Bid Opportunity: N062--36C25723B0031 | Waco Bldg. 4 Main Entry Lighting Repairs

Customer Login

Government Bid Opportunity

Title:

N062--36C25723B0031 | Waco Bldg. 4 Main Entry Lighting Repairs

Category: N - Installation of Equipment

Get Started   

To view similar Open Bids we recommend the Federal, State & Local package.

Bid Details

     
Type:   Bid
Agency Type:   Federal
State:   Texas
Date Entered:   03/10/2023
Due Date:   03/27/2023
Agency:   VETERANS AFFAIRS, DEPARTMENT OF, TX
Description:   SCOPE OF WORKWaco, Building 4, Main Entry Light RepairsDepartment of Veterans AffairsDoris Miller Medical CenterBACKGROUND: The VA Central Texas Healthcare System has a requirement for construction services to demo existing lighting system and installation of a new lighting system for Building 4, Patient Main Entry walkways. Work will be done at the Dept. of Veterans Affairs, Doris Miller Medical Center, building 4 located at 4800 Memorial Drive, Waco, TX 76711.OBJECTIVE: The contractor shall provide all personnel, services, vehicles, transportation, tools, equipment, materials, supplies, facility supervision, administration supervision and any other item(s) necessary to perform and accomplish this service. The contractor shall be familiar with all the terms, conditions, and requirement herein contained. All work must comply with federal, state, and local regulations. After all work is completed, the contractor will have a final walk-through with the VA COR or Alternative COR to ensure all work is completed and ready to receive payment.Prior to bid, offerors are urged and expected to attend the scheduled site visit, where the work will be performed to become acquainted with existing site conditions and requirements for this project. The VA is not responsible for the Vendor s misconceptions of the Conditions and requirements for this construction service. The C&A requirements do not apply, and that a Security Accreditation Package is not required for this contract. 1. PROJECT REQUIREMENTS A. Base Bid Work - Entry Light ReplacementContractor shall be responsible for providing all materials, and equipment needed to demo and install 10 new LED bollard lights for the front entry of Building 4.Contractor will demo existing light system: conduit, wires, lights, and concrete pedestals.Contractor will remove and dispose of all demolished materials per Federal Regulations.Contractor will save all river rock to be reinstalled when job is complete.Contractor will trench approximately 235 LF to install new PVC electrical conduit lines.Contractor will need to cut approximately 70 LF of sidewalk to install the new electrical conduit.Contractor will run all new PVC Conduit (Schedule 40) and sub up into the pedestal base for wiring the bollard.At the end of each run, a poured concrete pedestal with anchor bolts must be set with 3 of anchor bolts above the top of the concrete.See specification for installation.#3 rebar will used in the concrete strength for the concrete pedestal base and anchor bolts set in the concrete pedestal as well.Contractor will use 2500 to 3000 Psi concrete for the bollard bases and finish them with a light broom finish. No concrete segregation will be allowed in the concrete. 9) Then the contractor will pull wire in a daisy chain with all electrical wiring leading back to original existing power source from the sub-basement of Building 4. The wire will be tied back into the existing connection. 10) Finally, the contractor will set 10 new LED bollard lights and supply 2 extra lights to the VA COR for spare lighting. Specification for Bollard Lighting: BL25-NW-G1-5-8-BZ, LED Commercial Lighting 11) The contractor will back fill all trenches and compact the dirt, the contractor might have to bring back in sand for compaction and build the trenches up to existing soil, the saved river rock will be placed back on top to matching the existing surround areas. 12) All saws cut joints will need to pack with backer rod and sealed with gray NP-1.2. PERFORMANCE The Period of Performance will not exceed 120 days from the start of Notice to Proceed (NTP + 120 days). The Period of Performance includes time for material procurement.3. PROGRAM OFFICE POINTS OF CONTACTS A. Contractor will contact the appointed Contracting Officer Representative (COR) prior to the start of the work. 1) Contracting Officer s Representative (COR): Rene Flores, Engineering Technician, Engineering Service, 254-297-3722, Rene.Flores2@va.gov 2) Supervisory POC: Moses Briscoe, M&O Section Chief - Engineering Service, 254-709- 3992, Moses.Briscoe1@va.gov B. Contractor will coordinate with appointed VA COR before the start of work and through completion. See the government holiday schedule below: 1) Government Holidays: The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays:New Year's Day January 1stMartin Luther King's Birthday Third Monday in JanuaryWashington s Birthday Third Monday in FebruaryMemorial Day Last Monday in MayJuneteenth June 19thIndependence Day July 4thLabor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeterans Day November 11thThanksgiving Day Fourth Thursday in NovemberChristmas December 25th 2) In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation 3) It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation. In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than, normal compensation for the time worked. 4) For scheduling work outside of normal working hours and workdays, the contractor shall submit a written request for approval to the VA-COR at least five (5) working days prior to the proposed start of such work.4. INVOICES AND PAYMENT A. Submit the proper documentation and reports to receive payment on this service. See information below: 1) Payment to be made monthly, in arrears, following satisfactory performance by Contractor s personnel and upon receipt of a properly prepared invoice. 2) 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. 3) The contract shall have current registration in the System for Award Management (SAM) for this solicitation; URL: www.sam.gov. 4) 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 purchase order numbers.Contract and obligation numbers.5. WARRANTY PERIOD The Contractor must provide one (1) year warranty on parts and labor. The warranty period shall become effective on the date and upon the VA COR s signed acceptance.6. CODES AND STANDARDS A. The project shall be in accordance with the latest Uniform Building Code (UBC), National Fire Protection Associate (NFPA) standard, Uniform Federal Accessibility Standard (UFAS), VA Specifications and Standards, and local facility requirements. In the event there is conflict between any of the standards/codes, the more stringent standard/code shall apply. B. The contractor shall provide all applicable safety signage and barricades applicable to OSHA, VHA and DOD regulations. Contractor shall comply with VHA DIRECTIVE 2004- 012 and all VA Center Policy Memorandums, including but not limited to the following: 1) Protection of patients, visitors, and employees from traumatic injury, as well as occupational and facility associated infections. 2) Compliance with OSHA and State construction safety regulations. Construction contracts require that the general contractor s on-site competent person have completed the OSHA 30-hour construction worker course and that all other general and sub- contractor s workers have completed the OSHA 10-hour construction worker course or other relevant competency training. The determination for training is based on the project hazards and complexity, State and Federal regulations and VA requirements. Verification of completion of training will be required prior to performing work. 3) Compliance with EPA and State environmental regulations.7. SAFETY REQUIREMENTS A. Prior to performing any work, the contractor will be required to submit a safety plan in accordance with OSHA and VA Regulations. B. The safety plan shall include, but not limited to the following:Safety and Health Policy (i.e., company policy)Safety and Health Objectives (i.e., company goals, procedures, etc.)Job Site Inspections (i.e., safety inspection/potential hazards/prevention, etc.)Contractor Safety Administrator (i.e., competent person/safety officer)Personal Protective Equipment is available and worn (i.e., head, hearing, and eye protection, footwear, clothing, gloves, etc.)Safety Rules (i.e., rules applicable to the work/task being performed, equipment, ladders, confined spaces, open flame, etc.)Job Safety Training (i.e., OSHA, safety meetings, etc.)30 Hour OSHA Construction Safety Course competent person10 Hour OSHA Construction Safety Course all othersSafety Discipline (i.e., correction of violations, etc.)Hot Work Permit (i.e., responsibilities, procedures, etc.) Emergency Procedures (i.e., responsibilities, procedures, etc.) Written Hazard Communication Program (i.e., responsibilities, procedures, list of hazards, MSDS, etc.) Trained on Lockout/Tagout practices and procedures.8. REQUIREMENTS AND CONSIDERATIONS A. The contractor shall have a bond to bid on this project. B. The contractor shall be responsible for the verification of all requirements, field measurements and existing site conditions for this project. C. The contractor is urged to attend the scheduled site visit to become acquainted with project requirements and verification of existing site conditions. D. The contractor shall provide adequate documentation verifying that any equipment and/or materials proposed will meet or exceed all federal government requirements. E. The contractor must provide its own lockout/tagout. F. The prime contractor superintendent must have a valid OSHA 30 card certification and provide it with the bid package. G. The prime contractor superintendent shall always be onsite and available to address any needs or concerns the VA COR or Alternative COR may have during the period of performance. H. The contractor shall be responsible for the removal of project demo materials/debris /equipment from this facility when complete. I. The removal and installation shall be performed during normal working hours unless otherwise given notice by the appointed VA COR. Normal working hours are Monday thru Friday, from 7:30 am to 4:30 pm. J. The contractor shall thoroughly clean inside and outside of project site areas daily, at the end of each workday, with contractor s own equipment and supplies. K. Contractor must provide metal security perimeter fencing around the work site and shall be secured at the end of each workday and for the duration of the project. L. Discrepancies between field conditions, project documents, and this scope of work shall be promptly addressed to the Contracting Officer. M. Contractor is responsible to repair at contractors own expense in the event any lines and or wires are accidentally cut by the contractor.9. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal ContractorsA. COVID-19 Mandated Protocol 1) Contractor employees who work in or travel to VHA locations must comply with the following documentation requirements: (a) If fully vaccinated, shall show proof of vaccination i) 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. (b) If unvaccinated and granted a medical or religious exception, 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. (c) 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. (d) 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. 2) 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 following website: COVID-19 Screening Tool. Regularly check the website for updates. (a) Contractor employees who work away from VA locations, but who will have direct patient 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. 3) Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.Specification:Stonco, LED Commercial Bollard (BL25)
257-NETWORK CONTRACT OFFICE 17 (36C257) Department of Veterans Affairs Central Texas Health Care System 76006 2301 E. LAMAR BLVD ARLINGTON TX 76006 Jennifer Stringer, Contract Specialist, Email Jennifer.Stringer@va.gov
RFP Number:   36C25723B0031
Bid Documents:   Download Document
The official solicitation bid document(s) posted by the agency, often including detailed specifications, requirements, forms and directions necessary for bid submission.
     

Related Info

More bids and rfps in:
Most popular bid categories:
Construction bids, Architectural and Engineering bids, Grounds and Landscaping bids, IT/Technology Consulting bids, Janitorial and Cleaning bids, Security and Safety bids, View all categories »
Most popular bidding states:
California bids, Texas bids, Florida bids, Massachusetts bids, Georgia bids, New Jersey bids, North Carolina bids, New York bids, View all regions »

Help Navigation

About GovernmentBids.com | Alternative To FBO | Help | Watch Overview | Site Map | Legal Notice | Privacy Policy | Terms & Conditions

Copyright © GovernmentBids.com - All rights reserved.