MODIFICATION
Z -- OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
- Notice Date
- 10/31/2025 12:51:48 PM
- Notice Type
- Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925R0112
- Response Due
- 12/3/2025 12:00:00 PM
- Archive Date
- 03/12/2026
- Point of Contact
- Jesus A Villegas (CS), Contract Specialist
- E-Mail Address
-
Jesus.Villegas@va.gov
(Jesus.Villegas@va.gov)
- Awardee
- null
- Description
- Jack C. Montgomery Veteran s Affairs Medical Center (MUS VAMC) Statement of Work Replace Exterior Utility Lines Construction Project Project Number: 623-24-101 Project Name: Replace Exterior Utility Lines OVERVIEW Request Contractor firm provide all required labor, material, equipment, and site investigations to perform construction on the Jack C. Montgomery Veteran s Affairs Medical Center (VAMC Muskogee) water loop. The Muskogee VAMC currently has fire water and domestic water system supplied from a single loop. This arrangement leads to stagnant water from the fire water system having an increased risk to contaminate domestic water with Legionella. The water loop and sewer system have degraded over time and are hard to maintain due inadequate isolations and access points. We are in need of a contractor to replace all exterior site water lines and create a separate fire protection and domestic exterior water loop as called out in the design drawings and specifications provided. The firm shall provide acceptable electronic services for submittal and document exchange for both design and construction, i.e. Submittal Exchange . Work includes construction period services, site visits, and acceptance inspections by a qualified inspector. Construction includes the following items: Firms shall be properly licensed and bonded to perform general contracting work in the State of Oklahoma or have equivalent licensing and be approved for such work by the Veteran s Administration. This project will require the removal and replacement of all exterior site water lines and create a separate fire protection and domestic exterior water loop for Legionella prevention efforts on the Muskogee campus. Replacement lines shall run to the first valve inside the buildings. The Fire loop Shall include new fire hydrants at proper spacing. Project includes removal and/or decommissioning of all replaced lines to include abatement as necessary. Contractor shall phase the installation of the water line and fire lines in such a way to minimize leaving buildings without domestic water or fire protection. The new domestic water and fire line shall have new valves and flow back preventors. All lines shall be ductile iron. New grass/concrete/ pavement shall be installed over the new water lines and disposal of the old water loop. Contractor shall store all material offsite and only bring in up to 3 days worth of material on site. It is to be documented in the construction documents, the prime construction contractor shall provide engineering and technical support, all manuals, wiring diagrams, and tools necessary for adjusting, maintaining, repairing, and testing of equipment for use by VA engineering staff or VA s designated Maintenance Provider. The above requirements for design will also apply to construction and shall be in accordance with ADA, OSHA, and NFPA requirements. It is to be documented in the construction documents that the prime construction contractor shall provide engineering and technical support, all manuals, wiring diagrams, and tools necessary for adjusting, maintaining, repairing, and testing of equipment for use by VA Engineering staff or VA s designated Maintenance Provider. Construction Prime Contractor shall provide one year of maintenance and inspection service following beneficial use as specified and required within the specifications of this project. The space conditions and the execution of this project shall proceed with minor interference to the operation of the medical center and shall comply with all requirements for infection control, utility interruptions, fire protection, and all other safety requirements of the contract. Contractor Access and Activities Contractor must comply with the VA security management program. Contractors must not enter the work site without VA issued identity Badge. Contractors can be subject to inspection of personal effects when entering or leaving the project site and VA property. Contractor superintendent must escort Contractor employees to Engineering (Building 18) to obtain badge(s). The Contractor must maintain a log of Employee Names, Badge ID Numbers, Start Date(s), Departure Date(s), ID Lost Date(s), and ID Return Date(s). Updated Badge log must be given to the COR weekly or as directed by COR. Contractor s superintendent must return all badges on day of departure of employee from contract to COR. Contractor s superintendent must return all remaining badges at contract closeout to COR. Lost Badges must be reported immediately to the COR and documented on badge log. Contractor is responsible for a $100.00 fee for each lost or unreturned badge to VA. The C&A requirements do not apply; A Security Accreditation Package is not required. Property Access Regular Business Hours: PM must be scheduled during normal business hours, 8:00 am to 4:00 pm, Monday through Friday, excluding the following Federal holidays: The following Federal legal holidays are observed by this facility: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in November Veteran s Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 COR must be informed in the following situations: To schedule any work. After arriving on site but before any work is started. To provide an approximate timeframe for the work. As soon as it is known that the work will take longer than expected. At completion of work prior to leaving the facility. To report any incomplete aspects of the work or issues that could not be corrected during the visit. To furnish a written plan for corrective action for any work that cannot be completed within 24 hours. Plan must be furnished to and approved by the COR. Safety must be the Contractor s highest priority. The Contractor must be in accordance with Federal, State, Local OSHA regulations, latest edition of NEC, latest edition of NFPA 70E, and 01 35 26 Safety Requirements specification. The Contractor must furnish and have in place Personal Protective Equipment (PPE) including, but not limited to, safety signage, cones, and barricades, to protect the safety of VA patients, employees, visitors, volunteers, tenants and others. Contractor must not be permitted to work without proper PPE and can be directed to leave job site. Contractor must furnish required safety items and wear required PPE. Work must be conducted in a manner and at times which would present the least amount of disruption to the VA healthcare facility. Contractors must not leave or unattended out-of-service any utility, fire protection, or security system without written permission of the COR. If a utility, fire protection, or security system is not functioning at the end of a work period without written permission of the COR, then the Contractor must restore the system(s) to working order prior to leaving the jobsite or must furnish an around-the-clock watch until the system is functioning properly. If the Contractor fails to do so, the Contractor must reimburse the Government for any costs incurred by the VA to furnish around-the-clock watch and/or repair the system(s). Vehicles and Construction equipment: Contractors keys to unattended vehicles and equipment must be removed and vehicles locked. Unloading and Parking: No materials or equipment are permitted through the front entry. Use loading dock entrance only for loading and unloading, do not leave vehicle(s) unattended. Contractor parking on VA property is limited to availability of designated Contractor parking. Contractor must have prior written approval of on-site Contractor parking from COR. Contractor parking shall be in lot 4 or at the Hatbox and ride the shuttle up. No parking space shall be reserved for the contractor. Elevators: Contractor must use COR designated elevators and must protect elevator cabs and controls during periods of use. The Contractor must not exceed elevator weight limits. Designated elevator(s) and usage times are not to interfere with VA activities. Radios and Mobile Devices: Contractor must use mobile devices at low volume or outside. The Contractor must not carry on conversations in hallways or near any patient areas. AM/FM radios and other media producing devices must not be used in the buildings. Noise: Contractor must coordinate and schedule noise making activities with the COR. For any noise making work activities, the Contractor must furnish a written request to the COR for COR approval a minimum of seven (7) business days prior to noise making activities. The COR will schedule and provide written authorization to proceed three (3) business days in advance of the proposed activity. Disposal: The Contractor must submit a written request(s) for disposal of any government owned materials, equipment, or property in advance to the COR for COR written approval. Contractor must remove and properly dispose construction debris, materials, equipment, and substances from VA property daily into the Contractor supplied containers. Contractor s supplied dumpsters shall be always covered. Construction debris created from the contract shall not be disposed of at the job site, in VA dumpsters, or on VA property. Disposal of construction debris, materials, equipment, and substances from the contract must be in accordance with applicable Federal, State, Local and environmental laws, rules or regulations. The Contractor must ensure and furnish appropriate documentation to the CO that all hazardous waste handlers, haulers, and disposal facilities are properly licensed. The Contractor must furnish shipping manifest and documentation of proper disposal of any construction debris, materials, equipment, and substances from the contract work prior to final payment. Contractor must return the work site to the condition in which it was found at the Contractor s expense. Warranty: Contractor must guarantee workmanship for a period of one (1) year after COR written acceptance of work. Contractor must furnish a minimum 1-year parts and labor warranty on materials, equipment, parts and components furnished and any manufacturer s warranty greater than one (1) year. In addition to any other warranties in this contract, the Contractor warrants, except as provided in paragraph (m) of this clause, that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier. This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Government takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Government takes possession. The Contractor shall remedy at the Contractor s expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor s expense any damage to Government-owned or controlled real or personal property, when that damage is the result of- The Contractor s failure to conform to contract requirements; or Any defect of equipment, material, workmanship, or design furnished. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor s warranty with respect to work repaired or replaced will run for 1 year from the date of repair or replacement. The Contracting Officer shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage. If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the Government shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor s expense. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall- Obtain all warranties that would be given in normal commercial practice. Require all warranties to be executed, in writing, for the benefit of the Government, if directed by the Contracting Officer; and Enforce all warranties for the benefit of the Government, if directed by the Contracting Officer. In the event the Contractor s warranty under paragraph (b) of this clause has expired, the Government may bring suit at its expense to enforce a subcontractor s, manufacturer s, or supplier s warranty. Unless a defect is caused by the negligence of the Contractor or subcontractor or supplier at any tier, the Contractor shall not be liable for the repair of any defects of material or design furnished by the Government nor for the repair of any damage that results from any defect in Government-furnished material or design. This warranty shall not limit the Government s rights under the Inspection and acceptance clause of this contract with respect to latent defects, gross mistakes, or fraud. Photography: Contractor must not photograph any patients, personnel, visitors, and others on VA property. Contractor must be escorted by VA personnel to take jobsite related photos and be coordinated by COR. Hatbox parking can be located at: 504 S Hatbox Rd, Muskogee, OK 74401 Other requirements: 1. Anything remaining in place that is damaged or defaced by the Contractor must be restored by the Contractor to the existing condition, at no additional expense to the Government. 2. The Contractor must furnish adequate protection to VA property and personnel prior to work activities. Contractor moved items must be put back by the Contractor to original locations and conditions as work is completed, at no additional expense to the Government. 3. No unauthorized work to be initiated without the prior written approval of the CO. 4. Work required for the project must be in accordance with the best practices and in accordance with the intent of the SOW, drawings, and specifications. 5. Utilities and work areas may not be immediately available, and the Contractor must be flexible in the inspections schedule at no additional cost to VA. 6. All OEM recommended safety aspects of the equipment being serviced must be adhered to. Site Visit Information: Contractors will meet at the following location before starting the site visit. It is marked in red below at 1011 Honor Heights Drive Muskogee, OK 74401, meeting in room number 08-18. For parking at Muskogee, OK VA parking should be at lot 14 marked in blue below. Should that parking lot be full, parking is also available at the Hat Box located at: 504 S Hatbox Rd, Muskogee, OK 74401. There is a shuttle that runs back and forth between the parking lot and the hospital, from 7:00 am to 6:00 pm. There will be no equipment provided, i.e., a ladder to get on the roof, light for the basement, etc. If the contractor needs anything, the contractor will have to provide it Construction is to be completed in 940 calendar days from notice to proceed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e58c4d518dcf485997f273a073e1af0b/view)
- Record
- SN07632557-F 20251102/251031230030 (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 |