Y1NE--Repair and upgrade irrigation system

expired opportunity(Expired)
From: Federal Government(Federal)
36C25722Q0961

Basic Details

started - 23 Sep, 2022 (19 months ago)

Start Date

23 Sep, 2022 (19 months ago)
due - 26 Sep, 2022 (19 months ago)

Due Date

26 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
36C25722Q0961

Identifier

36C25722Q0961
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103175)VETERANS AFFAIRS, DEPARTMENT OF (103175)257-NETWORK CONTRACT OFFICE 17 (36C257) (4927)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SCOPE OF WORK Thomas E Creek VA Medical Center Amarillo,TX Install irrigation controls and connect abandoned irrigation line SCOPE OF WORK: This project will require providing and installation of 4 each - 2 wire irrigation controllers, and all necessary components to include 2 wire irrigation decoders controlling at total of 22 irrigation zones using existing automatic control valves. Project will include connecting bldg. 29 to existing irrigation main. Project will include wiring in irrigation section at bldg. 9 to existing control box. Project will include installing a total of 9 moisture sensors. 5 to existing control boxes and 4 to contractor provided and installed control boxes. The Contractor shall provide and install 4 each irrigation controllers. 110V wiring for power to irrigation controllers to be provided by others. The Contractor shall run new control wire from existing irrigation controller to 1 existing automatic control valve at bldg. 9. The contractor shall tie in
controllers to existing automatic control valves using new control wire per the schedule below. Building 35, 4 zones with existing automatic control valves Building 7 and 8, 4 zones with existing automatic control valves Front of hospital (Parking lot N and building 33) 8 zones with existing automatic control valves Lawn facing Amarillo Blvd ( Football Field ) 4 zones with existing automatic control valves. The Contractor shall reconnect bldg. 29 to existing irrigation main. Please see attached irrigation drawings. Irrigation map is for illustration only to the contractor. Contractor to field verify tie in location and size. The Contractor shall install moisture sensors for the new control boxes. The Contractor shall field verify all controls and tie ins are functional and correct per mfgs. guidelines and to COR s satisfaction The Contractor shall restore any and all damaged areas to pre-construction condition. A pre-bid site walk through is requested. Period of performance is 45 days from date of award to include lead time for materials. Contractor and all workers shall wear an approved mask as source control for Covid 19 while inside the facility. 2. TECHNICAL SUPPORT: N/A 3. BADGES: All Contractor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. The Contractor is to coordinate with the COR to obtain the I.D. badge from the Police Service. The Contractor is to provide a list of names who shall be conducting the service. The Contractor will need a valid Driver s License or Federal ID. 4. REPORTING (During Normal Working Hours): The Contractor's Supervisor shall notify the COR when he/she arrives on station, prior to commencing work during the normal working hours of 8:00 a.m. through 4:30 p.m. 5. REPORTING (During Other than Normal Working Hours): The Contractor is not expected to work outside the Normal Working Hours unless first coordinating with the COR. No additional cost will be allowed for work scheduled outside of the Normal Working Hours. 6. CONTRACTOR S SERVICE REPORT: After all work is completed, the Contractor is required to submit, in writing, a complete report of services rendered, and deliver it to the CO and COR within the Engineering Service. If the COR is not available the Contractor can submit the report the next business day. This report must contain detailed description of the services or repairs performed. The Contractor shall document and report to the COR, any unsafe conditions or signs of misuse or abuse in regards to this equipment. The Service Technician shall document any problems along with their corrections and all performance verification on the field service report. The service report must be legible and signed by the COR. Information on final report shall identify the following: Contractor Name Job Title Location of job to include Building No. and Floor Photographs of daily work activities Daily Contractor, etc. Log-in Sheets Transportation and Disposal Manifests Date of service 7. INSURANCE REQUIREMENTS: The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with the laws of the governing state. Public Liability Insurance: The Contractor shall comply with all applicable Federal and State laws with regard to liability arising or resulting from injury to or death of an employee in performing the work under this contract and shall save and hold the Government harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. The Contractor shall be responsible for all damage to property, which may be done by him, or any contractor employee engaged in the performance of this contract. Before commencing work under this contract, the Contractor shall furnish certification from his insurance company indicating that the coverage outlined in paragraphs (a) and (b) has been obtained and that it may not be changed or canceled without guaranteed thirty (30) days notice to the CO. The CO may waive the requirement if he determines that insurance certifications now on file are acceptable, however, new certifications shall be furnished prior to the expiration date. GOVERNMENT HOLIDAYS: Date Holiday Friday, December 31 * New Year's Day Monday, January 17 Birthday of Martin Luther King, Jr. Monday, February 21 ** Washington s Birthday Monday, May 30 Memorial Day Monday, June 20 * Juneteenth National Independence Day Monday, July 04 Independence Day Monday, September 05 Labor Day Monday, October 10 Columbus Day Friday, November 11 Veterans Day Thursday, November 24 Thanksgiving Day Monday, December 26 * Christmas Day INVOICE AND PAYMENT: Payment to be made monthly, in arrears, following satisfactory performance by Contractor s personnel and upon receipt of a properly prepared invoice. Contractor shall be required to invoice through the Tungsten System at http://www.tungsten-network.com/us/en/veterans-affairs/. Additional information regarding Tungsten shall be provided upon award. The contract shall have current registration in the System for Award Management (SAM) for this solicitation; URL: www.sam.gov. The invoice MUST be itemized to include the following information. Any information listed below, and not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services performed. Unit Cost billed. Extended amount due. Invoice number, date, and; amount partial or full Contract and obligation numbers. 10. SERVICE CALLS: Contractor shall provide in the space below, the name, location, and telephone number of the office where service calls are to be placed: Name: __________________________________________________________ Address: __________________________________________________________ Telephone: __________________________________________________________ Point of Contact: __________________________________________________________ 11. MATERIAL AND MATERIAL SAFETY DATA SHEETS (MSDS) and WASTE: The Contractor is responsible for having material data safety sheets (MSDS) available on-site for all chemicals, solvents, cleaners, paints, adhesives, etc. used by the contractor, and for following their precautions. The contractor shall collect, handle, transport, and remove any waste (solid, recyclable, universal, and hazardous) waste as needed and upon completion of the service contract. The contractor shall maintain the work area clean and in a safe manner throughout the duration of this contract. The Contractor shall report all recyclable waste to the COR monthly or upon completion of the contract. The Contractor shall provide any dumpsters to properly collect and dispose of waste generated as a result of the service. All waste generated shall be disposed of per applicable federal, state, and local regulations. 12. SMOKING: Smoking is not permitted within, or around, the AMAVAHCS facilities. 13. PARKING: Contractor vehicle shall have contractor identification and phone number. The Contractor shall coordinate with the COR during the Kick-Off Meeting for contractor vehicle parking. It is the responsibility of the Contractor s personnel to park only in designated parking areas. Parking information is available from the AMAVAHCS Police Service. The AMAVAHCS shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 14. PROTECTION FROM DAMAGE: The Contractor shall provide all labor, materials and equipment necessary to protect personnel, furnishings, equipment and buildings from damage; Contractor shall remove and replace movable items if necessary and shall replace or report any item damaged due to work performed under this contract equal to its original construction and finish. 15. EVALUATION FACTORS FOR AWARD: The Government shall award a contract resulting from this solicitation to the responsible Contractor whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. Award shall be based on the following: Base Bid. The Government shall evaluate the Contractor s proposal and evaluate the solicitation bid s. The Government reserves the right to award a contract at other than the lowest proposed bid after consideration of all factors. Experience and Past Performance. The Government shall review the Contractor corporate performance, experience, and accomplishments. The Contractor shall provide three (3) references that the Contractor has provided a similar service. The Government shall also assess the overall experience and past performance of subcontractors and suppliers. The Contractor shall provide a list of subcontractor(s) along with their overall experience and past performance. Technical Expertise. The Government shall review the Contractor corporate technical expertise. The Contractor shall provide training(s), license(s), and certification(s) allowing the contractor to perform Asbestos Removal. Bid Options. The Contractor proposal shall be evaluated per the provision at FAR Part 52.217-5 Evaluation of Options (JUL 1990). VHA Supplemental Contract Requirements for Combatting COVID-19 as shown below is hereby incorporated into the scope of work for the subject contract: Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. The Contractor hereby releases, waives, and discharges the Government from any and all liabilities (direct or indirect), obligations, claims, appeals, demands and requests for equitable adjustment (absent fraud), administrative or judicial, legal or equitable, arising out of, or related to this modification.  In consideration of this modification, agreed to herein as a complete equitable adjustment of the contactor s proposal arising under or related to the change(s) identified above, the contractor hereby releases the Government from any and all liability under this contract for further adjustment attributed to the contactor s proposal.  All other terms and conditions remain in full force and effect. There are no other changes to the terms and conditions of this contract as a result of this modification.

Thomas E Creek VAMC  Amarillo ,
 TX  79106  USALocation

Place Of Performance : Thomas E Creek VAMC Amarillo , TX 79106 USA

Country : United StatesState : Texas

You may also like

Replace planting and irrigation system.

Due: 09 May, 2024 (in 15 days)Agency: Department of Transportation

Replace planting and irrigation system.

Due: 09 May, 2024 (in 15 days)Agency: Department of Transportation

FOB IRRIGATION SYSTEM REPAIR AND UPGRADE

Due: 31 Jul, 2024 (in 3 months)Agency: PUBLIC BUILDINGS SERVICE

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode Y1NECONSTRUCTION OF WATER SUPPLY FACILITIES