Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOURCES SOUGHT

H -- Boiler Testing

Notice Date
3/18/2020 12:17:52 PM
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0303
 
Response Due
3/25/2020 12:00:00 AM
 
Archive Date
04/09/2020
 
Point of Contact
Phillip.Duba@va.gov
 
E-Mail Address
Phillip.Duba@va.gov
(Phillip.Duba@va.gov)
 
Awardee
null
 
Description
SUBJECT: Third-party safety device testing and reviews on four boilers, one Condensate Tank, and one Deaerator Tank DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this Sources Sought that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future RFP will not be entertained. SUBJECT: The Hershel Woody Williams VA Medical Center is conducting market research in order to provide Boiler Systems Inspection Services. OBJECTIVE: See Statement of Work below RESPONSE INSTRUCTIONS: Name and Address of Company Any small business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this RFI shall be directed to Phillip Duba at Phillip.Duba@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to Phillip.Duba@va.gov no later than 1:00 pm EST on Wednesday, March 25, 2020. STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement for a Base +4 Firm Fixed Price contract to perform third-party vendor safety device testing and reviews on four boilers, one Condensate Tank, and one Deaerator Tank. A.2 BACKGROUND The VAMC has a need to have this work performed in order to meet the VHA Directive 1810 (Third Party Reviews by Qualified Individuals) A.3 SCOPE OF WORK Vendor will provide all parts, labor, equipment, material, and supervision to perform the inspections as indicated below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will provide all labor, materials, equipment and supervision to complete project Vendor will perform safety tests on four boilers, one condensate tank, and one DA tank as directed by VHA Directive 1810 Vendor will be onsite until the job is 100% complete and will also submit a final report upon completion Vendor is responsible to leave the areas clean and organized on a daily basis STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C.2 Period of Performance The Vendor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer s Technical Representative (COTR). Work is to begin as soon as possible but no later than fifteen calendar days after the receipt of the purchase order. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35f93a9390f547ec814031c7e2d592f7/view)
 
Place of Performance
Address: Hershel ""Woody"" Williams VA Medical Center;1540 Spring Valley Drive;Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN05593679-F 20200320/200318230225 (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.