to include the following information.� Any information listed below, and not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services performed. Unit Cost billed. Extended amount due. Invoice number, date, and; Contract and obligation numbers. Other Considerations The contractor shall be responsible for the verification of all requirements for this project. All measurements and conditions must be verified by the contractor. Any discrepancies between field conditions, project documents, and this SOW shall be immediately brought to the Contracting Officer s attention. The contractor will be required to submit a safety plan for VA review and approval prior to the performing work. The contractor must comply with the requirements for Type C/Class II (Lowest Risk) Infection Control Risk Assessment (ICRA). It is the contractor s responsibility to provide adequate documentation verifying that any equipment and/or materials proposed will meet or exceed all federal government requirements. Majority t of the work shall be performed during normal working hours unless other wised noted by the COR. Normal working hours are 8:00 am 4:30 pm, Monday Friday. The contractor will be required to submit a phasing plan prior to performing work. The phasing plan shall be developed and coordinated with VA COR. The contractor s supervisor shall always be available to address any needs the VA COR may have during the period of performance. The contractor may be required to coordinate work activities and shutdowns with VA COR and M&O Supervisors. The contractor shall thoroughly clean inside and outside of project site daily with contractor s own equipment, including vacuums, mops, buckets, wash rags, dust mops, etc. The contractor shall be responsible for the removal of project demo materials/debris /equipment from this facility when complete. Codes and Standards The project shall be in accordance with the latest Uniform Building Code (UBC), National Fire Protection Associate (NFPA) standard, Uniform Federal Accessibility Standard (UFAS), VA Specifications and Standards, and local facility requirements. In the event there is a conflict between any of the standards/codes, the more stringent standard/code shall apply. The contractor shall provide all applicable safety signage and barricades applicable to OSHA, VHA and DOD regulations. Contractor shall comply with VHA DIRECTIVE 2004-012 and all VA Center Policy Memorandums, including but not limited to the following: Protection of patients, visitors, and employees from traumatic injury, as well as occupational and facility associated infections. Compliance with OSHA and State construction safety regulations. Construction contracts require that the general contractor s on-site competent person have completed the OSHA 30-hour construction worker course and that all other general and sub-contractor s workers have completed the OSHA 10-hour construction worker course or other relevant competency training. The determination for training is based on the project hazards and complexity, State and Federal regulations and VA requirements. Verification of completion of training will be required prior to performing work. Compliance with EPA and State environmental regulations. SAFETY PLAN REQUIREMENTS Prior to performing any work, the contractor will be required to submit a safety plan in accordance with OSHA and VA Regulations. The safety plan shall include, but not limited to the following: Safety and Health Policy (i.e. company policy) Safety and Health Objectives (i.e. company goals, procedures, etc.) Job Site Inspections (i.e. safety inspection/potential hazards/prevention, etc.) Contractor Safety Administrator (i.e. competent person/safety officer) Personal Protective Equipment (i.e. head, hearing, and eye protection, footwear, clothing, gloves, etc.) Safety Rules (i.e. rules applicable to the work/task being performed, equipment, ladders, confined spaces, open flame, etc.) Job Safety Training (i.e. OSHA, safety meetings, etc.) 30 Hour OSHA Construction Safety Course competent person 10 Hour OSHA Construction Safety Course all others Safety Discipline (i.e. correction of violations, etc.) Hot Work Permit (i.e. responsibilities, procedures, etc.) Emergency Procedures (i.e. responsibilities, procedures, etc.) Written Hazard Communication Program (i.e. responsibilities, procedures, list of hazards, MSDS, etc.) SAFETY INSPECTIONS On a weekly basis, the VA will conduct a safety inspection of the work area. This inspection includes, but is not limited to the following: Means of Egress Fire/Smoke Doors unlocked, free of obstructions Means of Egress (includes Exits) free of obstructions and clearly marked Fire Alarm, Fire Detection, and Fire Suppression Systems. Fire Alarm Pull Stations are unobstructed Smoke Detector smoke caps in use, or removed at end of the day Hot Work Permits are current, in use Sprinkler Heads are unobstructed Housekeeping and Traffic Control Trash and debris are removed promptly and transported outside the construction area Floor mats and dust tack mats are located at the entrance to construction area Tools and equipment are properly stored Signs installed to restrict patient access (doors locked as needed) Dust control measures are in place Barriers are in place and properly sealed Hazardous Chemicals/Conditions Appropriate storage of hazardous chemicals MSDS sheets are readily available on-site Lock out/tag out procedures are in place Hot work permit is current and posted Clothing PPE is available and properly worn Clothing is relatively dust free with the construction area and patient areas The period of performance and contract completion is sixty (60) days after the notice to proceed (NTP). Place of Performance Address: Doris Miller VA Medical Center Postal Code: 4800 Memorial Drive Waco, TX 76711 Country: UNITED STATES Award shall be made to the lowest priced offeror whose quotation meets the requirements of the solicitation. Basis of award, price and past performance. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) Addendum to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.216-1, Type of Contract (APR 1984) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (DEC 2019) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) Addendum to FAR 52.212-4 - FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2019) (Deviation) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JULY 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) VAAR 852.237-75, Key Personnel (SEPT 2019) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2019) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-13, Notice of Set-Aside Orders (NOV 2011) FAR 52.219-28, Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (JAN 2019) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) This is an open-market combined synopsis/solicitation for construction services as defined herein.��The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). The VA is strongly encouraging all interested parties to attend the Site Visit scheduled on April 2, 2020, 10:00AM CST. Participants will meet at Doris Miller VA Medical Center, Engineering Building 24, Conference Room 14C. Interested parties must inform the VA of your intent to attend the Site Visit by email. Please note that interested parties will not be authorized to use this site visit to present or pitch their offer, services, or capabilities to any Government representative. Interest in Site Visit 36C257-20-Q-0461 notices must be received by Wednesday, April 1, 2020 at 2:30PM CST by email to Lynn Pettit at Lynn.Pettit@va.gov. The content of this notice should be as follows: Subject Interest in Site Visit 36C257-20-Q-0461 , the company name, the names of the representatives who will be attending, valid phone number and email. Any questions or concerns regarding this solicitation and site visit should be forwarded in writing via e-mail to the Contracting Officer at Lynn.Pettit@va.gov. Questions in response to this solicitation are due no later than April 3, 2020, 12:00PM CST. Submission of offers/quotes shall be received not later than April 10, 2020, 4:30PM CST. Only e-mailed offers/quotes will be accepted. All offers/quotes shall be sent to Lynn.Pettit@va.gov. Reference RFQ 36C257-20-Q-0461 Rebuilding of Gate 4 Support Systems and Opener on subject line of email.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1e62e6ea4e6d4570a3cda70afdd399af/view)
- Place of Performance
- Address: Doris Miller VA Medical Center;4800 Memorial Blvd;Waco TX 76711, USA
- Zip Code: 76711
- Country: USA
- Zip Code: 76711
- Record
- SN05601456-F 20200328/200326230145 (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 |