AWARD
Z -- SPECIAL Repair Water Main Break (VA-22-00060338)
- Notice Date
- 5/20/2022 5:42:42 AM
- Notice Type
- Award Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26322Q0421
- Archive Date
- 07/19/2022
- Point of Contact
- NCO 23 Contracting Officer, Shane Hilts, Phone: (402) 996-3527
- E-Mail Address
-
shane.hilts@va.gov
(shane.hilts@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Award Number
- 36C26322P0486
- Award Date
- 05/13/2022
- Awardee
- BKM CONSTRUCTION LLC LEAVENWORTH 66048
- Award Amount
- 110373.00000000
- Description
- Statement of Work Water Main Repair 1. PROJECT SCOPE: a. The primary objective of this project is to have a contractor identify location(s) of underground water line leak(s), repair broken water line, backfill, replace pavement, and haul waste off site. The location of this broken water line is South of building 6 (Dental). b. The Contractor shall promote safe practice by following all OSHA regulations and specification 01-35-26 (safety requirements). 2. PLACE OF PERFORMANCE: a. VA Nebraska-Western Iowa Health Care System, Omaha Campus, 4101 Woolworth Avenue, Omaha, Nebraska 68105 3. PERIOD OF PERFORMANCE AND SCHEDULE: a. All services shall be successfully completed during the period of performance from Award plus 15 days. b. It is anticipated that the work will be phased between normal business hours (Monday through Friday, 8:00 AM to 4:30 PM Central), after hours and weekends to accommodate the period of performance. c. The onsite evaluation services are anticipated to take no more than 15 working days to complete. The Contractor and VA Technical Representative shall agree on a timeframe for the work schedule. d. A detailed work schedule of the services shall be discussed at the preliminary project review meeting with the VA Technical Representative and other VA personnel 1 day after contract award. e. The services shall be scheduled to minimize the disruption to patient care, ER and dental entrances. It is required that ambulance entry and exit are not affected during repairs. 4. CONTRACTOR PERFORMANCE REQUIREMENTS: a. Contractor to provide equipment and manpower to excavate to water line leak(s) in parking lot 3, South of building 6 (Dental), in Parking Lot 3 adjacent to the Emergency Room. See Illustration 1. Work will include removal of pavement, possible curb removal sections as required to safely access the leaking water main. See below illustrations for approximate location. b. Contractor to provide equipment, materials, and labor to repair water line leak(s) causing damage to the pavement in the location referenced above. c. Contractor will excavate repair site deep enough to keep the water in the excavation adequately below the pipe and have pumps available to maintain the excavation water level below the level of the water pipe to avoid contamination. The interior of the couplings, repair pipe and other fittings used for the repair must be cleaned and washed with a bleach solution just before installation. Depending on the length of the repair pipe, a cloth swab soaked in bleach may be needed to clean and disinfect the interior of the pipe. Both exterior ends of the repair pipe must be cleaned and disinfected in the same manner as the water main ends. Care must be taken not to contaminate the couplings or repair pipe with soil or trench water during installation. d. Contractor will disinfect water in the water main after repair to achieve a chlorine level of at least 2 mg/L (200 PPM) for a minimum of 2 hours. After chlorine treatment, the water in the system needs to be flushed to remove air and/or particulates. After flushing, the level of chlorine remaining in the water cannot exceed 4 mg/L in accordance with EPA drinking water standards. e. Contractor to provide equipment, material, and labor to back fill the excavations around pipes upon completion of repairs. Material used to backfill excavations at must be suitable for the subgrade to support pavement and must be properly compacted. Backfill over the water lines and in the vicinity of the valve will not use excavated material that is saturated. f. Contractor will replace pavement, and curb sections removed for the work. Pavement work will take precautions to protect the work from subfreezing temperatures. g. 1-year warranty for all work being performed. h. The Contractor shall conduct a final review meeting with the VA Technical Representative and other VA personnel. This final review meeting can be completed virtually or at the Omaha VA Facility. During the final debrief the site will be reviewed for the above requirements. i. The contractor is responsible for setting up a barrier between the construction site and public to avoid unauthorized access to the construction zone. The pavement repairs and construction barrier should not exceed beyond the affected area. j. If any property damage is caused by the Contractor in performance of the contracted services, the Contractor shall provide the necessary repairs to the original or better condition at no additional cost to the Government. Illustration 1: Building 6 (Dental) piping repairs Illustration 2: Dental piping repairs B. CONTRACTOR QUALIFICATIONS: The contractor shall be licensed to operate excavation equipment. C. GENERAL REQUIREMENTS: a. Site investigation: The contractor will engage Engineering Maintenance and Operation Staff in surveying activities. The contractor will promptly report any discrepancies to the VA Technical Representative for clarification and if disruptions to patient care will ensue. b. Sustainable Principles. The Engineer shall incorporate green building and sustainable practices and elements into solutions to the greatest extent practicable. c. Badging. Contractor personnel who will be providing services on-site at the VA Facilities will be required to obtain a flash badge prior to beginning services. A vendor badge can be used in the interim and short term (during normal business hours). Documentation to request and obtain a flash badge will be provided to the Contractor after contract award. d. It shall be understood that, throughout performance of the contract, the Contractor s personnel, while on VA property, shall adhere to all requirements and regulations that govern the VA Health Care System and its property. e. Among all other requirements, the VA Health Care System and its property is now entirely smoke-free. f. COVID-19 Protocols must be followed. D. LIMITATIONS OF SUBCONTRACTING a. By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for Services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. b. An independent contractor shall be considered a subcontractor. E. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA) RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS a. Citations to pertinent laws, codes, and regulations such as 44 U.S.C. Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f. The Government Agency owns the rights to all data/records produced as part of this contract. g. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a89ad43e97d4e17ab2950756c47c31b/view)
- Record
- SN06333400-F 20220522/220521211342 (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 |