Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
DOCUMENT

46 -- Inspection of Water Tower - Attachment

Notice Date
12/7/2011
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;Palm Beach Gardens FL 33410-6400
 
ZIP Code
33410-6400
 
Solicitation Number
VA24812I0373
 
Response Due
12/5/2011
 
Archive Date
12/20/2011
 
Point of Contact
Sylvia Nobles
 
E-Mail Address
2-6849<br
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes. This announcement does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this RFI are preferred VIA E-MAIL to sylvia.nobles@va.gov. This RFI can be obtained in a clearer and better formatted electronic form by sending a request to Sylvia Nobles at this same email address. The purpose of this RFI is to obtain market research in order to make appropriate acquisition decisions and to gain knowledge of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, and other small businesses interested in, and capable of, providing the metal doors outlined below. Some evidence of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses adequate functional area expertise and the relevant experience necessary to successfully provide these items to the West Palm Beach VA Healthcare System. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total small business set-aside is anticipated for this requirement. However, depending on the responses to this notice, an alternative set-aside or full and open competition may be pursued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561790 "Inspection of Water Tower. Responses to this notice should include the following: (1) company name (2) address (3) point of contact (4) phone, fax, and email (5) DUNS number and Cage Code (6) business size (the standard for a small business for this procurement is 500 employees or less) (7) small business type (if applicable), e.g. services disabled veteran owned small business, veteran-owned small business, woman-owned business, etc. (8) a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below (9) evidence of experience doing the same type of work All interested respondents should submit information by e-mail, mail or ground carrier to: Sylvia Nobles, Contract Specialist at West Palm Beach VA Medical Center sylvia.nobles@va.gov West Palm Beach VA MEDICAL CENTER 7305 N. Military Trail Bldg 12 West Palm Beach, FL, 33410 All information submissions to be marked Attn: Sylvia Nobles, Contract Specialist (90C) and should be received no later than 5:00 PM Eastern Time on December 9, 2011. Notice to potential offertory: All offertories that provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR located on the web at www.ccr.gov). This is for MARKET RESEARCH purposes only. DESCRIPTION OF REQUIREMENT: INSPECTION OF WATER TOWER FOR VA MEDICAL CENTER WPB Scope of Work: Provide FIVE (5) year "in-service" inspection of water tower. Date:11-7-11 REVISED: 11-21-2011 548-12-1-5512-0044 Contractor shall provide all necessary labor, materials, tools, equipment, and supervision for the 5 year, in-service inspection of VA's water tower. Contractor shall visit the work site, and verify all existing conditions and include all such implications in his proposal. Site visit is strongly recommended. All work shall be in accordance with all applicable codes, and requirements - including but not limited to: OSHA, EPA, AWWA, NFPA, NEC, and other related codes / standards. Work shall be executed during VA's normal administrative hours - 700a to 430p, Monday thru Friday. Overtime hours, and weekends, are at the contractor discretion and will not be cause for a change in contract. In-service inspection: Contractor shall have extensive regular experience in the "in-service" inspections of water towers. Provide documentation indicating 5 years previous experience in this work. Include names and current phone numbers of five (5) contacts who have firsthand knowledge of this contractors work. NOTE: listed contacts will be contacted by VA. Contractor shall submit to VA's COTR written procedures, and staff training. Includes diver preparation, and equipment check list(s), and "permit required" confined space entry documents. Interior and exterior inspections shall review structural, safety, security and any installed coating conditions. Reporting will be provided based on water tank inspection criteria, referencing applicable OSHA, EPA, AWWA, and NFPA requirements. Minimum items examined shall include ladders, shell, roof, vent, man-ways, welds, seams, foundation, anchors, safety systems, hatches, external overflow and plumbing. Underwater interior video documentation shall be completed with real-time closed circuit high-resolution color underwater video equipment. All pertinent findings will be recorded on DVD format (including dive maintenance technician's findings and narrative summary). Underwater operations - All Dive maintenance Technicians and associated in-tank equipment shall be fully disinfected in accordance with AWWA Standard C652-02. All system entries shall be conducted in accordance with applicable OSHA regulations pertaining to Diving and Confined Space; including 1910.401 thru 1910.441. Specialty equipment includes but is not limited to; appropriate OSHA climbing and personal fall protection, AWWA and ADC approved commercial diving equipment dedicated to in-service portable water operations. IN-SERVICE CLIEANING NOTE: For proper documentation of the interior floor surfaces removal of sediment shall be done prior to inspection. For normal cleaning operations VA shall make available an approved discharge location within 300 of the reservoir access hatch. DELIVERABLE - PRIORTIZATION SCHEDULE The deliverable provided on site shall consist of checklists, summary recommendations, and immediate needs assessment, which documents discrepancies that require urgent action, and is supplemented by the interior DVD documentation. Within approximately 45 days of completion of the onsite work, a bound report will be delivered. Documentation will include a comprehensive listing of all discrepancies found, with corresponding photos and recommendations. Reports will be signed and stamped by a licensed professional engineer. Government holidays shall be NO workdays for the contractor. All work shall be completed within 30-calendar days after notice-to-proceed. VA will provide NO tools, equipment, or labor. VA will NOT receive, unload, load, or transport contractor materials. Keys issued MUST be returned. Final invoice will NOT be paid until all keys and IDs are returned. ALL work shall be coordinated with VA's COTR. Workers are subject to all the rules of the Medical Center. Contractor parking is in lots 18, 19, & 23 only. NO deliveries accepted on Saturdays, Sundays and Government Holidays. Receiving dock open from 730a to 300p Monday thru Friday. Secure storage at the work site is NOT available. Contractor shall provide for his own needs. Location to be approved by COTR. VA will make available electrical power - from existing sources. Contractor shall install, and maintain feeds as necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24812I0373/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-I-0373 VA248-12-I-0373.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279464&FileName=VA248-12-I-0373-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279464&FileName=VA248-12-I-0373-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02635291-W 20111209/111207234707-40d46eab5dafcf738a684475e625b822 (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.