SOURCES SOUGHT
Z -- Storm Main Repair
- Notice Date
- 10/23/2020 7:15:18 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221Q0076
- Response Due
- 10/28/2020 2:00:00 PM
- Archive Date
- 11/02/2020
- Point of Contact
- Joseph T Kennedy, joseph.kennedy3@va.gov, Phone: 414-844-4800 x43262
- E-Mail Address
-
Joseph.Kennedy3@va.gov
(Joseph.Kennedy3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Contractor shall provide all equipment, material, labor, travel costs and supervision, to repair a collapsed twelve (12) inch storm main located behind B407, at the Tomah VA Medical Campus, according to the following scope of work. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811219 Other Electronic and Precision Equipment Repair and Maintenance THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Contractor shall provide all services required to perform a utility locate around the area that shall be excavated for storm main repairs. Excavate around storm main collapse and expose collapsed pipe needed for repair. All excavated soil shall remain on the Tomah VA Medical Center property and used to backfill excavated area upon repair completion. Contractor excavation area and excavating procedures shall follow all required OSHA 29 CFR regulations. Remove damaged 12-inch storm main piping. Cut existing pipe back far enough to create a strong and usable portion of the existing pipe needed for the required connection of replacement pipe on both ends, to existing pipe. Repair pipe shall be of DWV (Drain-Waste-Vent) type and of same size of existing storm main being repaired. Pipe connection devices shall be of a Fernco type or equivalent and rated for underground pipe connections. Connections shall be tightened and sealed per manufacturers specifications. Once connection of new pipe to old is complete, Contractor shall backfill all excavated area with existing dirt. Contractor shall compact backfill to 90% at 6-inch lifts. Repair all turf and grass areas around completed repair. Re-seed area and cover with landscape erosion prevention materials. Turf and grass area repair shall have a flush transition to existing surrounding turf and grass areas. Any changes to this SOW shall be authorized and approved only through written modification of this contract from the CO (Contracting Officer) in coordination with the COR (Contracting Officers Representative). Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. SERVICE HOURS AND FEDERAL HOLIDAYS Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee. All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day GENERAL INFORMATION Compliance with General Safety Regulations: All Contractors and Subcontractors performing services for the Government shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. All Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. All ladders, scaffolding, tools, equipment, personal protective equipment, etc. shall be OSHA approved for the work to be performed. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on-site on commencement of Contract. Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government. Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. ORIENTATION FOR CONTRACTOR EMPLOYEES: Contractor will attend an orientation meeting as arranged by the Contracting Officer's Representative (COR). The VA will schedule this meeting and it will include discussion of the following topics: (VA will provide information to the contractor regarding these topics and will document the meeting) Fire and Safety Infection control Disaster procedures - Other The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above. SECURITY REQUIREMENTS All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all FST s while on premises. Contractor shall coordinate with COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR/Tomah VAMC (Veterans Affairs Medical Center) POC (Point of Contact) when arriving to perform work and check out with the COR/Tomah VAMC POC when work/workday is complete. During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36. 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. Effective October 1, 2019, smoking is prohibited both inside and outside (entire campus) 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. RISK CONTROL The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients. PLACE OF PERFORMANCE Tomah VA Medical Center, 500 E. Veterans St., Tomah, WI. 54660 Period of Performance. Work shall commence upon issuance of the award and shall be coordinated with contract COR. Contract period of performance shall be 30 days from time of contract award. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address if applicable, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM EST on Wednesday October 28, 2020. All responses under this Sources Sought Notice must be emailed to joseph.kennedy3@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b03700eb29df4c71b75b4b44a8dcb470/view)
- Place of Performance
- Address: Tomah, WI 54660, VIR
- Zip Code: 54660
- Country: VIR
- Zip Code: 54660
- Record
- SN05837309-F 20201025/201023230149 (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 |