Z2DA--Booster Pumps

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Utah
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: May 19, 2023
Due: Jun 19, 2023
Solicitation No: 36C25923R0081
Publication URL: To access bid details, please log in.
Follow
Z2DA--Booster Pumps
Active
Contract Opportunity
Notice ID
36C25923R0081
Related Notice
36C25923R0081
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: May 19, 2023 08:52 am MDT
  • Original Published Date: May 19, 2023 08:48 am MDT
  • Updated Date Offers Due: Jun 19, 2023 10:00 am MDT
  • Original Date Offers Due: Jun 19, 2023 10:00 am MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 17, 2023
  • Original Inactive Date: Sep 17, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Updated Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Salt Lake City , UT 84148
    USA
Description View Changes

STATEMENT OF WORK CONSTRUCTION SERVICES Project Title: Emergency Booster Pumps Upgrade Project, Bldg. 43 Date: 19 APRIL 2023 Location: Bldg. 43, Salt Lake City, UT, George E. Wahlen, Depart. of Veteran Affairs Medical Center I. SCOPE OF WORK: Furnish all necessary services, equipment, labor, materials, supervision, and tools to perform construction services for the Project, entitled Bldg. 43 Emergency Booster Pumps Upgrade, located at 500 Foothill Drive, Salt Lake City, UT 84148 on the George E. Wahlen Department of Veterans Affairs Medical Center campus. The project is located within Building 43 (Underground Concrete Vault). The existing booster pump vault houses drinking and fire water pipe, y-strainers, motors, pumps, valves, gauges, electrical panel, and variable frequency drive (VFD) for the main potable water. There are three horizontal pumps (40 HP, 1,000 GPM each) that are in parallel, along with VFD s. The pumps are needed to increase the flow and pressure to the VA Campus, especially, the higher elevation rooms. The incoming city pressure fluctuates, however, averages 65-psi into the pump room via a 12-inch diameter carbon steel pipe. The pipe then splits into three parallel 6-inch pipes. Then the water discharges post pump(s) into a 12-inch diameter carbon steel pipe with a 30-psi increase in pressure to roughly 95-psi. The pumps should have the ability to work alone, or in tandem to meet the required fire and domestic water demands of the hospital/campus. The pumps should maintain the required output pressure, however, increase the output flowrate at any given time as needed. The existing butterfly valves are failing. Only one motor/pump is currently operational. Two VFD s are newer and working, however, the other VFD has failed. The motor/pumps are labeled Booster Pump (BP-1), BP-2, and BP-3. BP-1 is the pump lowest to the ground, BP-2 is the middle pump, and BP-3 is the upper pump. The motor/pumps report to Bldg. 7 Johnson Controls Metasys system. See drawings for this project for additional detail. The SOW & Drawings for this project constitute the project requirements, with details called out in one, and not in both shall be interpreted by the Contractor as though called out in both. The Contractor shall field verify all existing conditions, dimensions, equipment, etc. as needed to gain a full understanding of the project to deliver and execute a complete and quality project to the government. All new installed pipe/valves/pumps etc. shall be disinfected in strict adherence to American Water Works Association (AWWA) standards, specifically AWWA C651. The pipe system shall be flushed with clean, potable water until dirty water does not appear at the points of outlet. The system or part thereof shall be filled with a water/ chlorine solution containing not less than 50 parts per million (50 mg/L) of chlorine, and the system or part thereof shall be valved off and allowed to stand for 24 hours; or the system or part thereof shall be filled with a water/chlorine solution containing not less than 200 parts per million (200 mg/L) of chlorine and allowed to stand for 3 hours. Following the required standing time, the system shall be flushed with clean potable water until the chlorine is purged from the system. The procedure shall be repeated where shown by a bacteriological examination that contamination remains present in the system. It shall also be hydrostatically pressure tested. All new components shall adhere to ANSI/NSF Standard 61 & 372 for safe drinking water standards. Use dielectric flanges to minimize corrosion. A low-pressure cutoff shall be installed on the booster pumps system to prevent creation of a vacuum or negative pressure on the suction side of the pump when a positive pressure of 10-psi or less occurs on the suction side of the pump. This project shall remove and/or demolish the following: (6) 6-inch Butterfly Valves (1) 4-inch Butterfly Valve (3) 6-inch Y-Strainers (3) 40 HP Motors These shall be removed, sent to a manufacturer-authorized repair facility to be rebuilt, and shipped back to the SLC VAMC for spares. (3) Pumps (3) 6-inch Check Valves (1) 4-inch Relief Valve (6) 6-inch Carbon Steel pipe sections (1) ABB ACH 400 VFD (1) BP-1 Electrical Control Panel This project shall provide and install the following: (6) 6-inch Butterfly Valves (Stainless Steel Triple Offset Butterfly Valve) (1) 4-inch Butterfly Valve (Stainless Steel Triple Offset Butterfly Valve)) (3) 6-inch Y-Strainers (3) 40 HP Motors, (TEFC, 3530 RPM, 208 V, 3 Phase, 60 Hz, 324JM Frame, CAT. NO. EJMM4109T, 10G863Y652G1). (4) 1,000 GPM @ 100 Head Pumps (3 Installed, with one spare) (3) 6-inch Check Valves (1) 4-inch Relief Valve (6) 6-inch Stainless Steel pipe sections (with matching flanges, dielectric compatible, and new bolts/nuts) (1) ABB VFD for BP-1 (1) VFD / Controls Programming The following Valves/Motor/Pumps are highly recommended, or approved equal: ITEM DESCRIPTION QUANTITY ARI-52.016.0150.AG1 ARI-Armaturen Model 52.016.0150.AG1 6" ANSI 150# Double Flanged Bi-Directional All Stainless-Steel Triple Offset Butterfly Valve with Stellite 21 hardened seat. Zero Leakage in accordance with API598, API-6D and EN12266 6 YS61S0600 6" Titan Model YS61S0600 6" ANSI 150# Flanged A351Gr. CF8M All Stainless-Steel body and Screen Y-Strainer 3 CV51SSM0600 6" Titan Model CV51SSM0600 6" ANSI 150# Flanged Center Guided Globe Style All Stainless-Steel Silent Check Valve 3 EJMM4109T Baldor Motor ONLY, 40 HP, 3530 RPM, 208/3 phase, 324JM Frame, TEFC Motor 3 OR-Complete Pump and Motor Assembly listed below 322B-CC 5x5x7 In-Line Booster Pump certified under NSF-372 for drinking water and lead-free content. Model 382B-CC 40 HP 5x5x7A with Stainless Steel Impeller. Pump to handle 900 GPM @ 100' HD, 3600 RPM, 208/230/460/3 phaze, 324 JM TEFC Premium Efficiency Motor 3 NOTE: Lead time on above items average 6 8-week ARO. Also please note that the Baldor Motors do not include the pump end. The actual project demolition & new construction will need to take place during a weekend and be completed within 48 hours to minimize low water pressure downtime to the hospital. The Contractor shall coordinate any outages with the COR, a minimum of 3 weeks in advance. The Contractor shall communicate through the COR, with Facility Plumbers/Electricians as needed. The VA has the ability to bypass the booster pumps temporarily and still obtain water from the city, however, the pressure will be low. Thorough attention to keeping a secure site and keeping all items that could pose a self-harm risk or be used to hurt others must be always kept in locked construction site. Infection control requirements shall be adhered to at all times. Extra attention will be paid to working in a confined space; this extra focus should not result in slippage of adherence to general safety requirements. Any welding will require a Hot-Work permit. Contractor shall review all specifications and drawings and shall identify any issues to the contracting officer (CO), and COR before solicitation deadline. Contractor shall perform work as specified and shall adhere to Federal and State requirements, including standard practices for the industry and the State of Utah Division of Water Quality (DDW). The contractor shall meet the International Plumbing Code (IPC), and the National Electric Code (NFPA 70, NEC) .The contractor shall adhere to the following VA Specifications: 01-91-00 General Commissioning Requirements (Specifically Plumbing : Domestic Water Distribution ), 22-05-11 Common Work Results for Plumbing 22-05-12 General Motor Requirements for Plumbing Equipment 22-05-23 General-Duty Valves for Plumbing Piping 22-08-00 Commissioning of Plumbing Systems 22-11-23 Domestic Water Pumps 26-05-11 Requirements for Electrical Installations 26-24-19 Motor-Control Centers 26-29-11 Motor Controllers 33-10-00 Water Utilities 22-11-00 Facility Water Distribution The Prime Contractor shall designate a minimum of one Site Safety and Health Officer (SSHO) to administer the contractor s safety program and government-accepted Accident Prevention Plan. Each subcontractor shall designate a minimum of one Competent Person (CP) in compliance with 29 CFR 1926.20 (b)(2) that will be identified as a CP to administer their individual safety programs. Also, The SSHO or an equally qualified designated representative/alternative will maintain a presence on the site during construction operations in accordance with FAR Clause 52.236-6: Superintendence by the Contractor. CPs will maintain presence during their construction activities in accordance with above mentioned clause. A listing of the designated SSHO and all known CPs shall be submitted prior to the start of work as part of the APP with the training documentation and/or AHA. In order to comply with above, please do NOT bid for same SSHO that would or would potentially cover multiple projects on the campus. The scope of work includes, but is not limited to, performing construction including but not limited to architectural, electrical, mechanical, plumbing, site investigation, and testing/special inspection services. The contractor shall review all drawings, with the assigned VA COR (Contracting Officer s Representative), to verify the project area/s and what the project entails. The contractor shall be required to lead meetings to discuss progress and problems with the VA staff. The contractor shall be required to take meeting minutes and distribute to the VA for approval and as documentation of what was covered within the meeting. The contractor shall show a detailed containment plan for infection control and hazmat control. This plan shall be detailed showing locations and what infection and hazmat control requirements are to be used for each area. Safety and infection control requirements shall be enforced for the duration of the project, regardless of any disruptions, to protect patients, visitors, VA staff, and contractors/subcontractors. The contractor shall be responsible for the site during construction and shall ensure all contractor employees and subcontractors adhere to all safety and infection control requirements at all times. The contractor shall supply submittals on all equipment and tests the COR, for approval/disapproval prior to procuring or installing and new equipment. The contractor shall also provide final as-builts, O&M manuals, Tests (pressure, operational, leak test, disinfection, flushing, startup), and final test with the VA plumbers, electricians, and COR present. Also include 4 hours of training for the VA to maintain and operate. VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE VA INFORMATION CUSTODIAL LANGUAGE: a. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. BADGING: a. All employees of general contractor and subcontractors shall comply with VA security management program and obtain temporary VA badges. This will require fingerprinting and background checks of each individual. The employees of the general contractor will obtain permission of the VA Human Resources, be identified by project and employer, and restricted from unauthorized access. TRAINING: a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training. General The Dept. of Veterans Affairs (VA) requires strict adherence to the Code of Federal Regulations 29, Part 1926. This includes the requirement that the contractor have a Competent Person on the job at all times (must have a 30-hour OSHA card), and that all contractor employees have received a minimum of ten (10) hours of OSHA construction safety training. Documentation of these requirements shall be submitted and approved prior to performing the work. Contractor must submit a company Site Specific Safety Plan (SSSP) that must be approved by VA Safety prior to work beginning. This plan shall detail fire, construction, and health-related safety measures, in addition to listing Training Records for all employees for the previous year. A company standard or boilerplate safety plan will not be acceptable plan should contain a detailed hazard analysis for each element of construction to be performed in the form of an Activity Hazard Analysis (AHA) or Job Hazard Analysis (JHA). This entire project shall conform to 100% of all VA standards and specifications, OSHA, AIA Construction Guidelines, Joint Commission Environment of Care Standards, and applicable building codes. The Contractor shall be responsible for the health and safety of their own employees. The VA will inform the Contractor of any hazards such as designated permit confined spaces, electrical hazards, etc. which may affect Contractor employees. The Contractor must take precautions appropriate for the safety of their employees as well as provide equipment necessary for these actions. Contractor employees will notify the VA Representative before entering a designated permit required confined space, so precautions can be taken in advance of the work. The Contractor is responsible for protection of existing finishes, and VA property (FF&E), located in the areas where preventative maintenance and repair work is being performed, as well as along paths of travel to and from these areas. Both exterior and interior finishes and property must be maintained. The contractor is liable for any damage to VA property during the contract. Any damage to existing finishes must be repaired by the Contractor to equal or greater quality than existing finishes. All tasks accomplished by the Contractor personnel will be performed to preclude damage or disfigurement of government-owned furnishing, fixtures, equipment and architectural or building structures. Contractor will report any damage or disfigurement to these items when caused by the Contractor s personnel and will perform repairs or replace government-owned equipment, fixtures, furnishings, grounds and architectural or building structures to their previously existing condition. Project Management Based on the above list of work items, the general contractor selected must complete, maintain, and submit the following documentation and managerial requirements: Construction schedule including sequencing and durations. The schedule will be provided to the COR ten (10) working days prior to the start of work. Site-Specific Safety Plan (SSSP) with an emphasis on, but not limited to, demolition, installation, and safety. The SSSP must: Include a detailed description of how the work will be performed and be submitted with sketches, supporting documents, submittals etc. Include a Job-Safety-Analysis (JSA) for all tasks associated with Statement of Work (SOW) Be approved by VA-Safety prior to commencement of work. Maintain site supervision by a competent individual(s) with OSHA-30 certificates. OSHA-30 certified technician shall be onsite anytime work is being performed. Obtain VA identification PIV badges for all employees. Contractor to consider lead-time for badge procurement. Manage job-site access and security. Implement and maintain required ICRA and ILSM measures. Code & Regulation Compliance The Contractor shall comply with the public laws and statutes including all changes and amendments of federal, state, and local environmental statutes and regulations in effect of date of issuance of this delivery order, including, the applicable portions of the documents cited in the basic contract and below. NFPA particularly: NFPA 20 (Standard for the Installation of Stationary Pumps for Fire Protection), (NFPA 70 (National Electrical Code), NFPA 70E (Standard for Electrical Safety in the Workplace), NFPA 79 (Electrical Standard for Industrial Machinery), NFPA 101 (Life Safety Code), & NFPA 350 (Guide for Safe Confined Space Entry and Work). [latest edition(s)]: NFPA 99-2015 Healthcare Facilities Code Uniform Building Code (UBC) International Code Council (ICC): IBC: International Building, 2021 edition Building Officials and Code Administrators International (BOCA), 1999 International Conference of Building Officials (ICBO): UBC 1997: Uniform Building Code 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1926 Safety and Health Regulations for Construction Occupational Safety and Health Administration (OSHA), particularly all OSHA standards including: 29 CFR 1910, & 29 CFR 1926 Underwriters Laboratories 2018 International Plumbing Code (IPC 2018) American Water Works Association (AWWA) The Utah Division of Drinking Water (DDW) Rules, specifically: R309-540 (DAR): Pump Stations, & R309-550 (DAR): Transmission and Distribution Pipelines SBCCI Standard Plumbing Code Submittals Contractor shall submit the following prior to beginning scope of work: Project schedule with sequencing, durations, phasing, and cost loading within 10 working days of Notice to Proceed (NTP), and monthly with invoices. Site Specific Safety Plan (SSSP) SSSP to be submitted to VA Safety staff for review 10 working days after issuance of NTP. SSSP to be approved by VA Safety staff prior to start of construction activities. Construction Demolition Removal / Handover Plan Inspection reports, manufacturer approval certificates, and warranties. Penetration and or hot work permits as necessary. Manufacturer and construction warranties as noted in specifications. Project Schedule including sequencing and durations. SOV Schedule of Value The schedule will be provided to COR 10 working days prior to start of the work. Site superintendent OSHA-30, and tradesmen/laborer OSHA-10 certificates. OSHA-30 certified technician shall be onsite anytime work is being performed. Material Submittals Submit for COR and CO/CS approval Physical and electronic Redline drawings of the completed work. Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer or his/her designee for approval prior to contract start and whenever a change is required. All Contractor-furnished materials, equipment and tools used shall be standard products all manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss of or damage to Contractor-owned property held upon Government premises. Contractor shall submit hours worked, full report of completed piping which shall include location, hours worked, the full name of Contractor s employees on site, and digital photographs before and after work is completed. Reports shall be submitted within one day upon completion of work performed. Contractor will provide a completed redline drawing of the completed routing of piping. Reports shall be provided in hard copy as well as in an agreeable and compatible electronic format such as, but not limited to, pdf or Microsoft Word. Electronic/Digital Deliverables (Could include Submittals, Cut-Sheets, Drawings, O&M manuals, Warranty Memos, etc.) CD set with above documents (Report, Summary Report, Handwritten Notes) in a PDF format. An electronic copy of redline drawings of the completed work in the latest AutoCAD version. Resources The Government will not furnish any resources for the fulfillment of the work required under this contract other than electricity for area where work is being conducted. Under this contract, the contractor must provide all tools, equipment, materials, transportation, professional expertise, personnel, supervision, and for testing and maintenance required for completion of this contract. Contractor shall provide all necessary parts and equipment to complete the objective of this contract in accordance with manufacturer specifications. All new equipment including parts and labor shall be preapproved by the COR. Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer or his/her designee for approval prior to contract start and whenever a change is required. All Contractor-furnished materials, equipment and tools used shall be standard products all manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss of or damage to Contractor-owned property held upon Government premises. The Contractor shall instruct his/her personnel in utilities conservation practices. The Contractor shall be responsible for operating under conditions which preclude the waste of utilities which shall include but not necessarily be limited to: Lights shall be used only in areas where and at the time when work is actually being performed unless otherwise directed. Contractor s personnel will not adjust mechanical equipment controls for heating, ventilation, and air conditioning systems. Government telephones shall not be used for personal reasons or for any toll or long-distance calls. Technician/Inspector Qualifications The Government reserves the right to accept or reject Contractor s staff for cause. Documented prior the work, Contractor shall provide technicians throughout the contract qualified to perform work on plumbing systems. The Contractor shall notify the Government within 3 business days if it intends to replace a technician. At the time of notification, the Contractor shall submit all required certifications for all personnel working on the contract. In the event new, or replacement, personnel become involved in the contract, the Contractor must submit all required certification. Additions or changes in personnel require written approval of the Government. The Contractor shall have a back-up technician available in the event the primary technician is unable to perform his/her duties. The Contractor will ensure their personnel and subcontractor personnel meet the privacy standards as set forth by HIPPA (Health Insurance Portability and Accountability Act of 1996) with respect to personal and confidential information that they may come upon, while contract work is being performed. Personnel Assignments The Contractor shall assign the appropriate quantity and type of personnel to successfully complete all functions specified in this SOW. The Contractor shall maintain throughout the life of this contract, a current list of technicians and their credentials available for inspection by the Government at any time. Acceptance Standards The VA reserves the right to dispute completion of contract scope if contract work is found not in accordance with manufacturer recommendations, is not satisfactorily executed, or if the system is not properly tested and inspected to achieve certification. All work completed by the Contractor must be reviewed and approved by the VA. Work must be approved for one location of each type of fixture prior to proceeding with all other locations specified. If conditions that exist that are not like the location previously approved the contractor shall get approval prior proceeding with work in locations with similar conditions. Safety and Prevention In the performance of this contract, the contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the building. The Contractor shall immediately correct any fire and safety deficiencies caused by his/her personnel. If the Contractor fails or refused to correct deficiencies promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the contractor in default of the contract. The Contractor shall comply with applicable Federal, State, and local safety and fire regulations and codes which are in effect at the beginning of the contract. The contractor shall keep abreast of and comply with changes in these requirements and codes applicable to the contract. 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. Contractor is solely responsible for determining the legal requirements that apply to activities, and shall ensure safe and healthful working conditions for its employees The Contractor s personnel shall follow applicable facility policies concerning fire/disaster programs. All materials and equipment will be removed from the facility or stored properly at the end of the workday and secured during the workday. Under no circumstances will the Contractor allow for any equipment to be left unattended for any length of time. The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241. Contractor shall keep certification onsite at all times of extinguisher inspections. The Contractor shall receive from the COR a permit for all cutting, welding, and soldering 24 hours in advance. All permits shall be prominently displayed during all construction. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. The Contractor shall assume responsibility of environmental protection of all material storage. Accident Prevention Precaution shall always be exercised for the protection of persons (including employees) and property. These shall include, but not be limited to, the installation of adequate safety guards and protective devices for all equipment and machinery, whether used in the performance of work or permanently installed as part of the work. Contractor shall comply with all applicable laws relating to safety precautions, including the safety regulations of the Division of Industrial Safety, Department of Industrial Regulations of the state. Environmental Protection In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. The Contractor is responsible for daily cleanup of all areas affected by its work. Areas in use or affected shall be returned to condition in which they were turned over or initially found. VA Housekeeping shall not be dispatched for cleaning associated with contractor work. The Contractor shall take every precaution in preserving flooring, finishes, equipment, and furniture in areas of work. The Contractor shall repair or replace any damage incurred during its work at their expense. Contractor shall use freight elevators for transmission of materials and personnel. Contractor shall take every precaution in preserving the elevators, including the hoist way and lobby doors, interior finishes, and shall conduct all good practices in observing lifting and motor components tolerances. Any damage incurred to any elevator component due to negligence will be repaired at expense of the contractor, within the workday of incurred damage. Work Standards and ICRA/ILSM Work site shall be free of debris and returned to original condition upon completion of preventative maintenance or repairs. All work is to be performed in areas used daily by facility clients and staff. Contractor will take suitable measures to control all material and equipment to produce a minimum of interference in facility routine. All work shall be performed in a safe and prudent manner. Contractor shall so perform all work as to offer the least possible obstruction and inconvenience to staff and the public and shall have under construction no greater amount of work than can be completed promptly and properly with due regard to the rights of staff and the public. Any person the COR and CO/CS may deem incompetent or disorderly shall be promptly removed from the facility and not be allowed to return for the duration of the agreement. The Contractor shall comply with an Infection Control Risk Assessment (ICRA) which will be developed with the COR and the Infection Control Practitioner. Multiple ICRA s may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding on each phase. Hazardous Material Reporting The Contractor shall maintain hazardous material inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored and used on this Medical Center. Hazardous materials must be inventoried when received and at the project s completion. The amounts used shall be maintained for the project duration, and for the calendar year (ending 31 December). Hazardous Materials Inventories, Material Safety Data Sheets and material quantities used shall be submitted to the Contracting Officer for approval. In the event of a spill, Contractor shall immediately notify the Contracting Officer s Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provisions of 40 CFR Part 761. If contractor locates suspected ACM in addition to material noted in report, they shall contact the COR immediately for further direction. If any ACM is disturbed or becomes friable due to contractor actions, the construction site shall be shut down until and contractor shall provide appropriate containment at their own expense. In addition, contractor shall be responsible for all abatement and disposal of affected material at their own expense, only after which the job site shall be reopened for continued work. In the event of an ACM disturbance event, the COR shall be immediately notified and shall provide specifications on asbestos abatement. If testing determines asbestos abatement is required, a modification to awarded contract will be processed to cover the cost of identified abatement. Hours of Work The hours of work shall take place during the normal business hours of 7:30 AM and 4:00 PM, Monday through Friday, Federal Holidays excluded. Request for weekend, after-hour, and Federal holiday work is permitted with a request in writing submitted beforehand. Off hours are not to billed as overtime. Federal Holidays and any other day declared a federal holiday by the President of the United States are defined below. New Year s Day Martin Luther King Jr s Day Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Juneteenth Day If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government. All work is to have a limited impact on the facility, veterans, and employees. This may require evening or weekend hours and will be identified in the schedule. All after hours work should be scheduled in advance. Postponement/Delays: In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the entire work shall be rescheduled to a date and time satisfactory to the Contractor and the COR. Postponement due to inclement weather will not cause assessment of the penalty provision outlined above, nor should there be an additional cost to the Government. All work shall be scheduled and performed within the date and time approved by the COR, in conjunction with the department occupying the space served by this equipment. Badges and Parking All Contractor personnel are required comply with VAAR 852.273-74 (Available online at VA Technical Information Library) which covers the following requirements: background checks, and the wearing of identification (I. D.) badges issued by the VA Sheridan VAMC. Contractor must acquire badge, of appropriate level, for all staff onsite prior to work beginning. While on VA Facilities grounds, temporary or official I.D. badges shall be worn continuously. Failure of the background check may result in specific personnel being disallowed to work on VA premises and the Contractor will need to provide replacement personnel. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. The designated parking area will be specified by COR and VA Police upon award of contract. While performing under this contract, all vehicles used by the contractor shall be locked and the keys removed when not in use. This is intended to protect the contractor s property and the safety of the patients at the medical center. Due to parking constraints, the number of contractor vehicles on site might be limited per the COR or VA Police. Personnel Qualifications The Government reserves the right to accept or reject Contractor s staff for cause. All inspectors/testers shall hold current OSHA 10/30 certification and membership. Documentation of this to be submitted by the Contractor to the COR prior to beginning project work. A competent person with OSHA 30 certification must be on site at all times. Supervision: The Contractor shall specify a Project Manager who will have responsibility for performance of contract services. The Project Manager shall be competent to supervise all aspects of contract and shall be available on-site during performance of contract work. The Contracting Officer shall be notified in writing of the names of the Project Manager and of changes in personnel appointed to fulfill this function or in the absence of the Contractor, act for the Contractor as the Contractor s Representative. The Contractor shall have a back-up technician in the event the primary technician is unable to perform his/her duties. The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect to personal and confidential information that they may come upon. All personnel required to hold OSHA 10 certification as a minimum. Quality Control The Contractor shall have a quality control program to assure the requirements of this contract are provided as specified. The Contractor and COR will inspect the work. Deficiencies will be noted and corrected before beginning work in another area. Any damage done by Contractor will also be noted and corrected by the Contractor within 2 working days. Damage causing an immediate impact on the environment of the hospital shall be corrected immediately. Acceptance Standards Completed work will be to the entire satisfaction of the VA and the COR shall be the sole judge as to its acceptability. Any work not acceptable to the COR, shall be immediately, at Contractor s own expense, refashioned to an acceptable level. Personnel Assignment The Contractor shall assign the appropriate quantity and type of personnel to successfully complete all functions specified in this SOW within the designated period of performance. The Contractor shall maintain throughout the life of this contract, a current list of laborers, tradesmen, superintendents, etc., and their credentials available for inspection by the Government at any time. Keys a. Keys: The COR shall provide the Contractor access to all buildings and rooms required in the provisions of this contract. The Contractor shall notify the COR when leaving these areas. b. Clearances/Access Controls: Contractor and all personnel shall comply with the security clearances or access controls of areas within the Medical Center. In the event that the Contractor has to obtain access to areas that require special security precautions the COR will notify the contractor prior to access. Period of Performance Government intends to issue NTP immediately after kickoff meeting with Contractor. The period of performance for this contract is ninety (90) calendar days from NTP. Due to long material lead-times an Admin NTP may be issued to start the part ordering process and submittal review by COR and CO. ***************End of Construction Services SOW****************


Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

May 5, 2023[Presolicitation (Original)] Z2DA--Booster Pumps
Jun 12, 2023[Solicitation (Updated)] Z2DA--Booster Pumps
Jun 15, 2023[Solicitation (Updated)] Z2DA--Booster Pumps
Aug 4, 2023[Award Notice (Original)] Z2DA--660-23-330 Emergent Booster Pumps
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Options of which one will be selected include: Alternate Option A: Installing steel ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.