Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

Y -- ARJO System that must have ARJO Certification PN# 644-09-001 Patient Lift System

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs, Phoenix VAMC, Carl T. Hayden Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VISN/18PHX;650 E. Indian School Rd.;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-258-09-RP-0097
 
Response Due
3/31/2009
 
Archive Date
4/10/2009
 
Point of Contact
Gary E. Templingary.templin@va.gov<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
REQUEST FOR PROPOSALPROJECT 644-09-001, INSTALL SAFE PATIENT HANDLING AND MOVING SYSTEM (SPHM) PREPARED BY: PAT COLE 8 FEB 2009 1.1GENERAL INTENTION A. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors listed in descending order of importance, shall be used to evaluate offers: Technical Past Performance Cost/Price B. Technical is more important than Past Performance and both, when combined, are significantly more important than Cost or price. C. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, weather or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. D. Offerors should assure that their ability to meet or exceed the minimum needs of the Government is adequately described in the offer. The Government intends to evaluate proposals and award a contract without discussions with offerors. (except clarifications as described in Far 15306(a). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. E. Offerors shall submit four copies of technical capabilities and past performance information, separately from price proposal. F. The following items should be submitted to clearly demonstrate the offeror's technical capabilities and past performance. FACTOR 1:EXPERIENCE AND TECHNICAL APPROACH a)Demonstrate your understanding of the magnitude of the solicitation requirements and submit a proposed approach to meeting and/or exceeding Statement of Work. Demonstrate that you are a Certified ARJO installer and currently and regularly engaged in installation of ARJO MAXI SKY Ceiling Lift System and ARJO Pivoting Curtain Pole b)Fully describe the organization's experience in the performance of installation of ARJO MAXI SKY Ceiling Lift System, ARJO Pivoting Curtain Pole, and the associated infrastructure renovations to include structural, electrical, mechanical and other infrastructure modifications. Include the number of year's experience as an organization and the types of work have been performed. c)Describe the proposed Project Team for this effort and provide a brief resume of its personnel. d)Describe the organization's Quality Assurance Plan for insuring that the final product is delivered timely, efficiently, and effectively. e) Provide descriptive data on products to be supplied in this solicitation. FACTOR 2: PAST PERFORMANCE Fully describe the organizations past experience in work described by this solicitation. List the most recent first and include the contract/project number, name & telephone number of the customer's representative(s). If possible, submit at least one or more prior hospital construction project. List shall include projects that have been in operation for a period of not less than two years proceeding the date of these specifications. FACTOR 3: COST/PRICE Submit the offeror's pricing proposal consisting of a properly completed and signed Standard Form 1442. All cost and price information should be included by attachment to the pricing proposal. The price proposal shall be specific, complete in every detail, and separate from the technical proposal. It shall contain supporting cost information in sufficient detail to indicate how the offeror arrived at the proposed prices. IF INFORMATION IS NOT PRESENTED IN THE ORDER IDENTIFIED ABOVE,GOVERNMENT MAY CONSIDER YOUR OFFER NON-RESPONSIVE.. B. Scope of Work 1.The Contractor shall provide a technical and cost proposal for turn-key services to include but not limited to: 2.Site Survey indicating obstacles affecting ceiling lift system a.Above and below the ceiling grid including all conflicting utilities, lights, sprinkler system, medical gas systems and HVAC ductwork. b.Modifications to privacy curtain track that may intersect the track route. c.Modifications to door/passageway headers that may be required for through track installation. d.Relocation or modification of any wall mounted fixtures or fittings are obstacles to installation locations. e.Asbestos investigations and quantities shall be determined during the survey phase of this project. There is possible ACM drywall seams above bathroom doors requiring modifications and possible ACM piping insulation requiring modifications above ceiling grid. 3.Written plan for installation of track lift system and curtain poles including mechanical anchor designs. 4.Written plan for modifying existing structural, mechanical, electrical and other infrastructure systems. 5.Written asbestos survey and removal plan. 6. A structural engineer approved load test written plan for certifying the capacity of the installed track. 7.Schematic Plans for routing and locations of new equipment, and infrastructure modifications. Schematic Plans for track installation layout and details. 8.Provide Infection Control Measures during installation per Para 1.8. 9.Phasing Plan to minimize interruption of service. Phasing shall be coordinated with VA and shall allow for moving to rooms as they become available. 10.Installation of new Government-supplied "ARJO MAXI SKY Ceiling Lift System and ARJO Pivoting Curtain Pole" 11.Provide load testing of finished track installation C.Visits to the site by offerors may be made only by appointment with the Medical Center Contracting Officer. D.The VAMC COTR will render certain technical services during construction. Such services shall be considered as advisory to the Government and shall not be construed as expressing or implying a contractual act of the Government without affirmations by Contracting Officer or his duly authorized representative. E.Before placement and installation of work subject to tests by testing laboratory retained by Department of Veterans Affairs, the Contractor shall notify the COTR in sufficient time to enable testing laboratory personnel to be present at the site in time for proper taking and testing of specimens and field inspection. Such prior notice shall be not less than three work days unless otherwise designated by the COTR. F.All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. G.Prior to commencing work, general contractor shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b) (2) will maintain a presence at the work site whenever the general or subcontractors are present. H.Training: 1.Beginning July 31, 2005, all employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA CP with input from the ICRA team. 2.Submit training records of all such employees for approval before the start of work. 1.2 STATEMENT OF BID ITEM(S) A. GENERAL CONSTRUCTION: Work includes general construction and alterations required to provide general construction, alter existing structural, mechanical, and electrical systems as required. B. BASE BID: Base bid includes all work identified in SOW. C. DEDUCTIVE ALTERNATE NO 1: All work identified in the Base Bid less requirements for SPD. 1.3 CONSTRUCTION SECURITY REQUIREMENETS A.Security Plan: 1.The security plan defines both physical and administrative security procedures that will remain effective for the entire duration of the project. 2.The General Contractor is responsible for assuring that all sub-contractors working on the project and their employees also comply with these regulations. B.Security Procedures: 1.General Contractor's employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. 2.For working outside the "regular hours" as defined in the contract, The General Contractor shall give 3 days notice to the Contracting Officer so that security escort arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. 3.No photography of VA premises is allowed without written permission of the Contracting Officer. 4.VA reserves the right to close down or shut down the project site and order General Contractor's employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. C.Key Control: 1.The General Contractor shall provide duplicate keys and lock combinations to the COTR for the purpose of security inspections of every area of project including tool boxes and parked machines and take any emergency action. D.Document Control: 1.Before starting any work, the General Contractor/Sub Contractors shall submit an electronic security memorandum describing the approach to following goals and maintaining confidentiality of "sensitive information". 2.The General Contractor is responsible for safekeeping of all drawings, project manual and other project information. This information shall be shared only with those with a specific need to accomplish the project. 3.These security documents shall not be removed or transmitted from the project site without the written approval of Contracting Officer. 4.All paper waste or electronic media such as CD's and diskettes shall be shredded and destroyed in a manner acceptable to the VA. 5.Notify Contracting Officer and Site Security Officer immediately when there is a loss or compromise of "sensitive information". 6.All electronic information shall be stored in specified location following VA standards and procedures using an Engineering Document Management Software (EDMS). a.Security, access and maintenance of all project drawings, both scanned and electronic shall be performed and tracked through the EDMS system. b."Sensitive information" including drawings and other documents may be attached to e-mail provided all VA encryption procedures are followed. E.Motor Vehicle Restrictions 1.Vehicle authorization request shall be required for any vehicle entering the site and such request shall be submitted 24 hours before the date and time of access. Access shall be restricted to picking up and dropping off materials and supplies. 2.Separate permits shall be issued for General Contractor and its employees for parking in designated areas only. 1.4 FIRE SAFETY A.Applicable Publications: Publications listed below form part of this Article to extent referenced. Publications are referenced in text by basic designations only. 1.American Society for Testing and Materials (ASTM): E84-2007Surface Burning Characteristics of Building Materials 2.National Fire Protection Association (NFPA): 10-2006Standard for Portable Fire Extinguishers 30-2003Flammable and Combustible Liquids Code 51B-2003Standard for Fire Prevention During Welding, Cutting and Other Hot Work 70-2008National Electrical Code NFPA 70E (2004; AMD 2004) Electrical Safety in the Workplace 241-2004Standard for Safeguarding Construction, Alteration, and Demolition Operations 3.Occupational Safety and Health Administration (OSHA): 29 CFR 1926Safety and Health Regulations for Construction B.Fire Safety Plan: Establish and maintain a fire protection program in accordance with 29 CFR 1926. Prior to start of work, prepare a plan detailing project-specific fire safety measures, including periodic status reports, and submit to COTR and Facility Safety Manager for review for compliance with contract requirements in accordance with Section 01340, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Prior to any worker for the contractor or subcontractors beginning work, they shall undergo a safety briefing provided by the general contractor's competent person per OSHA requirements. This briefing shall include information on the construction limits, VAMC safety guidelines, means of egress, break areas, work hours, locations of restrooms, use of VAMC equipment, etc. Documentation shall be provided to the COTR that individuals have undergone contractor's safety briefing. C.Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. D.Separate temporary facilities, such as trailers, storage sheds, and dumpsters, from existing buildings and new construction by distances in accordance with NFPA 241. For small facilities with less than 6 m (20 feet) exposing overall length, separate by 3m (10 feet E.Temporary Heating and Electrical: Install, use and maintain installations in accordance with 29 CFR 1926, NFPA 241 and NFPA 70. F.Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COTR and facility Safety Manager. G.Egress Routes for Construction Workers: Maintain free and unobstructed egress. Inspect daily. Report findings and corrective actions weekly to COTR and facility Safety Manager. H.Fire Extinguishers: Provide and maintain extinguishers in construction areas and temporary storage areas in accordance with 29 CFR 1926, NFPA 241 and NFPA 10. I.Flammable and Combustible Liquids: Store, dispense and use liquids in accordance with 29 CFR 1926, NFPA 241 and NFPA 30. J.Existing Fire Protection: Do not impair automatic sprinklers, smoke and heat detection, and fire alarm systems, except for portions immediately under construction, and temporarily for connections. Provide fire watch for impairments more than 4 hours in a 24-hour period. Request interruptions in accordance with Article, OPERATIONS AND STORAGE AREAS, and coordinate with COTR and facility Safety Manager. All existing or temporary fire protection systems (fire alarms, sprinklers) located in construction areas shall be tested as coordinated with the medical center. Parameters for the testing and results of any tests performed shall be recorded by the medical center and copies provided to the COTR. K.Smoke Detectors: Prevent accidental operation. Remove temporary covers at end of work operations each day. Coordinate with COTR and facility Safety Manager. L.Fire Hazard Prevention and Safety Inspections: Inspect entire construction areas weekly. Coordinate with, and report findings and corrective actions weekly COTR and facility Safety Manager. M.Smoking: Smoking is prohibited in and adjacent to construction areas inside existing buildings and additions under construction. In separate and detached buildings under construction, smoking is prohibited except in designated smoking rest areas. N.Dispose of waste and debris in accordance with NFPA 241. Remove from buildings daily. O.Perform other construction, alteration and demolition operations in accordance with 29 CFR 1926. P.If required, submit documentation to the COTR that personnel have been trained in the fire safety aspects of working in areas with impaired structural or compartmentalization features. 1.5 OPERATIONS AND STORAGE AREAS A.The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. B.Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be erected by the Contractor only with the approval of the Contracting Officer and shall be built with labor and materials furnished by the Contractor without expense to the Government. The temporary buildings and utilities shall remain the property of the Contractor and shall be removed by the Contractor at its expense upon completion of the work. With the written consent of the Contracting Officer, the buildings and utilities may be abandoned and need not be removed. C.The Contractor shall, under regulations prescribed by the Contracting Officer, use only established roadways, or use temporary roadways constructed by the Contractor when and as authorized by the Contracting Officer. When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, or roads. D.Working space and space available for storing materials shall be as shown on the drawings. as determined by the COTR. E.Workmen are subject to rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others. Keep roads clear of construction materials, debris, standing construction equipment and vehicles at all times. F.Execute work so as to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied, during construction, jointly by patients or medical personnel, and Contractor's personnel, except as permitted by COTR where required by limited working space. 1.Do not store materials and equipment in other than assigned areas. 2. Schedule delivery of materials and equipment to immediate construction working areas within buildings in use by Department of Veterans Affairs in quantities sufficient for not more than two work days. Provide unobstructed access to Medical Center areas required to remain in operation. 3.Where access by Medical Center personnel to vacated portions of buildings is not required, storage of Contractor's materials and equipment will be permitted subject to fire and safety requirements. G.When a building is turned over to Contractor, Contractor shall accept entire responsibility therefore. 1.Contractor shall maintain a minimum temperature of 4 degrees C (40 degrees F) at all times, except as otherwise specified. 2.Contractor shall maintain in operating condition existing fire protection and alarm equipment. In connection with fire alarm equipment, Contractor shall make arrangements for pre inspection of site with Fire Department or Company (Department of Veterans Affairs or municipal) whichever will be required to respond to an alarm from Contractor's employee or watchman. H.Utilities Services: Maintain existing utility services for Medical Center at all times. Provide temporary facilities, labor, materials, equipment, connections, and utilities to assure uninterrupted services. Where necessary to cut existing water, steam, gases, sewer or air pipes, or conduits, wires, cables, etc. of utility services or of fire protection systems and communications systems (including telephone), they shall be cut and capped at suitable places where shown; or, in absence of such indication, where directed by COTR. 1.No utility service such as water, gas, steam, sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COTR. Electrical work shall be accomplished with all affected circuits or equipment de-energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director's prior knowledge and written approval. 2.Contractor shall submit a request to interrupt any such services to COTR, in writing, 48 hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. 3.Contractor will be advised (in writing) of approval of request, or of which other date and/or time such interruption will cause least inconvenience to operations of Medical Center. Interruption time approved by Medical Center may occur at other than Contractor's normal working hours. 4.Major interruptions of any system must be requested, in writing, at least 15 calendar days prior to the desired time and shall be performed as directed by the COTR.. 5.In case of a contract construction emergency, service will be interrupted on approval of COTR. Such approval will be confirmed in writing as soon as practical. 6. Once approved, and prior to beginning work on the utility system requiring shut down, attend a pre-outage coordination meeting with the Contracting Officer to review the scope of work and the lock-out/tag-out procedures for worker protection. No work will be performed on energized electrical circuits unless proof is provided that no other means exist. I.Abandoned Lines: All service lines such as wires, cables, conduits, ducts, pipes and the like, and their hangers or supports, which are to be abandoned but are not required to be entirely removed, shall be sealed, capped or plugged. The lines shall not be capped in finished areas, but shall be removed and sealed, capped or plugged in ceilings, within furred spaces, in unfinished areas, or within walls or partitions; so that they are completely behind the finished surfaces. J.To minimize interference of construction activities with flow of Medical Center traffic, comply with the following: 1.Keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. Wherever excavation for new utility lines cross existing roads, at least one lane must be open to traffic at all times. 2.Method and scheduling of required cutting, altering and removal of existing roads; walks and entrances must be approved by the COTR. K.Coordinate the work for this contract with other construction operations as directed by COTR. L.Clean Up: cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the areas in a clean, neat condition. 1.6 ALTERATIONS A.Survey: Before any work is started, the Contractor shall make a thorough survey with the COTR and a representative of VA Supply Service, of areas of buildings in which alterations occur and areas which are anticipated routes of access, and furnish a report, signed by both, to the Contracting Officer. This report shall list by rooms and spaces: 1.Existing condition and types of resilient flooring, doors, windows, walls and other surfaces not required to be altered throughout affected areas of building. 2.Existence and conditions of items such as plumbing fixtures and accessories, electrical fixtures, equipment, venetian blinds, shades, etc., required by drawings to be either reused or relocated, or both. 3.Shall note any discrepancies between drawings and existing conditions at site. 4.Shall designate areas for working space, materials storage and routes of access to areas within buildings where alterations occur and which have been agreed upon by Contractor and COTR. B.Any items required to be either reused or relocated or both, found during this survey to be nonexistent, or in opinion of COTR and/or Contracting Officer, to be in such condition that their use is impossible or impractical, shall be furnished and/or replaced by Contractor with new items in accordance with specifications which will be furnished by Government. Provided the contract work is changed by reason of this subparagraph B, the contract will be modified accordingly, under provisions of clause entitled "DIFFERING SITE CONDITIONS" (FAR 52.236 2) and "CHANGES" (FAR 52.243 4 and VAAR 852.236 88) of Section 00 72 00, GENERAL CONDITIONS. C.Re Survey: Thirty days before expected partial or final inspection date, the Contractor and COTR together shall make a thorough re survey of the areas of buildings involved. They shall furnish a report on conditions then existing, of resilient flooring, doors, windows, walls and other surfaces as compared with conditions of same as noted in first condition survey report: 1.Re survey report shall also list any damage caused by Contractor to such flooring and other surfaces, despite protection measures; and, will form basis for determining extent of repair work required of Contractor to restore damage caused by Contractor's workmen in executing work of this contract. D.Protection: Provide the following protective measures: 1.Wherever existing roof surfaces are disturbed they shall be protected against water infiltration. In case of leaks, they shall be repaired immediately upon discovery. 2.Temporary protection against damage for portions of existing structures and grounds where work is to be done, materials handled and equipment moved and/or relocated. 3.Protection of interior of existing structures at all times, from damage, dust and weather inclemency. Wherever work is performed, floor surfaces that are to remain in place shall be adequately protected prior to starting work, and this protection shall be maintained intact until all work in the area is completed. 1.7 INFECTION PREVENTION MEASURES A.Implement the requirements of VAMC's Infection Control Risk Assessment (ICRA) team. ICRA Group may monitor dust in the vicinity of the construction work and require the Contractor to take corrective action immediately if the safe levels are exceeded. B.Establish and maintain a dust control program as part of the contractor's infection preventive measures in accordance with the guidelines provided by ICRA Group as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to COTR and Facility ICRA team for review for compliance with contract requirements. C.Medical center Infection Control personnel shall monitor for airborne disease (e.g. aspergillosis) as appropriate during construction. A baseline of conditions may be established by the medical center prior to the start of work and periodically during the construction stage to determine impact of construction activities on indoor air quality. In addition: 1.The RE and VAMC Infection Control personnel shall review pressure differential monitoring documentation to verify that pressure differentials in the construction zone and in the patient-care rooms are appropriate for their settings. The requirement for negative air pressure in the construction zone shall depend on the location and type of activity. Upon notification, the contractor shall implement corrective measures to restore proper pressure differentials as needed. 2.In case of any problem, the medical center, along with assistance from the contractor, shall conduct an environmental assessment to find and eliminate the source. D.In general, following preventive measures shall be adopted during construction to keep down dust and prevent mold. 1.Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COTR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. 2.Do not perform dust producing tasks within occupied areas without the approval of the COTR. For construction in any areas that will remain jointly occupied by the medical Center and Contractor's workers, the Contractor shall: a.Provide dust proof temporary drywall construction barriers to completely separate construction from the operational areas of the hospital in order to contain dirt debris and dust. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Maintain negative air at all times. A fire retardant polystyrene, 6-mil thick or greater plastic barrier meeting local fire codes may be used where dust control is the only hazard, and an agreement is reached with the COTR and Medical Center. b.HEPA filtration is required where the exhaust dust may reenter the breathing zone. Contractor shall verify that construction exhaust to exterior is not reintroduced to the medical center through intake vents, or building openings. Install HEPA (High Efficiency Particulate Accumulator) filter vacuum system rated at 95% capture of 0.3 microns including pollen, mold spores and dust particles. Insure continuous negative air pressures occurring within the work area. HEPA filters should have ASHRAE 85 or other prefilter to extend the useful life of the HEPA. Provide both primary and secondary filtrations units. Exhaust hoses shall be heavy duty, flexible steel reinforced and exhausted so that dust is not reintroduced to the medical center. c.Adhesive Walk-off/Carpet Walk-off Mats, minimum 600mm x 900mm (24" x 36"), shall be used at all interior transitions from the construction area to occupied medical center area. These mats shall be changed as often as required to maintain clean work areas directly outside construction area at all times. d.Vacuum and wet mop all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA filtration. Maintain surrounding area frequently. Remove debris as they are created. Transport these outside the construction area in containers with tightly fitting lids. e.The contractor shall not haul debris through patient-care areas without prior approval of the COTR and the Medical Center. When, approved, debris shall be hauled in enclosed dust proof containers or wrapped in plastic and sealed with duct tape. No sharp objects should be allowed to cut through the plastic. Wipe down the exterior of the containers with a damp rag to remove dust. All equipment, tools, material, etc. transported through occupied areas shall be made free from dust and moisture by vacuuming and wipe down. f.Using a HEPA vacuum, clean inside the barrier and vacuum ceiling tile prior to replacement. Any ceiling access panels opened for investigation beyond sealed areas shall be sealed immediately when unattended. g.There shall be no standing water during construction. This includes water in equipment drip pans and open containers within the construction areas. All accidental spills must be cleaned up and dried within 12 hours. Remove and dispose of porous materials that remain damp for more than 72 hours. h.At completion, remove construction barriers and ceiling protection carefully, outside of normal work hours. Vacuum and clean all surfaces free of dust after the removal. E.Final Cleanup: 1.Upon completion of project, or as work progresses, remove all construction debris from above ceiling, vertical shafts and utility chases that have been part of the construction. 2.Perform HEPA vacuum cleaning of all surfaces in the construction area. This includes walls, ceilings, cabinets, furniture (built-in or free standing), partitions, flooring, etc. 3.All new air ducts shall be cleaned prior to final inspection. 1.8 DISPOSAL AND RETENTION A.Materials and equipment accruing from work removed and from demolition of buildings or structures, or parts thereof, shall be disposed of as follows: 2.Items not reserved shall become property of the Contractor and be removed by Contractor from Medical Center. 3.Items of portable equipment and furnishings located in rooms and spaces in which work is to be done under this contract shall remain the property of the Government. When rooms and spaces are vacated by the Department of Veterans Affairs during the alteration period, such items which are NOT required by drawings and specifications to be either relocated or reused will be removed by the Government in advance of work to avoid interfering with Contractor's operation. a.Copies of the following listed CFR titles may be obtained from the Government Printing Office: 40 CFR 261Identification and Listing of Hazardous Waste 40 CFR 262Standards Applicable to Generators of Hazardous Waste 40 CFR 263Standards Applicable to Transporters of Hazardous Waste 40 CFR 761PCB Manufacturing, Processing, Distribution in Commerce, and use Prohibitions 49 CFR 172Hazardous Material tables and Hazardous Material Communications Regulations 49 CFR 173Shippers General Requirements for Shipments and Packaging 49 CRR 173Subpart A General 49 CFR 173Subpart B Preparation of Hazardous Material for Transportation 49 CFR 173Subpart J Other Regulated Material; Definitions and Preparation TSCACompliance Program Policy Nos. 6 PCB 6 and 6 PCB 7 1.9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS A.The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work sites, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree pruning compound as directed by the Contracting Officer. B.The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. 1.10 RESTORATION A.Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Except as otherwise shown or specified, do not cut, alter or remove any structural work, and do not disturb any ducts, plumbing, steam, gas, or electric work without approval of the COTR. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COTR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. B.Upon completion of contract, deliver work complete and undamaged. Existing work (walls, ceilings, partitions, floors, mechanical and electrical work, lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. C.At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen to existing piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are indicated on drawings and which are not scheduled for discontinuance or abandonment. D.Expense of repairs to such utilities and systems not shown on drawings or locations of which are unknown will be covered by adjustment to contract time and price in accordance with clause entitled "CHANGES" (FAR 52.243 4 and VAAR 852.236 88) and "DIFFERING SITE CONDITIONS" (FAR 52.236 2) of Section 00 72 00, GENERAL CONDITIONS. 1.11 LAYOUT OF WORK A.The Contractor shall lay out the work and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at Contractor's own expense, all equipment, tools, materials, and labor required to lay out any part of the work. The Contractor shall be responsible for executing the work to the lines established or indicated by the Contracting Officer. 1.12 AS-BUILT DRAWINGS A.The contractor shall maintain two full size sets of as-built drawings which will be kept current during construction of the project, to include all contract changes, modifications and clarifications. Sign off red line drawings with COTR with all changes made. B.All variations shall be shown in the same general detail as used in the contract drawings. To insure compliance, as-built drawings shall be made available for the COTR's review, as often as requested. C.Contractor shall deliver two approved completed sets of CAD drawings to the COTR within 15 calendar days after each completed phase and after the acceptance of the project by the COTR. D.Paragraphs A, B, & C shall also apply to all shop drawings 1.13 TEMPORARY USE OF EXISTING ELEVATORS Contractor makes all arrangements with the COTR for use of elevators. The COTR will ascertain that elevators are in proper condition. 1.14 AVAILABILITY AND USE OF UTILITY SERVICES A.The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies. B.The Contractor, at Contractor's expense and in a workmanlike manner satisfactory to the Contracting Officer, shall install and maintain all necessary temporary connections and distribution. Before final acceptance of the work by the Government, the Contractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. 1.15 TESTS A.The Contractor shall schedule a date for testing two weeks in advance with the COTR for the newly installed system. Prior to that test any and all reports required by other vendors shall be provided, e.g. elevator certification. B.All related components as defined above shall be functioning when any system component is tested. Tests shall be completed within a reasonably short period of time during which operating and environmental conditions remain reasonably constant. D.Individual test result of any component, where required, will only be accepted when submitted with the test results of related components and of the entire system. 1.16 OPERATING AND MAINTENANCE MANUALS A.Contractor shall furnish Maintenance and Operating manuals and verbal instructions when required by the various sections of the specifications and as hereinafter specified. B.Manuals: Maintenance and operating manuals (four copies each) for each separate piece of equipment shall be delivered to the COTR coincidental with the delivery of the equipment to the job site. Manuals shall be complete, detailed guides for the maintenance and operation of equipment. They shall include complete information necessary for starting, adjusting, maintaining in continuous operation for long periods of time and dismantling and reassembling of the complete units and sub assembly components. Manuals shall include an index covering all component parts clearly cross referenced to diagrams and illustrations. Illustrations shall include "exploded" views showing and identifying each separate item. Emphasis shall be placed on the use of special tools and instruments. The function of each piece of equipment, component, accessory and control shall be clearly and thoroughly explained. All necessary precautions for the operation of the equipment and the reason for each precaution shall be clearly set forth. Manuals must reference the exact model, style and size of the piece of equipment and system being furnished. Manuals referencing equipment similar to but of a different model, style, and size than that furnished will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2064a88251a65a638a41528ed2453258&tab=core&_cview=1)
 
Place of Performance
Address: 650 Indian School Road;Phoenis, AZ<br />
Zip Code: 85012<br />
 
Record
SN01779365-W 20090329/090327215218-2064a88251a65a638a41528ed2453258 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.