Arizona Bids > Bid Detail

B599-- NAVAHCS Water Leak Detection Svcs

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159516356794097
Posted Date: May 5, 2023
Due Date: May 24, 2023
Solicitation No: 36C26223Q0989
Source: https://sam.gov/opp/e1431c3da6...
Follow
B599-- NAVAHCS Water Leak Detection Svcs
Active
Contract Opportunity
Notice ID
36C26223Q0989
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 05, 2023 10:19 am PDT
  • Original Date Offers Due: May 24, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B599 - SPECIAL STUDIES/ANALYSIS- OTHER
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    VA Prescott Healthcare System Prescott , AZ 86313
    USA
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

1.a. Project Title: Facility Water and Steam Leak Detection
1.b. Description: VA Prescott Healthcare System is seeking a contractor to identify and locate distribution leaks (both water and steam) throughout the facility.
1.c. Project Location: VA Prescott Healthcare System
1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q0989.
1.e. Set Aside: This solicitation is issued as a Small Business set aside.
1.f. Applicable NAICS code: 2382220, Plumbing, Heating, and Air-Conditioning Contractors.
1.g. Small Business Size Standard: $16.5 Million
1.h. Type of Contract: Firm Fixed Price
1.i. Period of Performance: 60 days
1.j. Wage Determination applicable to this project: SCA WD 2015-5471 revision 19
1.k. Request for Information (RFI) should be submitted via email no later than 10am PST Friday, May 12, 2023, to marco.ramos1@va.gov.
2. Statement of Work

2.1. Objective. VA Prescott Healthcare System is seeking a contractor to identify and locate distribution leaks (both water and steam) throughout the facility.

2.2. Background. NAVAHCS medical center has witnessed an increase in water consumption, deviating from historic baselines and season trends.

The facility s water distribution consists of 20,000 feet of iron and steel pipe with an eight-inch water main enters facility before scaling down to six-and four-inch diameter pipe. There are a total of 34 fire hydrants with approximately 42 post indicator valves and 60 shut off valves.

There is an estimated 10,000 feet of steam lines, with approximately 50 steam manhole access areas.

2.3. Scope. Contractor will be required to provide the following services for the facility water and steam leak detection requirement.

Contractor to provide all labor, materials, tools, supervision, and equipment to develop a water and steam distribution system leak detection audit.
Work shall include:
Locate location of pipeline leaks (water and steam), through acoustic, correlator, loggers, ground microphone and / or GPR detection services.
Estimate severity (volume or rate of leak) of water/steam leak.
Submit a final report of water and steam leak detection, including a base map of surveyed network, total number of feet surveyed, and a listing of leaks found. Leaks shall be listed in order of repair priority.

Copies of NAVAHCS record drawings will be made available for contractor use; the contractor will verify the validity of the record drawings prior to the start of work. Blue staking is not conducted on federal property.
The contractor shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the project.
Special Technical Requirements

Additional Service:
Pot holing or hand digging may be required (due to the inability to detect historic, aging utility pipelines) to site verify utility location and / or leak location or magnitude.

Archeological monitoring (up to 15 days) may be required (area dependent, see enclosed map) should soil disturbance be necessary. az.va_.prescott vamc.campus-wide construction program.pa_.11mar2019.pdf (achp.gov)

If remediation services (pipe repair, removal, replacement) are required, submit estimated scope of work in writing to Contracting Officer Representative / Contracting Officer.

Drawing Format:
All drawings shall adhere to VA project software requirements for Building Information Modeling (BIM) and Computer Aided Design (CAD) available at http://www.cfm.va.gov/til/projReq.asp. BIM software shall be Revit 2021 or the latest version available to NAVAHCS.

The project BIM model minimum requirements shall be developed to include the systems described as they would be built, the processes of installing them and to reflect record drawing conditions (possibly incorporating into the NAVAHCS Master Record Drawing). The deliverable model at the Schematic and CD design phases shall be developed to include as many of the systems described below (but not limited to) as are necessary and appropriate at that design phase.

Submittal Format:
Submittals shall be submitted in electronic format only, unless specifically required to be in hard copy format as listed below. Portable Document Format (.pdf), Microsoft Office Suite formats (.doc, .xls, and .ppt), Microsoft Project (.mpp) and Autodesk Revit Project (.rvt) files are acceptable. Submittals shall additionally be compliant with Section 508 of the Rehabilitation Act (29 U.S.C. '794 d); information on the requirements for accessible media can be found at http://www.section508.gov/ .

Meeting Minutes:
The contractor shall further provide meeting minutes for all meetings held under this contract.

VA Standards:
Contractor could access VA s technical library on the internet at if they need to know more about VA Standards. http//www.cfm.va.gov/til/

Codes:
The following codes and criteria shall be utilized to the extent applicable. The contractor should have personal copies of these documents for use during the project. The contractor shall make the COR aware of any conflicts between these documents and VA Handbooks, as applicable to this project, and obtain a decision.

NFPA 99 Health Care Facilities
ICC International Building Code
IAMPO International Plumbing Code
ASHRAE Fundamentals Handbook
OSHA Standards for General and Construction Industry

Contractor is encouraged to perform a facility visit, prior to Pre-Award. Please email contract specialist Marco Ramos at marco.ramos1@va.gov if you would like to schedule a site visit.

Contractor to provide a responsible party (Safety Officer, Quality Control or Superintendent) that possess current OSHA training; and be present during work activities.

Contractor to supply security plan, defining physical and administrative security procedures.
Deliver to: NAVAHCS, 500 Highway 89N, Prescott, AZ 86301. ATTN Ryan Mulligan
Work to be completed in a way to reduce impacts to the occupants. Surveying work should be conducted during normal business hours of M-F 7:00AM-4:00PM, excluding holidays.

Date Holiday
Monday, January 02 New Year s Day
Monday, January 16 Birthday of Martin Luther King, Jr.
Monday, February 20 Washington s Birthday
Monday, May 29 Memorial Day
Monday, June 19 Juneteenth National Independence Day
Tuesday, July 04 Independence Day
Monday, September 04 Labor Day
Monday, October 09 Columbus Day
Friday, November 10 Veterans Day
Thursday, November 23 Thanksgiving Day
Monday, December 25 Christmas Day

If surveying or interruption of utility services is required outside business hours, contractor shall notify COR.
2.7. Contractor Personnel Background Requirements.

a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive.

b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract.

c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government.

d. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials.

2.8. Contractor Employees

a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC).

b. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations.

c. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas.

2.10. Insurance Coverage

a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.

b. The Government shall be held 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.

c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer.

d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2.
3.a. FAR 52.212-1, Instructions to Offerors Commercial Items
3.b. FAR 52.212-2, Evaluation -- Commercial Items
3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
3.e. Supplemental Insurance Requirements
3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance
3.h. FAR 52.233-2, Service of Protest
3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution
3.j. VAAR 852.233-71, Alternative Protest Procedure

4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 1600 PST Friday May 24th, 2023, to marco.ramos1@va.gov. Ensure the following are completed and/or included in the quote packet:

4.3.a. Vendor Information with UEI number (Quotes need to be on Enclosure 1 form).
4.3.b. Acknowledgement of amendments
4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
4.3.d. Schedule of services
4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 05, 2023 10:19 am PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >