Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2021 SAM #7081
SOLICITATION NOTICE

J -- 598-21-3-1111-0027 Environmental Cleanup of buildings 33 & 38 (598-21-127)

Notice Date
4/19/2021 11:05:05 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0757
 
Response Due
4/30/2021 11:00:00 AM
 
Archive Date
05/30/2021
 
Point of Contact
Andrew T Misfeldt, Contract Specialist
 
E-Mail Address
andrew.misfeldt@va.gov
(andrew.misfeldt@va.gov)
 
Awardee
null
 
Description
1.0 GENERAL INFORMATION 1. Title of Project: Environmental Clean Up of Buildings 33 & 38 Background: There was a weather event with sustained temperatures below freezing for several days. As a result, pipes froze and burst creating some water damage to the interior of buildings 33 and 38. 2. The intent of this solicitation is to select a contractor to provide professional construction services to ""clean up the damaged areas."" 3. Contractor shall clean up the areas identified in buildings 33 & 38. Contractor shall furnish all labor, materials, tools, and expertise to perform the work necessary. 4. Offices of CAVHS Engineering Planning and Design Office will render certain technical services during construction. Such services shall be considered as advisory from 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. 5. All employees of general contractor and subcontractors shall comply with VA security management program, be identified thru proper badging by project/employer, and be restricted from areas of unauthorized access. 6. Special Consideration: All contractors and visitors are required to adhere to Universal Masking Guidance which requires people to wear a cloth face covering or facemask over their mouth and nose while in any building of Central Arkansas Veterans Healthcare System (CAVHS). Daily healthcare screening is required before entrance to VA facilities due to COVID-19. No one with a cold or flu like symptoms will be allowed on VA property. In the event that symptoms occur while on site, the contractor will notify the COR immediately. The individual(s) maybe required to be COVID tested and quarantine until released by Infection Control to return to site. 1.1 DESCRIPTION OF WORK The Contractor shall provide all management, supervision, qualified personnel, labor, transportation, tools, equipment, taxes, materials, licenses, permits, insurance, certifications, safety data sheets, clearance certifications, and services required to clean up the affected 4 areas in building 33 and 38 that were damaged from broken water pipes. The contractor shall accomplish all services below to meet the requirements of this Performance Work Statement (PWS). Contractor shall comply with all State of Arkansas, federal, and local requirements to include but not limited to Occupational Safety and Health Administration (OSHA), Arkansas Department of Health, Environmental Protection Agency (EPA), and Department of Transportation (DOT). All workmanship shall comply with all applicable codes, specifications, local ordinances, and be in general accordance with industry standards. 1.2 SCOPE OF WORK 1.2.1 Building 33 a. Building 33 is a 7,017 SF facility and was built in 1893. Due to the age of the facility, there is an assumption that the facility contains lead-based paint (LBP). Some flooring has vinyl composition tile (VCT) and mastic which has been identified as asbestos containing material (ACM). Contractor shall insure that all workers be properly certified on the dangers of lead-based paint and ACM and take all precautions necessary as required by State, Local and Federal agencies. Removal and disposal VCT containing ACM will be required in this contract. b. This will be for interior work only. The facility is unoccupied and remain unoccupied for the duration of the project. c. Interior. i. Contractor shall scrape and dispose all peeling and flaking paint on door frames, window frames, walls, ceilings, base molding, trim, and molding on wainscots. ii. Contractor shall demo and dispose of bathroom partitions, vanities, ACM floor tile and mastic, ceiling tiles and grids, exhaust vent duct, and flaking plaster. iii. Contractor shall clean up existing debris in all work locations. iv. Contractor shall test any areas where VCT is to be removed for asbestos and turn over results to the COR. V. Contractor shall test homogeneous areas where paint is to be scarped and turn test results over to the COR. 5 1.2.2 Building 38 a. Building 38 is 1584 SF facility and was built in 1908. Due to the age of the facility, there is an assumption that the facility contains lead-based paint. Some flooring has vinyl composition tile and mastic which has been identified as asbestos containing material (ACM). Only the carpet tiles are to be removed which are glued to the VCT with releasable glue. Contractor shall insure that all workers be properly certified on the dangers of lead-based paint and ACM and take all precautions necessary as required by State, Local and Federal Agencies. b. This will be for interior work only. The facility is unoccupied and remain unoccupied for the duration of the project. c. Interior. i. Contractor shall scrape and dispose all peeling and flaking paint on door frames, window frames, walls, and ceilings per drawings. ii. Contractor shall remove carpet tiles and adhesive and remove ceiling tiles. iii. Contractor shall clean up existing debris in all work locations. 1.2.3 Variations in quantity a. The quantities and locations of ACM as indicated on the drawings and the extent of work included in this section are estimated which are limited by the physical constraints imposed by occupancy of the buildings and accessibility to ACM. Accordingly, minor variations (+/- 10 percent) in quantities of ACM within the regulated area are considered as having no impact on contract price and time requirements of this contract. Where additional work is required beyond the above variation, the contractor shall provide unit prices for newly discovered ACM and those prices shall be used for additional work required under the contractor.6 1.2.3 STOP ASBESTOS REMOVAL a. If the Contracting Officer; their field representative; the facility Safety Officer/Manager or their designee, or the VA Professional Industrial Hygienist/Certified Industrial Hygienist (VPIH/CIH) presents a verbal Stop Asbestos Removal Order, the Contractor/Personnel shall immediately stop all asbestos removal and maintain HEPA filtered negative pressure air flow in the containment and adequately wet any exposed ACM. If a verbal Stop Asbestos Removal Order is issued, the VA shall follow-up with a written order to the Contractor as soon as it is practicable. The Contractor shall not resume any asbestos removal activity until authorized to do so in writing by the VA Contracting Officer. A stop asbestos removal order may be issued at any time the VA Contracting Officer determines abatement conditions/activities are not within VA specification, regulatory requirements or that an imminent hazard exists to human health or the environment. Work stoppage will continue until conditions have been corrected to the satisfaction of the VA. Standby time and costs for corrective actions will be borne by the Contractor, including the VPIH/CIH time. The occurrence of any of the following events shall be reported immediately by the Contractor s competent person to the VA Contracting Office or field representative using the most expeditious means (e.g., verbal or telephonic), followed up with written notification to the Contracting Officer as soon as practical. The Contractor shall immediately stop asbestos removal/disturbance activities and initiate fiber reduction activities if: Airborne PCM analysis results equal to or greater than 0.01 f/cc above background levels inside the building but outside the regulated area; breach or break in regulated area containment barrier(s); less than 0.02 inch WCG pressure in the regulated area; serious injury/death at the site; fire/safety emergency at the site; respiratory protection system failure; power failure or loss or inadequate use of wetting agent; any visible emissions observed outside the regulated area; or failure to follow project specification requirements 1.3 FIRE SAFETY7 A. Establish and maintain a site-specific fire protection program in accordance with 29 CFR 1926. B. Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. C. Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR. D. 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. E. Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 518. Coordinate with COR to obtain permits from fire department at least 8 hours in advance. Designate contractor's responsible project-site fire prevention program manager to permit hot work. F. Prevent smoke detectors accidental operation. Remove temporary covers at end of work operations each day. G. Smoking is prohibited in all VA facilities and on grounds. 1.4 PROJECT AREA LIMITATIONS A. All site work shall be performed on Hill Road at the rear gateway into Ft. Roots. 1.5 CONSTRUCTION SECURITY REQUIREMENTS A. The Hill Road is closed at this gate location and normally, no vehicles will be passing through this area during construction. B. Barricades must be placed at the gate opening sufficient to prevent unauthorized traffic from entering the campus. 1.6 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. Workmen are 8 subject to rules of Medical Center as applicable to their conduct. Plan and execute the work with minimal impact to the normal functioning of Medical Center as a whole, including patient care, operations of utility services, fire protection systems and any existing equipment, and with work being done by others. B. There are no storage areas assigned to this project. Provide unobstructed access to Medical Center areas required to remain in operation. 1.7 PHASING No phasing on this project. 1.8 INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION The contractor will/will not have access to VA Desktop computers and they will/nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. 1.9 PRIVACY OFFICER The contractor will/will not have access to protected Patient Health Information (PHI) and they will/nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. 1.10 RECORDS MANAGER a. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 9 c. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f. The Government Agency owns the rights to all data/records produced as part of this contract. g. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 1.11 HOURS OF WORK A. Normal operational hours for the North Little Rock Central Arkansas Veterans Healthcare System are Monday through Friday from 7:30am 4:30pm. Use of overtime is not applicable. 1.12 ACCEPTANCE A. Pre-Final Inspection: The Government will perform the Pre-Final Inspection to verify that the facility is complete and ready to be occupied. A Government Pre-Final Punch List may be developed as a result of this inspection. Ensure that all items on this list have been corrected before notifying the Government, so that a Final Acceptance Inspection with the customer can be scheduled. Correct any items noted on the Pre-Final Inspection in a timely manner. These inspections and any deficiency corrections required by this paragraph need to be accomplished within the time slated for completion of the entire work or any increment of the work if the project is divided into increments by separate construction completion dates. B. Final Acceptance Inspection: The Contractor s QC Inspection personnel, plus the superintendent or other primary management person, and the Contracting Officer s Authorized designee is required to be in attendance at the Final Acceptance Inspection. Additional Government personnel can also be in attendance. The Final Acceptance Inspection will be formally scheduled by the Contracting Officer s or Authorized designee 10 based upon results of the Pre-Final Inspection. Notify the Contracting Officer through the COR office at least 14 days prior to the Final Acceptance Inspection and include the Contractor s assurance that all specific items previously identified to the Contractor as being unacceptable, along with all remaining work performed under the contract, will be complete and acceptable by the date schedule for the Final Acceptance Inspection. Failure of the Contractor to have all contract work acceptably complete for this inspection will be cause for the Contracting Officer to bill the Contractor for the Government s additional inspection cost in accordance with FAR Clause 52.246-12 titled Inspection of Construction
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36f011916b6d4cfebb7d86f6aa435ebf/view)
 
Record
SN05976183-F 20210421/210419230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.