DOCUMENT
J -- Singer Altitude Valve(s) Repair - VAMC Manchester NH - Attachment
- Notice Date
- 12/18/2012
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
- ZIP Code
- 03104
- Solicitation Number
- VA24113Q0216
- Response Due
- 12/28/2013
- Archive Date
- 1/27/2014
- Point of Contact
- Marc Tetu
- E-Mail Address
-
Contract Specialist
(marc.tetu@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This will be solicited as a 100% SDVOSB SET-ASIDE This is a Pre-Solicitation Notice Requirement will be posted to FBO through FedBid All submittals to include pricing and documentation must be submitted through FedBid Requirement will be solicited on or about 12/18/2012 Work to occur at VAMC Manchester NH STATEMENT OF WORK ALTITUDE VALVE REPAIR I. INTRODUCTION: The VAMC owns and operates two altitude valves within the potable water distribution system. These two valves are located in Buildings 8 and 25, and are an integral part of the system which supply the VAMC facility. Building 25 includes an 8-inch Singer altitude valve, Model 106A-II-SC REV C, and Building 8 includes a 4-inch Singer altitude valve, Model 301-5 REV L. These valves are located downstream of the supply meters. Neither valve is functioning as designed, therefore, leaving the water storage tank out of service. II. EQUIPMENT IDENTIFICATION: A. NAME/DESCRIPTION OF EQUIPMENT - Equipment/ Local ID:Make:Model:Size:Location: Altitude Valve #1 EE19598Singer Valve Co.301-5-REV L4 "Building 8 Altitude Valve #2 EE19599Singer Valve Co.106A-II-SC REV C8"Building 25 III. DEFINITIONS/ACRONYMS: A.Engineer (ing) - Supervisor or designee. B.CO - Contracting Officer C.COR - Contracting Officer's Representative. D.FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. E.ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. F.Authorization Signature - COR signature; indicates work status is accepted as stated in ESR. G.VAMC - Department of Veterans Affairs Medical Center. H. Contractor - Vendor performing service. IV. GENERAL SCOPE : Contractor shall provide all necessary parts and labor to perform the following repairs to the above scheduled equipment: A.Provide all confined space entry and monitoring equipment necessary for FSE to enter buildings containing valves. If it is necessary for contractor to enter confined spaces (i.e. valve pits or tunnels), the contractor must submit a Confined Space Entry Plan that complies with the requirements OSHA 29 CFR 1910, and OSHA Directive CPL 2.100. Are one or both of these valves in confined spaces? Whether it is or isn't can photos be taken of the work area and valves for contractor viewing, and/or might it be necessary for a site visit to occur for the vendor to properly evaluate the work area? Identify the qualified person's name and qualifications, training, and experience. Delineate the qualified person's authority to direct work stoppage in the event of hazardous conditions. Include procedure for rescue by contractor personnel and the coordination with emergency responders. (If there is no confined space work, include a statement that no confined space work exists and none will be created.) B.Submit lockout/tagout program for the control of hazardous energy, and documentation of employee training. No lockout/tagout activities may be performed on site without coordination with the COR. C.Replace broken indicator glass on 301-5-REV L 4" valve. Only 4"valve requires replacement of indicator glass? D.Disassemble, clean and flush pilot piping and pilot valves on both units. E.Install service kits in pilot valves of both units. F.Reconfigure manifolds on both units to accept nitrogen and regulator test set up. G.Install new seals and diaphragms in both units. H.Install elevation gauges on both units to allow confirmation of actual tank level in feet. I.Test both units to verify proper operational function and place back in service. Any other detail needing to be included prior to solicitation? V. CONFORMANCE STANDARDS: All work performed by the contractor shall conform to the most current versions of AWWA Standards, ANSI/AWWA C651, VAMC Manchester Water Operations Manual, and any other applicable directives. VI. HOURS OF COVERAGE: A.Normal hours of coverage are Monday through Friday from 7:00 a.m. to 5:30p.m., excluding holidays. All service shall be performed during normal hours of coverage unless requested or approved by COR or his/her designee. B.Work performed outside the normal hours of coverage at the request of COR must be approved by the COR in advance. Contractor shall include a pricing schedule with submittals. Work performed outside the normal hours of coverage at the request of FSE shall be considered service during normal hours of coverage. C.Federal Holidays observed by the VAMC are: New Year's DayLabor Day Martin Luther King DayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day IndependenceDayChristmas Day VII. DOCUMENTATION/REPORTS: The contractor must submit the preliminary report to the COR, designee, or Engineering Program Assistant at the time of departure. The final documentation report shall include, but not limited to the following: "Equipment description. "General condition of each item repaired. "Detailed descriptions of repairs made. "Suggested Preventative maintenance procedures and schedules. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A.Name of Contractor and Contract Number. B.Name of FSE who performed services. C.Contractor service ESR number/log number. D.Date, time (starting and ending), equipment downtime and hours on-site for service call. E.Identification of equipment to be serviced. (ID Number, Manufacturer's name, device name, and any other Manufacturer's identification numbers. F.Itemized description of service performed. G.Total cost to be billed. H.Signatures of FSE performing service described and VA employee who witnessed service described. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE APPROVING OFFICIAL BEFORE SERVICE IS COMPLETED. VIII. ARRIVAL (CHECK-IN/CHECK-OUT) REQUIREMENTS: A.The Contractor shall be required to report to Engineering Service to log in. This check in/check out is mandatory. Upon check in, ALL members of Contractor group must sign out a "CONTRACTOR" badge. B.When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Engineering, turn in "CONTRACTOR" badge and submit the preliminary report ( ESR) to the COR, designee, or Engineering Program Assistant at the time of departure. C. Work sites shall be left in the same manner of cleanliness and order in which they were found. Contractor will provide their own waste disposal, if any. IX. PAYMENT: Invoices must include the contract number or purchase order number, item(s) covered (identified by serial numbers and /or equipment ID numbers) by the Inspections/ Tests and covered period of service. X. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during or after normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. XI. REPORTING REQUIRED SERVICES: A.DEFECTS/REPAIRS REQUIRED: The Contractor shall immediately, but no later than twenty-four (24) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. XII. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A.Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the equipment identified in the Section B schedule. C.The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for eachmake and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. D.If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. XIII. IDENTIFICATION, PARKING, SMOKING AND VA REGULATIONS: The Contractor's FSEs shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24113Q0216/listing.html)
- Document(s)
- Attachment
- File Name: VA241-13-Q-0216 VA241-13-Q-0216_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=557653&FileName=VA241-13-Q-0216-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=557653&FileName=VA241-13-Q-0216-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-13-Q-0216 VA241-13-Q-0216_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=557653&FileName=VA241-13-Q-0216-000.docx)
- Place of Performance
- Address: 718 Smyth Road;Manchester NH
- Zip Code: 03104
- Zip Code: 03104
- Record
- SN02951548-W 20121220/121218234916-1cddb24f80c955be429cb39eef3cd81a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |