Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2022 SAM #7506
SOLICITATION NOTICE

Y -- 598-22-4-8317-0086 GENERATOR FUEL TANK

Notice Date
6/17/2022 10:07:42 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622R0117
 
Response Due
7/8/2022 8:00:00 AM
 
Archive Date
07/18/2022
 
Point of Contact
Andrew Misfeldt, Contract Specialist, Phone: (479) 443-4301 ext 66194
 
E-Mail Address
andrew.misfeldt@va.gov
(andrew.misfeldt@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1 15 1. INTRODUCTION The VA Emergency Generator Fuel Tank for B170 Pod #2 at the Eugene J. Towbin Healthcare Center (CAVHS), North Little Rock (NLR) was found to be in non-compliance and not sufficient for emergency required timeframe. Existing underground storage tank (UST) was installed in the early 80 s when B170 was built. Tank does not have monitoring capabilities or leak detection devices and requires EPA certifications yearly. This project involves removing existing UST and replacing it with an above ground storage tank that is properly installed and protected from above and below ground elements. 2. PROJECT LOCATION This project is located in Eugene J. Towbin Healthcare Center (CAVHS) by Bldg. 170, North Little Rock, AR. 3. SCOPE OF WORK This solicitation will be for the provisions as follows: The Contractor shall provide all labor, equipment, materials, testing, site investigations, supervisory, and professional services to perform all work associated with removing B170 Pod #2 generator underground storage tank and installing a new above ground storage tank near the generators. The construction package will comply per VA TIL requirements, specifications, cost estimates, and construction period services. The Cost estimate will be submitted with break down cost and not as a lumpsum. This project will consist of, but not limited to, demolition of existing UST and associated piping, soil remediation and fill, installation of a concrete pad, crane operations for installation of new 3,000 gallon above ground storage tank and associated piping and electrical, installation of remote stand-pipe connection for re-fuel, inspection of connection of new above ground storage tank to the existing generators. Contractor to submit schematics and diagrams of final location and piping from above ground tank to generators design as built (In PDF and AutoCAD). Prior to closing the UST permanently, the following steps must be completed by the contractor. Notify the implementing agency (VA) at least 30 days before contractor start day of closing the UST. Determine if contamination from the UST is present in the surrounding environment. If there is contamination, contractor may have to take corrective action. For at least 3 years, VA to keep a record of the actions contractor takes to determine if contamination is present at the site. Remove the UST from the ground. The tank must be emptied and cleaned by removing all liquids, dangerous vapor levels, and accumulated sludge. These potentially very hazardous actions need to be carried out carefully by trained professionals who follow standard safety practices. ABOVE GROUND STORAGE TANK SPECS (Minimum) Tank must hold at least 3,000 gallons of diesel fuel Double wall, Fire Protection Rated UL 2085, and Blast Resistant Rated for Mission Critical VA Facility (Reference VA Physical Security Design Manual) Rated for Seismic Category D Turnkey system: Remote Monitoring/Alarms for leak detection, fuel level, etc. Connection for piping to existing Generators Electrical wiring for connection to facility s existing electrical panel Secondary containment Overfill Protection Standard and Emergency vents Liquid Level Gauge (Clock Type) Adequate Lighting (Nighttime detection of leaks) Spill Kit SOIL REMEDIATION requirements will follow the EPA Guidelines and State of Arkansas Department of Environmental Quality Guidelines for the Permanent Closure of Underground Storage Tank Systems. If Soil shows signs of contamination the contractor shall be responsible for providing the COR with optional methods of remediating the contaminated soils. That is if a state or federal regulator does not mandate a specific method for the site. Contaminated soil to be remediated shall not be used for fill material in this project. Contractor to provide COR with optional clean fill material for selection prior to start of work. All soil remediation requirements will follow the EPA guidelines for Site Closure. Following link is a resource to the information: Leaking Underground Storage Tanks Corrective Action Resources | US EPA Follow VA Design Guide for Division 31 - Earthwork for fill and grading requirements. The contractor shall assess area, prefab & assemble the new above ground storage tank before demolishing existing UST and associated piping and efficiently to minimize downtime. Contractor to coordinate with COR and shops for approval of new above ground storage tank replacement execution of generator fuel tank for B170 Pod #2. Building staff need 72 hrs. of allowance for temporary utility shutdown preparation. The contractor to coordinate with COR and VA shops and stakeholders to ensure smooth shutdown and restart of the generators and tank lines. The project includes excavation, backfill, compaction, leveling, install heavy duty weed barrier lining, and at least 3 pea gravel inside and the perimeter fence area for both the existing tank location and new tank location. Permanent fence area to be extended to allow ~3 ft. perimeter/walking access around new above ground fuel tank. The Contractor to include in cost the use of a crane to set new above ground storage tank on concrete pad due to limited access to site. The Contractor to include in cost the use of a concrete pump hose for pouring the concrete pad for the new above ground storage tank due to limited access to the site. All disposal costs and fees for debris removal will be the contractor s responsibility. The contractor will be responsible for cleanliness of the work site areas. This project will require work during normal business hours and weekends to complete in a timely manner. The project design and repairs shall be completed in accordance with all appropriate U.S. Department of Veterans Affairs (VA) standards, specifications, and other criteria. The Contractor shall retrieve all VA design information and standards from the VA Office of Construction & Facilities Management Internet site http://www.cfm.va.gov Technical Information Library or at Federal Facility Criteria https://www.wbdg.org/ffc/federal-facility-criteria. VA design standards, DoD, and all national, state, and local codes adopted and used by the VA shall be incorporated in the design and repairs of this project and reflected in the construction cost estimate. All work will be made by qualified and certified/licensed personnel. Contractor will schedule all services and work shall be coordinated with the Contracting Officer Representative (COR) prior to work. The contractor will be responsible for repairs of any damages done and restore area back to existing conditions. 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. 4. GENERAL REQUIREMENTS The Contractor shall provide all labor, equipment, materials, testing, site investigations, supervisory, and professional services to perform all work associated with Emergency Generator Fuel Tank UST replacement with above ground fuel tank at B170 Pod #2 at the Eugene J. Towbin Healthcare Center (CAVHS) Campus, North Little Rock, AR. The contractor shall comply with all current editions of the National Fire Protection Agency (NFPA 70 National Electrical Code), National Electrical Safety Code (NESC), ANSI, ASME, Federal, State, Local, Utility provider codes, and CAVHS specifications. The Contractor shall prepare a tank location and new fuel line flow diagram sketch, material list, of the way the contractor is going to replace the generator UST tank with an above ground fuel tank for COR to review and approve. Appendix B, shows sketch submitted by COR as a guide by layout and flow sketch diagram. All materials and workmanship shall comply with all VA/local codes, standards, and recommendations. All work shall be done in a first-class manner according to the best trade practices and to the satisfaction of the COR. All design will be done according to VA specifications, VA Design Manual, Joint Commissions Standards, VA Design Guides, SEPS, VA Directive 1028 and all applicable codes. All work shall meet the most current edition of the NFPA/Life Safety Code and comply with all applicable building codes. Contractor is responsible for coordinating storage of all construction materials. The Contractor shall provide VA personnel with the necessary training, manuals to properly operate and maintain any new equipment installed. Demolition As noted on Appendix B, area to be demo/excavated as necessary. Plumbing The contractor shall minimize downtime/shutdown of gas isolation to buildings for Emergency Generator Fuel Tank replacement to less than 12 hrs. throughout the course of work. Prefabricating and staging of material to be done and ready before shutdown of generators and switch over of tanks. The contractor shall excavate carefully and locate underground UST piping and prepare for removing of piping from the UST all the way to the source of the generators. The contractor shall replace generator fuel tank with an above ground fuel tank to be located closer to the existing generators and pipe new connections to the generator(s). All horizontal new piping to generators from above ground fuel tank to be buried in the ground or just above ground. If buried the piping must be protected by proper gravel base and signage of pipe location. If placed just above ground pipe to be laid on saddles and have a trenched concrete path below the saddles to direct any leaks to a catch basin. Contractor to provide details of approach to COR for approval 4 weeks prior to starting the work. Steel pipe above ground and below ground to be properly protected with Rust proof paint, coated, and taped. Contractor shall only use flanges and welded connection. No flanges below ground. If welds are used. Contractor shall x-ray 30% of welds which will be selected by COR to ensure proper welding. If welds are used. Contractor shall inspect and provide notice of inspection to COR within 72 hrs. COR to witness inspection testing. The contractor shall remove all debris out of the pipeline that will interfere with the installation of the pipe repair/replacement process. Backfilling operations shall be performed per Section 312000 and VA standards so as not to disturb or injure any pipe or structure against which the backfill is being placed. If any pipe or structure is damaged or displaced during backfilling, contractor shall open up the backfill and make whatever repairs are necessary. This work shall be done at no cost to the government. Contractor shall use Bermuda grass seeding to repair all disturbed grass areas. Repair work area, as necessary and in accordance per TIL and VA standards, approximately 1,000 square foot of area. Backfill, compaction, leveling, install heavy duty weed barrier lining, and at least 3 pea gravel inside and the perimeter fence area. No vegetation inside the permanent fence around the new storage tank, all gravel or concrete pad. Edge of fence to have an edge guard to keep gravel from shifting through the fence. Electrical Contractor to follow all generator shut down and restart testing per VA Design Manual 26 32 13. Contractor shall install, inspect, and test all new wiring between the new above ground fuel tank to the generator connection as described in VA Design Manual 26 32 13. Contractor shall inspect and provide notice of inspection to COR within 72 hrs. COR to witness inspection testing. Contractor shall connect monitoring of the above ground tank to a monitoring device that is visible to VA Engineering technicians. Miscellaneous Lockout/tagout procedures are to be used at all times, as appropriate. Construction carts transporting debris are to be covered to minimize airborne particulate matter from debris. Permanent fence area to be extended to allow ~3 ft. perimeter/walking access around the new above ground fuel tank location. Temporary construction fencing required to be extended to allow ~3 ft. perimeter/walking access around the existing underground fuel tank location to protect staff and patients from entering the disturbed site. Contractor shall submit material list for approval with manufacturer s literature. No materials shall be procured or installed prior to approval. Contractor to level and grade above ground storage tank location for concrete pad and concrete barrier for the fuel piping from the tank to generator. Concrete pad to include structural rebar to reinforce pad strength. Concrete mix to be no less than 4,000 psi strength. All disturbed sidewalks/grass areas to be repaired and re-seeded with Bermuda grass seed. Contractor will be allowed the use of public restrooms as per the discretion of the Contracting Officer Representative (COR). Workmanship Site shall be kept clean and free from debris at all times and contractor shall remove debris daily from the health care system property. Contractor will not be allowed to use Government tools, materials, government dumpster, and/or labor for this project. All work is expected to be accomplished in a professional manner. Any work that is deemed not acceptable will be re-accomplished by the contractor at the contractor s own expense. 5. SPECIFICATIONS The General Contractor (GC) is responsible for ensuring that the specifications are tailored to the specific requirements of the project and are compatible with the current contract provision. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable. Sections named on (5.1.02.A) are within below VA standards. PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures VA Physical Security and Resiliency Design Manual VA MASTER SPECIFICATIONS: Section 01 00 00, GENERAL REQUIREMENTS Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES Section 01 35 26, SAFETY REQUIREMENTS Section 01 57 19, TEMPORARY ENVIRONMENTAL CONTROLS Section 01 74 19, CONSTRUCTION WASTE MANAGEMENT Section 22 05 11, COMMON WORK RESULTS FOR PLUMBING. Section 22 05 19, METERS AND GAUGES FOR PLUMBING PIPING Section 22 05 23, GENERAL-DUTY VALVES FOR PLUMBING PIPING Section 22 08 00, COMMISSIONING FOR PLUMBING SYSTEMS Section 26 08 00, COMMISSIONING OF ELECTRICAL SYSTEMS Section 26 32 13, ENGINE GENERATORS Section 31 20 00, 31 20 11, EARTH MOVING Section 32 31 13, CHAIN LINK FENCES AND GATES Section 33 08 00, COMMISSIONING OF SITE UTILITY SYSTEMS Section 33 51 00, NATURAL-GAS DISTRIBUTION Contractor shall comply with the following and keep a copy of the attached-on site at all times: OSHA Interim Life Safety Measure Assessment (completed on site as needed) Infection Control Risk Assessment (completed on site as needed) Hot work Permits, required as needed Confined Space Permits, required as needed Contractor Superintendent/s 30 hrs. OSHA certificate. Copy of certificates to be given to the COR before work initiation. Contractor personnel minimum of 10 hrs. OSHA certificate. Copy of certificates to be given to the COR before work initiation. All Contractor personnel to complete VA Safety video before work initiation. 6. SUBMITTALS See Section 013000 - Administrative Requirements, for submittal procedures. Contractor shall submit to the Contracting Officer and COR the following prior to commencing work: Quality Control Plan. Contractor shall establish a quality control for all work, including that of his subcontractors, to assure compliance with the contract provisions. Contractor shall submit a copy of his quality control plan concurrently with the quote. Write up needs to focus with the work at hand and not generic. Submittals shall include: Site investigation report Procedure for repairs, header diagram, material list, complete construction package, specifications, construction period services Clear cost estimate breakdown, associated costs by tasks and subtasks (if any); lump sum figures are not allowed. Materials to be used to repair in identified areas New equipment installation recommendation, pipe work, procedures, and cost estimate. Drawings: Contractor to submit final schematic/diagram of Generator fuel lines and location of tank as built (AutoCad and PDF) Equipment Manufacturer's Instructions: Submit manufacturer's complete installation instructions and provide VA staff training/manuals as required. Equipment Operation and Maintenance Data: Include start-up instructions, maintenance data, parts lists, controls, and accessories. Warranty: Submit manufacturer's warranty and ensure forms have been filled out in Owner 's name and registered with manufacturer. Maintenance Materials: Furnish the following for Owner 's use in maintenance of project. See Section 016000 - Product Requirements, for additional provisions. 7. PERIOD OF PERFORMANCE The project start date shall be within five days after notice to proceed work. If lead time is needed for material the request needs to be brought up during Pre-Construction meeting or before. The period of performance for construction is 60 days. If for any reason a deliverable cannot be delivered as scheduled, the Contractor is required to submit a request for a time extension to the Contracting Officer and the COR. The request must include the reason(s) for the delay, the impact on the overall project, and the impact on the cost of the project. The Contracting Officer will consider each request based on its merits and will, if approved, issue a modification to the contract. The Contractor is required to proceed as originally scheduled until such modification is issued. The Contracting Officer is the only official authorized to make changes to the contract. 8. HOURS OF OPERATION Except as otherwise set forth in this agreement or for scheduled maintenance, the Contractor shall conduct work during CAVHS outside normal business hours; preferably weekends to minimize disruption to medical facility and able to perform certain work at periods of low patient and staff traffic for emergency generator need. Generally, these normal business hours are Monday through Friday from 7:00 AM to 4:00 PM for the time zone of the RPO. The Contractor needs to work with VA personnel to minimize impact to the VA employees working in surrounding buildings. 9. KEY PESONNEL Approval of Key Personnel, as specified in Contractor s Technical Proposal who will be working on this project, must be obtained from the Government within five business days of any change in these Key Personnel. The Contractor s Project Manager is a Key Person as defined by this section. 10. TYPE OF CONTRACT This is a firm fixed price contract. 11. COR Authority In no event is the COR empowered to change any of the terms and conditions of the contract. All changes, to any section of this contract, shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR s authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify the Contracting Officer of any deficiencies observed. A Letter of Designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract kickoff meeting or post-award conference setting forth in full the responsibilities and limitations of the COR. 12. CONTRACT AWARD MEETING The Contractor shall not commence performance on this contract until the Government has received submittals and acceptance by the COR, conducted a contract kickoff meeting, post-award conference or the COR has advised the Contractor that a kickoff meeting is waived. 13. CHANGES TO REQUIREMENT Any changes to this solicitation shall be approved through written correspondence from the Contracting Officer. 14. TRAVEL There is no travel associated with this contract. 15. WARRANTY The contractor shall provide a minimum of one-year warranty from the date of project completion on all equipment, fixtures, parts, and labor. The warranty shall include travel and shipping costs associated with any warranty repair. Response time: For Critical items 24hrs For Non-Critical items 3 working days 16. QUALITY CONTROL After contract award, the General Contractor shall implement and follow the Quality Control Plan (QCP) or Quality Assurance and Surveillance Plan (QASP) that it submitted as part of its proposal and accepted by the Government. Field Quality Control: COR and VA Plumbing Maintenance Superintendent to inspect routinely repair work and verifying installation is in accordance with specifications and SOW. 17. QUALITY ASSURANCE As stated in the Quality Control Plan or QASP, the Government shall evaluate the Contractor's performance under this agreement. For those tasks listed in the Quality Control Plan or QASP, the COR or evaluators shall follow the methods of surveillance specified in this agreement. The Contractor will have an experienced staff with a minimum of the following: Superintendent to be a certified or licensed Master Plumber with at least 10 years with commercial underground plumbing and utility experience. The project construction will be under the supervision of the COR/Project Engineer. Installer Qualifications: Company specializing in performing the type of work specified in this section with minimum ten (10) years of experience. Only certified plumber installers can perform work onsite. Copy of plumbing certification/license to be sent to COR before onsite construction. 18. COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS The Contractor shall ensure that services provided to the Government under this agreement comply with all applicable laws, statutes, regulations, and guidelines that govern the operation of systems by the Government. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 19. SPECIAL CONSIDERATION All contractors and visitors are required to adhere to Central Arkansas Veterans Healthcare System (CAVHS) Masking requirements: Contractors shall wear FDA approved facemask over their mouth and nose while in any CAVHS building.  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. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. 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. 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. 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. 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.  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 COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct 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.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. APPENDIX APPENIX A. PICTURE OF LOCATION OF UST TANK AND GENERATORS B170 Pod #2 Picture 1. Location of Existing Emergency Generator UST Tank B170 Pod #2 Picture 2. Location of Existing Emergency Generator UST Tank B170 Pod #2 Picture 3. Location of proposed tank location and Generator location APPENDIX B. Area of Excavation and Example of Tank fuel line Flow Diagram Sketch Picture 1. Area to be Excavated and Backfilled Picture 2. Sketch Fuel Line Flow Diagram for new above ground fuel tank lines to Generator based on the path indicated below
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4bece788cfca4a238905340755bf1baf/view)
 
Place of Performance
Address: CAVHS 2200 Fort Roots Dive, North Little Rock 72114
Zip Code: 72114
 
Record
SN06362268-F 20220619/220617230108 (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.