Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2023 SAM #7759
SOLICITATION NOTICE

Z -- Install Lab Water Supply 610A4-23-508

Notice Date
2/22/2023 11:40:04 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023B0028
 
Response Due
4/12/2023 8:30:00 AM
 
Archive Date
04/19/2023
 
Point of Contact
Eric Sweatt, Contract Specialist, Phone: 317-988-1511
 
E-Mail Address
eric.sweatt@va.gov
(eric.sweatt@va.gov)
 
Awardee
null
 
Description
Install Lab Water Supply Project Number: 610A4-23-508 I. DESCRIPTION OF SERVICES: GENERAL: Contractor shall provide all needed labor, materials, parts (to Include system components), Supervision, Project Management, Equipment, Quality and Safety Assurance, and all other necessary resources required to run a redundancy water line to the labs analyzers to prevent an interruption of utilities during outages at VA Northern Indiana Health Care System Fort Wayne Campus located at 2121 Lake Avenue, Fort Wayne, IN 46805. SCOPE: To include: A. Contractors work and responsibility shall include all contractor planning, programming, administration, and management necessary to provide all construction and related services as specified. 1. Contractor Shall provide all related contractor administration services to perform the work such as quality control, contractor financial control, preparing and submitting required reports, and submitting necessary information as specified under this contract and within the individual TOS. 2. The work shall be conducted by the contractor in strict accordance with the contract, to include all applicable federal, state and municipal laws, codes, regulations, and directives and specifications. 3. Design shall comply with applicable sections of the Technical Information Library on the Office of Construction and Facilities Management (CFM) website www.cfm.va.gov. Project is to be designed to comply with the latest codes as outlined in the VHA Program Guide PG-18-3, Topic 1 Codes, Standards, and Executive Orders on the TIL. Contractor will be responsible for complete functional design and provide bidding documents meeting those requirements. 4. The contractor shall coordinate all shutdowns with the COR at least 3 weeks in advance of the shutdown. This shall include interior and exterior such as work involving cranes, taking parking spaces, utilities, and public spaces. 5. Representatives of the Contractor shall be required to attend a Pre-Construction Conference prior to scheduling work, mobilizing or performing any work for any issued task order. 6. The Pre-Construction Conference shall be conducted by the CO or the designated COR and will consist of a formal review of project requirements and establish the Notice to Proceed (NTP). 7. B. Contractor shall install a fully operational redundancy water line to the lab s analyzers. 1. Contractor shall provide an appropriate means of disposing of all waste from remodel. 2. Contractor shall provide an inventory of waste items by weight to the VA. 3. Contractor shall install a tee fitting on the water line bypass located in the basement ceiling outside room 44. 4. Contractor shall install an insulated ¾ copper water line from the bypass in the basement up to the labs analyzer water supply located on 2nd floor in room 249 5. A tee fitting shall be installed on the water supply for the analyzers in the lab. 6. Two valves will be installed on the line so that it can be isolated with one located at the basement tie-in and one located at the lab supply tie-in on second floor. 7. Valves Shall be readily accessible to maintenance staff. 8. Pipe shall be clearly labeled as lab redundancy water supply at both ends. 9. Contractor shall provide a detailed construction plan showing means and methods to complete the project to the VA for approval before the start of construction. 10. Contractor shall provide a detailed project schedule to the VA providing timelines and milestones to the VA for approval before the start of construction 11. Contractor shall provide the VA with an estimate broken down by line items and a schedule of values as part of their proposal. C. Regulations and requirements. 1. Work Shall be performed during normal business hours, 7:00 A.M. 3:00 P.M. Monday through Friday. 2. The Contractor shall coordinate project expectations with the subcontractors to ensure everything in the SOW and on the specifications and drawings is included in subcontractor bids and work is properly completed prior to the final inspection. 3. Contractor shall provide a site-specific safety plan. 4. Contractor shall provide a construction schedule before the start of work. 5. Contractor shall provide Submittals to COR prior to install. 6. D. Retainage. (1) The Contracting Officer may retain funds (i) Where performance under the contract has been determined to be deficient or the Contractor has performed in an unsatisfactory manner in the past; or (ii) As the contract nears completion, to ensure that deficiencies will be corrected and that completion is timely. (2) Examples of deficient performance justifying a retention of funds include, but are not restricted to, the following (i) Unsatisfactory progress as determined by the Contracting Officer; (ii) Failure to meet schedule in Schedule of Work Progress; (iii) Failure to present submittals in a timely manner; or (iv) Failure to comply in good faith with approved subcontracting plans, certifications, or contract requirements. (3) Any level of retention shall not exceed 10 percent either where there is determined to be unsatisfactory performance, or when the retainage is to ensure satisfactory completion. Retained amounts shall be paid promptly upon completion of all contract requirements, but nothing contained in this paragraph (a)(3) shall be construed as limiting the Contracting Officer s right to withhold funds under other provisions of the contract or in accordance with the general law and regulations regarding the administration of Government contracts. Formal review of project requirements shall include but is not limited to: Designation of COR, Task Order and Site-Specific Information, Infection Control, Interim Life Safety Measures, Safety, Badging and Identification requirements, parking access to premises and building; space for material and equipment storage; delivery of materials and use of approaches; and use of corridors, stairways, elevators, eating spaces, and restrooms for Contractor personnel. The CO will issue the Notice to Proceed before any work or mobilization is authorized to begin. Contractors shall clearly include the solicitation number (prior to award) or the contract number (as appropriate) on all documents submitted to the VA. TO Identification: After successful award of each task order the contractor shall clearly include the contract number, task order number, obligation number and project number on all correspondence submitted to the VA. The solicitation number, contract number, task order number, obligation and project numbers are displayed and be easily found on all official government documents issued by the VA. ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" II. PAYMENT FOR SERVICES: Payment is to be made in arrears by certified invoice. Failure to provide purchase order number on the invoice may result in the return of the invoice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d5ee199ae2d42f5be43a1bacfcbb6db/view)
 
Place of Performance
Address: Department of Veterans Affairs Northern Indiana Healthcare System Fort Wayne-Campus 2121 Lake Avenue, Fort Wayne, IN 46805, USA
Zip Code: 46805
Country: USA
 
Record
SN06597793-F 20230224/230222230113 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.