Tennessee Bids > Bid Detail

1220--Fire and Sprinkler Alarm Service Contract

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159279806403634
Posted Date: Aug 17, 2023
Due Date: Sep 8, 2023
Solicitation No: 36C24924Q0004
Source: https://sam.gov/opp/c8f9559788...
Follow
1220--Fire and Sprinkler Alarm Service Contract
Active
Contract Opportunity
Notice ID
36C24924Q0004
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 17, 2023 10:31 am EDT
  • Original Response Date: Sep 08, 2023
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 1220 - FIRE CONTROL COMPUTING SIGHTS AND DEVICES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Memphis VA Medical Center 1030 Jefferson Avenue Memphis , TN 38104
    USA
Description
THIS IS A PRESOLICITATION NOTICE The Department of Veterans Affairs, Network Contracting Office 9, located at 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN, 37129, anticipates issuing a solicitation Request for Quotation (RFQ) on or about 08/17/2023 to request quotes for an blanket purchase agreement with a period of performance consisting of a base period plus four option years. anticipated award date of 10/01/2023 through 09/30/2028 for fire and sprinkler services for the Memphis VA Medical Center.

SET-ASIDE: 100% Service-Disabled Veteran Owned Small Business

NAICS Code: 811310- COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT (EXCEPT AUTOMOTIVE AND ELECTRONIC) REPAIR AND MAINTENANCE

SBA SIZE STANDARD: $12.5 Million Dollars

PSC: J012-MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT

DESCRIPTION: The Lt. Col Luke Weathers Jr., VA Medical Center has submitted a request for the maintenance, repairs, personnel, labor, equipment, supplies, tools, materials, supervision and quality control for the fire alarm equipment and wet sprinkler system in accordance with the National Fire Protection Association (NFPA), Joint Commission, and all applicable codes and regulations for Fire Alarm and Sprinkler System maintenance and repair. The buildings that will require servicing are: 1, 1A, 5,6,7,9,10, and 34. A Blanket Purchase Agreement (BPA) is being considered as the new award type which would have a continuous 5-year period of performance of 10/01/2023 through 9/30/2028. Ordering Periods would be established each year only to allow for vendor price escalation.

PERIOD OF PERFORMANCE: The period of performance will be from the award date, which is estimated on or about October 01, 2023, with ultimate estimated completion date of September 30, 2028.
Base Year 10/01/2023-09/30/2024
Option Year One 10/01/2024-09/30/2025
Option Year Two 10/01/2025-09/30/2026
Option Year Three 10/01/2026-09/30/2027
Option Year Four 10/01/2027-09/30/2028

Point of Contact: Alexis Bowen, Contract Specialist see contact information on notice.

END OF PRESOLICITATION NOTICE

Statement of Work

1. DESCRIPTION OF SERVICES:
The contractor shall furnish performance inspection, preventive maintenance, repairs, personnel, labor, equipment, supplies, tools, materials, supervision and quality control for the fire alarm equipment and wet sprinkler system at the Memphis VA Medical Center. All work shall be in compliance with most recent NFPA codes and standards, as well as any other applicable federal, state and local laws and regulations.

2. SPECIFIC REQUIREMENTS:
a. This is a full parts, labor, preventative maintenance, repair, monitoring, breakdown maintenance, breakdown repair, software upgrade and maintenance, testing agreement for the Notifier Fire Alarm and wet/dry sprinkler systems located at VA Medical Center Memphis TN 38104. Contractor shall be responsible for all preventative maintenance repairs and all corrective repairs. All work completed under this contract shall be in accordance with most recent National Fire Protection Association, Joint Commission and all applicable codes and regulations for Fire Alarm and Sprinkler System maintenance and repair.

b. The work shall be performed in accordance with SOW and shall be subject to the terms and conditions of the contract. Services shall include all necessary labor, materials, services, equipment and shall be performed by qualified personnel by certification, experience and training to perform the work, and holding a current license for installation of the systems stated above.

c. The following buildings on the campus are included:
1, 1A, 5,6,7,9,10, and 34

d. Fire alarm system:
Inspection, Testing, Repair, and Maintenance The Contractor shall inspect, test, repair and maintain fire alarm system in accordance with the most current edition of NFPA 72, Fire Alarm Code and JC Environment of Care Standards.
Monitoring - The contractor shall provide 24 hours a day, 7 days a week fire alarm monitoring service by a reputable monitoring company for all VA Medical Center Memphis buildings as stated above.
The Contractor shall repair the main fire alarm and notification systems as necessary to maintain all systems free of troubles.
The Contractor shall provide timely programming updates as released by manufacture and programming adjustments as needed.
The Contractor shall provide equipment and components such as manual alarm devices, smoke duct and heat detectors, remote and graphic anunciators, main fire alarm panel, power supplies and components, strobes, horns and other audible and visual devices, wiring circuits, power supplies, batteries, junctions, any and all other alarm, detection and control and ancillary devices, emergency power operations and wet and dry sprinkler system components.

e. Wet Sprinkler System:
The contractor shall provide services for the inspection, testing, repair and maintenance of the building's water-based fire protection systems in accordance with the contract. Operations and maintenance manuals, as-built installation drawings, and other system documentation shall be retained to assist in the proper care of the system and its components.
Services shall comply with applicable requirements of most recent NFPA 13 and 25, Standard for the Inspection, Testing, repair and Maintenance of Water-Based Fire Protection Systems (most current edition), which establishes the minimum requirements for the periodic inspection, testing, and maintenance of water-based fire protection systems, except as modified herein. Repair services of all mechanical devices including valves, sprinklers, and fire pumps and alerting devices.
Preventive maintenance includes, but is not limited to: lubricating control valve stems; adjusting packing glands on valves and pumps; bleeding moisture and condensation from air compressors, air lines, and dry pipe system auxiliary drains; and cleaning strainers. Frequency of maintenance is indicated in the appropriate chapter of NFPA 13 and 25.

f. Inspection and Testing: The contractor shall provide all tools and supplies necessary to properly perform inspections and tests for the alarm and wet sprinkler systems, as listed in NFPA 13 and NFPA 25.
g. Repairs: The Contractor shall provide all labor, materials, equipment, disposal, quality control, and supervision to perform routine and scheduled repairs during the inspection and testing portion of this contract.
The Contractor shall perform repairs and non-routine and unscheduled repairs for fire alarm and wet sprinkler systems in accordance with most recent NFPA 13 and NFPA 25.
The Contractor shall repair at Contractor's expense fire alarm and wet sprinkler system problems as part of normal maintenance. The following shall be included, but not limited to, with the repair: workstations, fire alarm panel parts, power supplies, batteries and all other system components shall be covered under this agreement.
The Contractor shall repair at Contractor's expense for any problems as part of normal maintenance.
Repair Parts. Contractors who perform repairs under this contract shall be capable of providing replacement parts within 24 hours for the central processing unit (CPU), controller, monitoring and signaling cards, display boards, and other critical parts and components that may be necessary to restore the equipment and systems to its full and trouble free operation.
Any damage to the fire alarm or associated equipment (e.g. fans, elevators, generators, pumps) caused by normal testing shall be repaired by the Contractor. At its discretion, the Government may have representatives present to witness any or all such repairs or tests. All costs associated with this damage shall be the Contractor responsibility.
h. Service Calls: The Contractor shall coordinate with the COR on the arrival and departure of the repair personnel. Coordination is required so the facility users are notified prior to any fire or wet sprinkler system maintenance is performed.
i. Repair Service Calls:
. A call of this type would suggest that there has been a fire alarm system or wet sprinkler system fault or the possibility of a failure if the issue is not corrected. Additionally, this type of call does not pose a threat to the safety of personnel, property, equipment or mission accomplishment.
The contractor shall respond to repair service call notifications by phone from the COR and be available on site during normal business hours no later than the following business day. A repair service call may require, but is not limited to troubleshooting, testing, repair or replacement of parts, and all other work necessary to restore the fire or wet sprinkler systems to a safe and trouble free operable condition.
j. Emergency Repair Service Calls:
Emergency repair services shall be provided 24 hours a day, seven days a week.
. A call of this type would suggest that there has been a fire suppression system failure that presents a serious threat to the safety of personnel, property, equipment, or mission accomplishment.

The contractor shall respond to emergency repair service call notifications by phone from the monitoring company and be available on site within one (1) hour during normal business hours and within two (2) hours at time other than normal business hours. An emergency repair service call may require, but not limited to troubleshooting, testing, repair or replacement of parts , and all other work necessary to restore the fire system and/or sprinkler system to a safe and operable condition. Upon arrival, the contractor shall diagnose the condition and perform required repairs in accordance with this SOW. Emergency repair service call be provided under this full service maintenance, part, and labor agreement twenty four (24) hours and seven (7) days per week at no additional charge to the government.
k. Service Tags: Upon completion of all work, the contractor, shall attach a tag indicating the name of the company, name and certificate number of technician performing service, date work was completed, month and year when next service shall be performed, and frequency of service for the system (i.e., semi-annual). The contractor shall attach the tags so that it is readily visible.
l. Warranty: The contractor shall offer the government a minimum of a 365 day warranty period for all work accomplished under this contract.

3. SERVICE SUMMARY:

PERFORMANCE DESCRIPTION PERFORMANCE THRESHOLD
Inspection, Testing & preventive maintenance The Contractor shall inspect and test the fire alarm and wet sprinkler system in accordance with the SOW Zero defects: Entire fire alarm and wet sprinkler system must be inspected and tested.
Monitoring The Contractor shall monitor the fire alarm system in accordance with the SOW Zero defects: Entire fire alarm system must be monitored.
Repair Service Call The Contractor shall respond to unscheduled repair service call in accordance with the SOW. 1 defect per month: Respond no later than the following business day.
Emergency Repair Service Call The Contractor shall respond to emergency repair service in accordance with the SOW. Zero defect: Respond to emergency repair within) insert (1)hours during normal business hours and within ()insert (2) hours at times other than normal business hours.
Software Updates The Contractor shall provide software programming and adjustments as need in accordance with the SOW. Zero defects: Entire fire alarm and wet sprinkler system must have updates within 30 days of release.
Reports The Contractor shall prepare and submit a report in accordance with the SOW. 1 defect per report: Report provided no later than (5) business days after each semi-annual inspection.

4. CERTIFICATIONS AND QUALIFICATIONS:
a. The Contractor shall provide to the COR documentation of the certificates of training, licenses, and permits for all employees not later than seven (7) days prior to that person beginning work under the terms of this contract. The Contractor shall ensure that all certificates of training, licenses, permits, and bonds are current and valid. The contractor shall include documentation and proof of the above certifications and qualifications for each employee.
b. The Contractor shall have available at all times a sufficient number of capable and qualified employees to enable the contractor to properly, adequately, and safely perform all work required under the terms of this contract.
All Fire Alarm Technicians shall be certified by the National Institute for Certification in Engineering Technologies (NICET). All technicians shall be certified for the operating system, including software version, of the Notifier fire alarm system. Certifications for individuals servicing the system shall be provided to the VA COR.
Fire Alarm Systems Engineering Technicians performing contract work shall meet NFPA 72's qualifications and also hold at least a NICET Level 2 (Associate Engineering Technician) in Fire Protection Engineering Technology, Fire Alarm Systems. Additionally, the Technician must have experience in the past five years in fire alarm system testing, repair, maintenance, installation, and related activities of buildings and equipment comparable to the buildings and equipment covered by this contract.
c. Technicians modifying the fire alarm control panel and/or systems shall be factory trained and currently certified for the operating system, including software version, of the Notifier fire alarm system, and shall provide documentation of this certification per NFPA 72.
d. Contractor and subcontractor personnel engaged in the activities specified by this contract shall be also required to possess certificates of training, licenses, and permits as required.
5. SCHEDULING
a. The contractor shall perform all preventive maintenance and testing work during the hours of 8:00 am 4:30 pm CST, Monday through Friday excluding federal holidays.
b. Federal Holidays:
New Year's Day January 1st Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October
Veterans Day November 11th
Thanksgiving Day Fourth Thursday in November
Christmas Day
Juneteenth Day December 25th
c. The contractor shall perform testing during October 1st through September 30th of the following year of each contract year.
d. Within 30 days of receiving the award, the Contractor shall submit to the COR a proposed work schedule for the Notifier fire alarm and wet sprinkler system. Work shall be scheduled during October, January, April, and July of each calendar year.
e. The COR shall be notified of the work schedule produced by the contractor at least ten (10) business days prior to performance of inspections. The schedule shall list building numbers, description of installed equipment, date, and time. The schedule may be altered due to security or mission requirements. Changes to the schedule may be requested by either party at least twenty-four (24) hours in advance, except work scheduled in restricted areas. Restricted area work schedules changes require forty-eight (48) hour notice.
f. Notification. Before proceeding with any testing, the Contractor shall coordinate the notification of all persons and facilities that receive alarm, supervisory or trouble signals (e.g. COR, central station, Fire Department). The Contractor shall coordinate with the COR to ensure that all building occupants are notified. At the conclusion of testing, the Contractor shall notify those previously notified that the testing has been concluded.
After Hours. The Contractor may be required to perform some work, inspections, and tests outside the normal working hours of the building occupants. The Contractor shall coordinate with the COR for after-hours access to the building.
6. CONTRACTOR-FURNISHED PARTS:
a. The contractor shall establish and provide an inventory of critical system components to be located on site at the VA Memphis. This includes any component that shall inhibit the normal operation or create trouble of fire alarm system
b. The contractor shall have critical components offsite readily available to repair any fire alarm issues within specified time frame.
c. The parts provided by the contractor shall consist of but not be limited to control boards, power supplies, and other parts that have delivery dates no more than forty-eight (48) hours.
d. The contractor shall provide a list of parts available to the VA COR fourteen (14) calendar days after contract activation.
e. All parts provided must be provided by Notifier and approved by Underwriters Laboratory for use in a Fire Alarm and Wet Sprinkler System. The use of parts that are not UL rated is not permitted in this system.
7. REPORTING
a. The contractor shall provide a written report on the performance of the system at each inspection interval as indicated by the most current NFPA and JC standards.
b. Fire alarm reports shall be submitted in the format of the Joint Commission Element of Performance for EC.02.03.05, or other approved agency specific format as directed/provided by the COR.
c. Reporting shall include the name of the device, location, type of test completed, test results, time, date of test, name and contact information of person performing the test, and the NFPA standard referenced.
d. All maintenance, inspection and testing records reports shall be completed and provided electronically to the VA COR within fourteen (14) calendar days after each test completion. All reports shall indicate the date testing was performed. The Form shall be provided electronically (by email) to the COR (formatted in Microsoft Word or Excel).
e. Reports shall be provided with a cover page indicating a summary of the testing such as the building number, the number and types of devices, and the deficiencies identified and corrections performed.
f. Copies of All records of all repairs, maintenance, and testing shall be maintained on file by the contractor for a minimum period of three (3) years at the contractor s office.
g. A Contractor's Inspection and Testing Form that includes all the information required by the most current edition of NFPA 72. Maintenance Inspection and Testing Records and Inspection and Testing Form from the most current edition of NFPA 72 or other approved agency specific forms as provided by the COR shall be used.
h. All deficiencies noted during testing shall be repaired within two (2) days of discovery. The Contractor shall document the type of repair; routine/scheduled or non-routine/unscheduled along with corrective actions taken and costs. Devices that cannot be calibrated, tested, or serviced in accordance with the manufacturer's recommendations shall be reported as a deficiency. When all listed deficiencies have been corrected, the Contractor shall sign and date the inspection report and return it to the Contracting Officer and COR. All contractor deficiencies noted must be completed within ten (2) working days. At its discretion, the Government may then re-inspect work.
i. Testing after repairs. All repairs shall be tested according to requirements of NFPA 72. A representative of the Government may witness testing. Notify the COR of the schedule for testing with sufficient notice to allow testing to be witnessed. Contractor must provide written certification that repairs are complete. The document shall also include the names and titles of the witnesses to the test.
Contractor shall provide, in writing, before leaving the building:
Suspected cause(s) of the malfunction(s), and actions to prevent reoccurrence.
A list of components used to make the repair.
Hours required for the repairs.

j. When required by the Government, the Contractor shall perform a maintenance quality control audit. Detailed requirements shall be listed in the request for service from the COR.

8. FREQUENCY
a. All testing shall be accomplished in accordance with the most current version NFPA and JCAHO standards. All testing shall be accomplished in accordance with the strictest guideline.
b. Testing Frequencies from most current edition of NFPA 72 and JCAHO Environment of Care Standards shall be used.
c. Testing Methods from the most current edition of applicable NFPA standards shall be used.
d. Testing frequencies and test items shall include but not be limited to the following:

ITEMS DESCRIPTION FREQUENCY
1 Supervisory Signals Annual
2 Tamper Switches Semiannually
3 Water Flow Devices Semiannually
4 Fire Department Connections Quarterly
5 Sprinkler Main Drain Test All Risers Annual
6 Duct, Heat, Smoke Detectors, Pull Boxes, Electromechanical Releasing Devices Annual
7 Notification Appliances Visual and Audio Annual
8 Smoke Detection Shutdown Devices for HVAC Annual

e. The total number of devices inclusive of the initiating devices as well as the annunciating devices. This includes an additional 10% margin of error of devices total.
The following devices are included:

TOTAL QUANTITY DESCRIPTION
1517 Fire Alarm Initiating Devices plus 10%
1733 Audio/Visual Devices plus 10%
822 Smoke Detectors plus 10%
56 Heat Detectors plus 10%
44 Duct Detectors plus 10%
271 Pull Station plus 10%
126 Water Flows Switch plus 10%
198 Tamper Switch plus 10%
710 Audio/Visual Devices plus 10%
133 Audio plus 10%
464 Strobe plus 10%
175 Battery plus 10%
251 Door Holder plus 10%
2 Fire Pumps
9. RESPONSE TIME
a. The contractor shall have qualified/certified service personnel on site to begin repairs within (1) hours during normal business hours and within (2) hours at times other than normal business hour contacted by the government that service is necessary.
b. Service response shall be provided under this full service maintenance, parts, and labor agreement twenty four (24) hours per day and seven (7) days per week at no additional charge to the government.
c. In the event that the assigned technician is unable to identify the problem within one (1) hours of arrival, they shall escalate the problem to the next higher technician level.
d. If the Fire Alarm or Wet Sprinkler system cannot be repaired within four hours, the technical specialist shall notify the COR with a schedule for completing the work. The schedule may be approved verbally by the COR.
10. GENERAL REQUIREMENTS
a. Safety Procedures - The contractor shall comply with all appropriate safety code requirements.
b. Hazardous Conditions if the Contractor encounters equipment that is in a condition that may endanger life or property, the Contractor shall immediately notify the Contracting Officer Representative (COR), of the condition requiring immediate action. Within 24 hours the inspector shall provide a written report to the COR of the hazardous condition and recommended corrective action.
c. Safety Hazards. The Contractor shall immediately notify the COR of any recognized safety hazard that might severely affect building occupants.

d. Recommended Equipment the contractor shall provide all transportation, tools, and supplies necessary to properly perform inspections, maintenance, and tests in accordance with NFPA 72.
e. All Fire Alarm System, tests, inspections, maintenance, alterations, and repairs performed under this contract shall comply with the most current edition of the NFPA 72 National Fire Alarm Code including all appendix chapters. Anywhere NFPA 72 states "should", it shall be taken to mean, "Shall".
f. Housekeeping. The Contractor shall leave areas where the company performs work neat, clean and orderly.
g. Safety Data Sheets. The Contractor shall provide current Safety Data sheets (SDS) for all hazardous materials brought into the building. This information will be provided to the COR.
h. Fire Alarm System Operability. The Contractor shall ensure that the fire alarm system is maintained operable at all times except while being tested or repaired. It is essential that the contractor carefully schedule with the COR all non-emergency shutdowns of the fire alarm system and that back up protection be provided by the contractor (arrangement of additional personnel stationed at the fire alarm system control panel) any time that the fire alarm system is out of service. In addition, regardless of the duration of the shutdown, the affected portion of the system shall be tested to insure that the protection has been restored.
i. Maintenance and Repair Inspections: The Government reserves the right to make any test or inspection it deems necessary to make sure that all performance requirements are being maintained.
j. Each contract employee must sign in at Bldg. 1, Boiler Plant and state the purpose of the visit, (for example, scheduled maintenance, service call, or repairs) and sign out when leaving the campus. Supervisory employees shall indicate their titles adjacent to their signatures.
k. Identification: All contract personnel must have appropriate picture identification displayed while on campus. Identification must be displayed clearly and above the waist of the individual at all times.
l. Contractor shall be able to review the VA shop drawings for reference as required to complete this work. Return any shop drawings to the COR once the work has been completed. Contractor and their staff are not permitted to take any pictures, videos or drawings of any type.
m. Contractor and their staff are not permitted to take any pictures, videos or drawings of any type. Taking of photographs/videos are prohibited while on VA premises.
n. The contractor s staff will check in with the VA police to receive a VA work authorization badge. The badge must be worn facing forward and above the waistline. The contractors staff are required to wear the VA issued badge at all times while on VA premises.
o. TRAINING: The contractors staff (those who will be on VA property working) will be required to complete the TMS (20939) training prior to the work beginning. The contractor will either personally bring the training certificates or E-mail the certificates to the COR so they can be kept on file for one year.
p. You must ensure each contract employee self-enrolls for a profile on the VA TMS by visiting https://www.tms.va.gov/plateau/user/login.jsp. Once there, employees should follow the steps below to create a profile, launch the mandatory training, and complete the content prior to their next day at VA.
q. Upon completion by all employees, the contractor shall provide the Contracting Officer s Representative with each employee s printed certificate of completion from TMS. This certificate displays the employee s TMS User ID. The TMS training is only good for one year and the contractor is responsible to ensure their staff or persons who will be working on VA property are current.
r.
. INSTRUCTIONS:
A. Contractor shall under present circumstances this quotation may be considered firm for thirty (30) days from this date. Acceptance later is subject to confirmation. There quotation is extended based on shipment being made within twelve (12) months after receipt of purchase order or contract. For extended shipments add ½% per month for any subsequent period beyond (12) months.
B. Contractor shall provide supervision to ensure proper procedures are used.
C. Contractor and their staff are not permitted to take any pictures, videos or drawings of any type.
a. Contractor and their staff are not permitted to take any pictures, videos or drawings of any type. Taking of photographs/videos are prohibited while on VAMC premises.
D. The contractor s staff will check in with the VAMC police to receive a VAMC work authorization badge.
E. The badge shall be worn facing forward and above the waistline. The contractors staff are required to wear the VAMC issued badge at all times.
F. You must ensure each contract employee self-enrolls for a profile on the VA TMS by visiting https://www.tms.va.gov/SecureAuth35/. Once there, employees should follow the steps below to create a profile, launch the mandatory training, and complete the content prior to their next day at VAMC.
G. Upon completion by all employees, the contractor shall provide their Contracting Officer Representative with each employee s printed certificate of completion from the TMS. This certificate displays the employee s TMS User ID.
H. The TMS training is only good for one year and the contractor is responsible to ensure their staff or persons who will be working on VAMC property are current.
PROJECT DOCUMENTATION
Contractor shall provide VAMC disposal documentation. This information will be compiled and organized for submission as part of our closeout package. Copies of the following: to be submitted to the Contracting Officer s Technical Representative (COTR/RE).
a. Project Superintendent s Training Information
b. Daily Reports
c. Environmental Monitoring
d. Waste Transport and Disposal Manifests
SUPPORTING INFORMATION
1. Contractor shall furnished all materials, labor, equipment to perform the job.
2. Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property.
3. Contractor s employees should be knowledgeable of standards associated with this type work.
4. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COTR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COTR may send all Contractor/sub-contractor employees off the job.
5. Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the VAMC. This does not apply to suppliers and delivery personnel making deliveries to the VAMC warehouse dock only. Those employees shall bring photo ID to obtain a VAMC Contractor identification badge that shall be worn above the belt at all times while on VAMC property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order.
6. The COTR is responsible for the inspection of the work called for in this job. The COTR will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.
7. The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location.
8. Contract drawings (if applicable) shall indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order.
9. The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen.
10. The Contractor shall not be allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings.
11. The Contractor shall not park on grassy areas unless approved by the COTR and the Contractor agrees to restore areas back to VAMC standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VAMC grounds.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >