SOURCES SOUGHT
Z -- Water Tower and Reservoir Cleaning and Inspection
- Notice Date
- 8/17/2022 10:21:05 AM
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0921
- Response Due
- 8/22/2022 10:00:00 AM
- Archive Date
- 10/21/2022
- Point of Contact
- Craig Armagost, Contracting Officer, Phone: 304-263-0811 ext 7601
- E-Mail Address
-
craig.armagost@va.gov
(craig.armagost@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 9 of 9 Page 9 of 9 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 15 Page 1 of 2 DESCRIPTION SUBJECT: Water Tower and Reservoir Cleaning and Inspection DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research in order to provide Water Tower and Reservoir Cleaning and Inspection services WV VA Medical Center. The government anticipates awarding a one Firm Fixed Price contract that will provide the support services listed within the below attachment. OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS: Name and Address of Company SDVOSB business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Craig Armagost at craig.armagost@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to craig.armagost@va.gov no later than 1 PM EST on 8/22/2022. STATEMENT OF WORK FOR WATER TOWER & IN-GROUND RESERVOIR CLEANING AND INPECTION VA MEDICAL CENTER, MARTINSBURG, WV The scope of work for this project consists of cleaning and restoration of the following water treatment and storage components: One 750,000-gallon elevated potable water tower. One 400,000 gallon in-ground potable water reservoir. The work for each of the above items will be discussed separately below. Scope of work for the elevated water tower, in-ground water reservoir, and clear water tank: The work for this portion of the contract involves the cleaning, internal and external inspection, and removal of all sludge and debris from one (1) 750,000-gallon elevated potable water tower, one (1) 400,000 gallon in-ground potable water reservoir. The contractor shall completely remove all sludge and debris from tower and reservoir through use of an in-tank vacuum system which does not require drainage of any potable water from tower, or reservoir. Additionally, work includes cleaning of the external surface of the 750,000-gallon elevated potable water tower. Cleaning products and methods should be non-destructive and environmentally friendly. Completion of all work including cleanings, inspection, site cleanup and sludge / debris disposal shall be within 10 days of mobilization and not longer than 60 days after award. Quality Control: Contractor shall provide a project specific quality control program to include Lockout/Tag out. All Lockout/Tag out equipment needed by the contractor will be provided by the contractor. The Quality Control program shall also include before and after cleaning digital photographs and video and inspection photographs of all vessels involved in this contract. Disinfection: Contractor shall ensure that all proper disinfection techniques and procedures are followed to ensure no contamination is allowed to enter the tower, or reservoir. All divers and associated in-tank equipment will be fully disinfected in accordance with AWWA Standard C652-02. Removal of Material: All sludge and debris shall be gathered, contained and removed from each site by the Contractor, permitted as needed, and disposed of in accordance with local safety regulations governing such removal and disposal. Inspection: Contractor shall ensure that all interior and exterior inspections consist of a review of structural, sanitary, safety, security, and any installed coating systems. The minimum items to be inspected include Ladders, shells, roofs, vents, screens, man ways, welds, seams, foundation, anchors, safety systems, hatches, external overflows, plumbing, and overall tank integrity. Inspection requirements will reference applicable OSHA, EPA, AWWA, and NFPA requirements. Protection of Equipment: While working on or near installed equipment, the contractor will use drop cloths, shields and other protective devices to prevent damage to mechanical equipment and/or areas adjacent to structures being cleaned. Contractor shall move all fencing and obstructions that may interfere with performance of work specified and shall reposition it upon completion of work in each area and clean the area in which the work has been performed. Safety Requirements: The contractor shall perform work in strict accordance with accredited standards and codes in order to minimize the possibility of damage to installed Government machinery and equipment and a loss of production time. Every effort will be made to safeguard human life and property. In all explosion hazard areas, the contractor shall use only explosion-proof electrical equipment and appliances conforming to the National Electrical Code, as amended. Underwriters Laboratories listing or Contractor's/Manufacturer's affidavit of compliance will be accepted. All industrial vacuum machines, compressors and other equipment will be of sufficient capacity to ensure maximum results and safety. All mechanic's tools, cutting devices, scrappers and similar equipment used by the Contractor in explosion hazard areas shall be constructed on non-ferrous materials. The contractor shall not transport to or use on the Government premises any detergent, solvent, decarbonizer or other cleaning agent that possesses flammable, combustible or explosive characteristics. The contractor shall be familiar with the location and operation of portable fire extinguishers when installed in the worksite. The contractor shall provide a suitable extinguisher for work in areas where this equipment is not installed (i.e. Interstitials and building exteriors). The contractor will be required to comply fully with the provisions outlined in General Safety Requirements EM-385-1-1 which can be found at: http://140.194.76.129/publications/eng-manuals/em385-1-1/2003_English/toc.htm A fall protection plan for the cleaning of the external of the elevated water tank will be required to be submitted and approved by the facility s Safety Office prior to the commencement of the related portion of work. Upon request the successful bidder will be required to submit evidence that explosion-proof industrial vacuum machines to be used in performance of the contract conform to the National Electrical Code, as amended, for explosion hazard areas. Underwriters Laboratories listing, Contractor's /Manufacturer's affidavit of compliance will be accepted. Evidence will also be submitted that explosion-proof lamps, respirators, goggles and safety belts conform to the standards of the American Standards Association. The contractor will take necessary steps to ensure that dirt, debris and other contaminates are confined to the immediate cleaning area and will not pollute or contaminate clean areas. In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of patients, members, and employees. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. Reports: Three (3) copies of a written summary of findings, recommended repairs and conditions of equipment, Inspection Certification Certificates, one (1) CD and one (1) backup CD to include, at a minimum, one hundred (100) identified and labeled before and after cleaning pictures, pictures of areas of concern from the inspection process also identified and labeled, and one (1) high resolution color video, in DVD format, of all areas of tower and reservoir that were cleaned and inspected. Hours of Work: All work shall be performed as follows: Monday through Friday between the hours of 8 a.m. to 4:30 p.m. with the exception of federal holidays Federal holidays observed are: New Year's Day, Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, Christmas Day, or any other day specifically declared by the President of the United States to be a national holiday. Government Responsibility: The Government will make available at no cost to the Contractor the following: Available drawings of tower, reservoir, and clear well tank to be cleaned and inspected. Any available pictures from the most recent tower cleaning All electricity necessary to operate contractor's power driven equipment. Areas in which the contractor will be permitted to park their truck(s), utility truck(s), etc. Toilet, washroom and dressing room facilities for the technicians employed by the contractor on the job Check-in Procedures: The contractor shall be required to provide all required information that is necessary for VAMC badging to the COR 15 calendar days prior to the start of work. Contractor will be given a date and time to report to Security Service in Bldg. 217 PIV Office and obtain an ID badge. Contractor will insure that contractors personnel report at their assigned times for badging. Contractor may then proceed and report to the COR in FMS, Bldg. 504, during normal working hours, prior to and after any work is performed, every day that is required to complete the job. This check-in is mandatory. At this time, contractor personnel will be issued a contractor's identification badge which will be displayed at all times while on VAMC property, and surrendered upon completion of the job. Contractor will be required to enter the following information into the log: name, name of Contractor, current date, time-in, location of service/equipment being serviced, and time out. Contractor Experience: Each respondent must provide 3 references of past experience on projects of similar size and scope including Name of where work was performed, address street, city and state, point of contact Name, Position and phone number. Contractor shall have a minimum of two ""fully qualified"" personnel who shall serve as the primary technician and backup for performance under this contract. ""Fully Qualified"" is based upon training and experience in the field. The personnel must be able to provide current appropriate diving certifications prior to award. Identification, Parking, Smoking, and VA Regulations: The Contractor's personnel shall abide by all VAMC station policies and regulations. The Contractor's personnel shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the COTR. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited on the VAMC campus and grounds. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Gender: Wherever the masculine gender is used in the solicitation and contract documents, it shall be considered to include both masculine and feminine. Conduct: Contractor employees are subject to the rules of the Medical Center, applicable to their conduct, security, safety, etc.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1540ce248fd54735b28fd42388dce308/view)
- Place of Performance
- Address: Martinsburg VA Medical Center 510 Butler Ave, Martinsburg, WV 25405, USA
- Zip Code: 25405
- Country: USA
- Zip Code: 25405
- Record
- SN06431560-F 20220819/220817230134 (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 |