SOLICITATION NOTICE
H -- Waste, Drain and Vent Survey
- Notice Date
- 6/16/2020 7:58:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0943
- Response Due
- 7/7/2020 10:00:00 AM
- Archive Date
- 07/22/2020
- Point of Contact
- Peter Kim, Contracting Officer, Phone: (562) 766-2203
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Waste, Drain and Vent Survey 1.B. Description: VA Loma Linda Healthcare System requires a contractor to furnish all labor, materials, supplies, tools, equipment to inspect all the waste, drain and vent sanitary piping. 1.C. Project Location: 11201 Benton Street, Loma Linda, CA 92357 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0943. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: 30 days 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5630, revision 13 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 10am on Tuesday, June 23, 2020. Participants will meet at the four emergency generators by the loading dock. (south east side of hospital). Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Monday, June 29, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://beta.sam.gov/. 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 1000 PST Tuesday July 7, 2020 to peter.kim33@va.gov . Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 1.K.3.F. Copies of required license(s) / certification(s). 2. Statement of Work. 2.A. Background: The purpose of this contract is to ensure that all waste, drain and vent piping in the 1st floor interstitial, 2nd floor interstitial, 3rd floor interstitial, and the 4th floor interstitial are installed in accordance with the Uniform Plumbing Code (UPC), NFPA 99, Veterans Health Administration (VHA) Design Guide, Joint Commission Standards and any other applicable regulations. 2.B. Scope: Contractor shall furnish all labor, materials, supplies, tools, equipment to inspect all waste, drain and vent sanitary piping. Services performed shall conform to industry standards and this statement of work (SOW). 2.C. Specific Tasks 2.C.1. Contractor to survey and inspect all sanitary piping to include PVC, ABS, cast iron, etc. for proper installation, application, couplers, hangers, hanger spacing in the 1st floor interstitial, 2nd floor interstitial, 3rd floor interstitial and the 4th floor interstitial. Total piping in the interstitials. 2.C.2. Contractor to immediately report blatant violations and or imminent threat to life, limb or property. Contractor to document findings via photographs, narrative summary and recommendations. Contractor shall make references to deficiencies as they pertain to a code in the final report. 2.C.3. Contractor to identify any cross connections. 2.C.4. Contractor to also provide a line item repair cost for the repairs needed. 2.C.5.Contractor to remove debris daily and dump in approved offsite location. 2.C.6. Schedule with facility POC at least five (5) business days in prior to start of work. 2.C.7. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. 2.C.8. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. 2.C.9. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here 2.C.9.A. OSHA Regulations, www.osha.gov 2.C.9.B. NFPA, www.nfpa.org 2.C.9.C. Joint Commission, www.jointcommission.org 2.C.9.D. Uniform Plumbing Code, www.iapmo.org 2.C.9.E. Veterans Health Administration, www.wbdg.org/ffc/va 2.D. Contractor Qualifications: 2.D.1. Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. 2.D.2. State of California Master Plumber License or equivalent 2.D.3. California Business License 2.E. General Requirements. 2.E.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. 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 shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.E.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.E.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.E.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There are no designated smoking areas. 2.E.5. Work will be done on weekdays or weeknights (i.e., Monday thru Friday during the day,) (starting at 6am to 4pm for days or 4pm to 8pm for nights due to the requirement of load demand). Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, OI&T, and COR, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to initiate contract work within 2 weeks of contact by the designated VALLHCS Contracting Officer Representative (COR). 2.E.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.E.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.E.5.C. National Holidays: New Year s Day January 01 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 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.E.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.E.6. Safety 2.E.6.A. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.E.6.B. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.E.6.C. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.E.6.D. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.E.6.E. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.E.7. Insurance Coverage. 2.E.7.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.E.7.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.E.7.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.E.7.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated 06/05/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/05e3e0b2d2544ef7b3e1f37eedb2d9b5/view)
- Place of Performance
- Address: VA Loma Linda Healthcare System 11201 Benton Street, Loma Linda 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05692303-F 20200618/200616230204 (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 |