Search Contract Opportunities

564-23-1-561-0004 FY23 Medical Gas Evaluation and Monitoring

ID: 36C25623Q0066 • Type: Synopsis Solicitation

Description

Posted: Jan. 4, 2023, 2:41 p.m. EST

Medical Gas Evaluation and Monitoring

Amendment 0002 to subject solicitation is now posted.
This amendment notifies of Set-Aside change from 100% SDVOSB to Total Small Business (SB) set-aside.
The deadline for all offerors is extended through 01/18/2023 10:00 AM CST
For any questions or concerns, please email Contract Specialist Carolyn Hill at carolyn.hill1@va.gov

Posted: Nov. 23, 2022, 2:24 p.m. EST
Posted: Nov. 2, 2022, 6:11 p.m. EDT
Posted: Oct. 19, 2022, 3:08 p.m. EDT
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR Part 13, as supplemented with additional information included in this notice. Evaluation of price and other factors will be performed in accordance with procedures outlined in FAR 13.106-3 This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) 36C25623Q0066. The government anticipates awarding a Firm Fixed Price, Contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2021-05 dated March 10, 2021. Set- Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Contract Type: Firm Fixed Price The associated North American Industrial Classification System (NAICS) code for this procurement is 541350 Building Inspections Service, with a small business size standard of $10.0 Million. The FSC/PSC is H399 (Inspection - Miscellaneous). The Network Contracting Office (NCO) 16, Department of Veterans Affairs Medical Center in New Orleans, LA has a requirement for environmental monitoring for hazardous chemicals and gases as necessary for the VHSO Main Campus, which is located at 1100 N. College Ave. Fayetteville, Arkansas. Network Contracting Office (NCO) 16 intends to award a single firm fixed price contract for Medical Gas Evaluation and Monitoring with an expected performance period of 10 NOV 2022 09 NOV 2027. All contractors shall provide quoted pricing below: Supplies/Services: Line Item Description Est. Quantity Unit of Measure Unit Price Amount 0001 Base Year Medical Gas Evaluation and Monitoring 12 Months 1001 OY 1 Medical Gas Evaluation and Monitoring 12 Months 2001 OY2 Medical Gas Evaluation and Monitoring 12 Months 3001 OY 3 Medical Gas Evaluation and Monitoring 12 Months 4001 OY 4 Medical Gas Evaluation and Monitoring 12 Months TOTAL $_________ Statement of Work (SOW) Medical Gas Evaluation and Monitoring Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas Background and Objective 1.1 Background: The Department of Veterans Affairs, Veterans Health Care System of the Ozarks (VHSO) located at 1100 N. College Ave. Fayetteville, Arkansas is requesting provide environmental monitoring for hazardous chemicals and gases as necessary. Contractor must verify existing and new dimensions, locations, and quantities to complete this project located on the VHSO Main Campus as necessary. 1.2 Objective: Contractor must furnish all management, supervision, labor, material, equipment, tools, supplies, consumables, parts, and related services, in accordance with the SOW, drawings, and specifications to provide environmental monitoring for hazardous chemicals and gases in four (4) operating rooms (OR), Post Anesthesia Care Unit (PACU), two (2) Endoscopy Procedure Rooms, One (1) Dental procedure room and Laboratory Histology and Cytology rooms; perform annual inspection, repairs and certification of piped medical gas systems, perform hydrocarbon testing of medical air compressors and measure and document air flow and hourly air exchange rates in four (4) operating rooms, OR soiled utility room and PACU Electronic Portable Document Format (.pdf) copies of drawings and specifications to this work will be furnished by VA upon Contractor s written request to the Contracting Officer (CO). Hard copies of SOW, drawings, and specifications must be the Contractor s responsibility and expense. **The Certification and Accreditation (C&A) does not apply, a Security Accreditation Package is not required** 2.0 Specific Requirements/Tasks 2.1 GENERAL: Any provision or partial provision of the Contract, including but not limited to, drawings and specifications that is not consistent with this SOW will be null and void only to the extent of the inconsistency. All other provisions or partial provisions of the Contract, including but not limited to, drawings and specifications, must remain in full force and effect. a. Safety must be the Contractor s highest priority. b. Contractor must have the following requirements completed prior to beginning site activities: 1.Negative TB Test, within the past calendar year. 2.Annual influenza shot is required for all staff. 3.Additional Personal Protective Equipment (PPE) will be furnished by VHSO for access into COVID patient room(s). 4.While on campus, Contractor must wear a visible VHSO issued identity Badge and a wrist band/device. 5.Mask must be replaced when damaged or soiled. 6.Daily visit at check-in station (Building 1-ED, Building 21-North Entrance, and Building 44-West Entrance) for COVID screening are performed on the VHSO campus and must be performed immediately when the Contractor arrives on site. If at any time an employee of the Contractor firm is found in deficiency of the above listed, then a stop work order will be issued for the safety of VHSO patients. Any further questions please reference the below document(s). c. Period of Performance: One base year and four one-year option period (365 calendar days). d. This project must be a turn-key operation in accordance with this SOW, drawings, and specifications to be complete and working system(s). e. VHSO facility must continue to operate during the contract Period of Performance (POP), including but not limited to, the mechanical and electrical systems. f. Contractor s work must be conducted with the least amount of disruption to the VHSO facility. g. Contractor must submit to the CO and CO Representative (COR) a Schedule of Values (SOV), Field Office Expenses, and a Project Schedule (including Phasing Control Plan if applicable) in accordance with this SOW, drawings, and specifications no later than ten (10) calendar days after Notice to Proceed (NTP) for COR written approval. The Project Schedule must contain provisions, including but not limited to, staging equipment and materials ahead of closing the affected patient care areas and working extended hours to meet the project requirement. h. Prior to the start of job site activities, together the Contractor and COR must conduct a site survey to identify and review specific work and differing site conditions. i. VHSO utilities and work areas may not be immediately available to the Contractor and the Contractor must be flexible in the project schedule without additional cost to the Government. j. Contractor materials, equipment, tools, supplies, consumables, and parts must not be left unattended within a common work area. When working in common areas, there must be a minimum of two (2) contractor employees present to ensure that Contractor building materials, including but not limited to, equipment, tools, and supplies are not accessible to others. k. Emergency Service: Contractor emergency service must be available 24 hours per day. Contractor must respond on-site to emergency service calls within two (2) hours of notification. Contractor must have the issue(s) corrected or a plan in place (awaiting parts) within four (4) hours of arrival at job site. Any temporary repairs must have prior written approval by the Chief, Engineering Service or their designated representative. QUALIFICATIONS OF CONTRACTOR a. Contractor and on-site technicians must possess and maintain a current ASSE Medical Gas Verifier 6020 certified certification. Contractor must provide documentation of certification immediately upon award of contract. b. Contractor must possess an Arkansas Contractor License. SCOPE OF WORK: a. Contractor except as noted otherwise must: b. Remove and properly dispose: 1. All debris, trash, and old parts. c. Furnish equipment/materials and install: 1. Replacement parts for deficiencies identified during annual inspections of piped medical gas systems upon written approval from the COR. d. Furnish labor and materials to: 1. Monitor Hazardous Chemical and Vapors. Quarterly sample Operating Room (OR) and Post Anesthesia Care Unit (PACU) personnel for Nitrous Oxide, Isoflurane, Sevoflurane and Desflurane. Samples must be taken from four (4) ORs and one (1) PACU under actual conditions of use. One Hundred percent (100%) of both the OR and PACU personnel must be sampled over the course of one (1) year. Scheduling must be determined based on personnel scheduling and staffing. Data collected is to be documented in PDF format and submitted to the COR within fifteen (15) calendar day of collecting data. Semi-annually conduct Formaldehyde exposure sampling using Time Weighted Average/Short Term Exposure Limit (TWA/STEL). Samples must be taken from the below listed rooms and personnel during their routine activities of pouring and filling in accordance with OSHA 1910.1048. Document all findings in PDF and submit to the COR within fifteen (15) days of completion of testing. Room 340-01, OR-1. Room 341-01, OR-2. Room 345-01, OR-3. Room 346-01, OR-4. Room 302-01, Endoscopy A. Room 303-01, Endoscopy B. Room 1337-21, Dental Treatment 16. Room 3215-02, Cytology Room 3216-02, Histology Measure room ventilation semi-annually. Room pressure differentials must be measured with a certified manometer between each of the following spaces (See drawing AS103). Data collected is to be documented in PDF format and submitted to the COR within fifteen (15) calendar days of collecting data. Room 340-01 and corridor C308-01. Room 340-01 and room 337-01. Room 341-01 and corridor C308-01. Room 341-01 and room 337-01. Room 345-01 and corridor C309-01. Room 345-01 and room 337-01. Room 346-01 and corridor C308-01. Room 346-01 and room 337-01. Room 324-01 and corridor C309-01. Room 324-01 and corridor C303-01. Measure supply and exhaust air cubic feet per minute (cfm) for each diffuser and calculate air changes per hour (ACH) for the rooms listed below. Document all measurements in PDF and submit to the COR within fifteen (15) calendar days of testing: Room 340-01 OR 1 Room 341-01 OR 2 Room 345-01 OR 3 Room 346-01 OR 4 Room 350-01 Soiled Utility Room 324-01 PACU Annually inspect and certify critical components of piped medical gas systems listed below in accordance with Veterans Affairs (VA) directives, The Joint Commission standards and NFPA-99. Testing must be completed no later than 30 days from the day testing work is started. All deficiencies must be documented and submitted to the COR within fifteen (15) calendar days of completing the inspection. Master and area alarms. Source equipment. Automatic pressure switches. Shutoff valves. Flexible connectors. Outlets (wall, ceiling, and boom arm). Outlets must be tested for: Flow Functionality Purity (particulate, gas concentration and cross-connection). Quarterly perform hydrocarbon testing of medical air compressors. DRAWINGS INDEX: DWG# DWG TITLE PROJECT# DATE PROJECT TITLE AS103 3rd Floor Plan NA 3 Mar 20 Hospital Drawing WIRING: Wiring (conductors), including but not limited to, conduit must be installed in accordance to the latest edition of the National Electric Code (NEC), drawings, and specifications. Wiring except fixture whips (maximum length 6 feet) must be enclosed in EMT conduit. Fixture whips and conduit must be installed per NEC with compression fittings. Electrical terminations must be in accordance with manufacturer s installation instructions. Contractor must furnish conduit with factory finish color as follows: Red = Fire Alarm Blue = Nurse Call Green = Access Control/Camera System/Intercom Silver = Electrical General Orange = High Voltage Yellow = HVAC Controls White = Cable TV Purple = Telephone/Data CONTRACTOR ACCESS AND ACTIVITIES: Safety: Contractor s highest priority must be safety. Contractor work must be in accordance with Federal, State, Local OSHA codes, regulations, latest edition of NEC, latest edition of NFPA 70E, and 01 35 26 Safety Requirements specification. Contractor must furnish and use required safety items, including but not limited to, safety signage, cones, barricades, and must furnish and wear required Personal Protective Equipment (PPE). Infection Control: Contractor must be responsible to develop a phasing and Infection Control Risk Assessment (ICRA) that incorporates requirements of specifications 01 00 00 General Requirements to meet requirements of VHSO and VHSO ICRA. Contractor must install and create temporary dust barriers with the following products: ZipWall ZIP POLES FOUR PACK (includes 4 spring Loaded Steel Zip Poles, 4 GripDisk Slide Stoppers, 2 standard zippers, 1 carry bag or equal, construction film must be white, fire-retardant polyethylene, antistatic, 12x100 Ft x minimum 6 mill thickness, imprinted with fire retardant labeling. Zippers must be straight or curved heavy duty ZipWall Zippers or equal. Stick mat must be STICKY MAT Flat Store Clean Mat or equal, tacky mat, white, 24x45-inch minimum. Construction traffic through the facility must be coordinated with the COR. Construction workers, materials, and clothing must be transported through the hospital dust free. Any dusty, dirty, odorous or wet materials must be transported in sealed clean bags. Disposal traffic routes and times will be at the discretion of the COR. Edge-Guard Panel Transparent Infection Control Wall Partitions with a 42-inch door and associated components or equal. Edge-Guard Panel Transportation Cart(s) or equal. Contractor must maintain negative air pressure within ICRA barrier space 24/7 for duration of time ICRA barrier is in place. Contractor must furnish and install BALL-IN-THE-WALL DOME-ON-THE-WALL ROOM PRESSURE MONITOR WITH FAILSAFE CHECK FEATURE or equal for each ICRA barrier space (minimum of one each adjacent to each entrance of ICRA barrier space) and maintain 24/7 for duration of time ICRA barrier is in place. Contractor must request COR written approval for location of BALL-IN-THE-WALL DOME-ON-THE-WALL ROOM PRESSURE MONITOR WITH FAILSAFE CHECK FEATURE. Site Supervision: Contractor must submit written qualifications of proposed site superintendent(s) to the CO and COR for consideration. Contractor must furnish superintendent(s) with written COR approval to continuously supervise on site contract activities. Contractor superintendent(s) must not engage in any direct trades labor. Security: Contractor must coordinate with VA Police and COR to comply with the VHSO security management program, including but not limited to, obtain onsite access permission by the VA Police, be identified by Contractor and project, and restricted from unauthorized access. Badging: While on campus, Contractor must wear a visible VHSO issued identity Badge. Contractor can be subject to inspection of personal effects when entering or leaving the project site and VHSO property. Contractor site superintendent must escort Contractor employees to Engineering Shop (Building 37) to obtain badge(s). Contractor must maintain a Badge Log with Employee Names, Badge ID Numbers, Start Date(s), Departure Date(s), ID Lost Date(s), and ID Return Date(s). Contractor must update Badge Log and furnish to the COR weekly or as directed in writing by COR. Contractor must report lost Badge(s) immediately to the COR and document on Badge Log. Contractor must return Badge(s) immediately on day of departure of employee from project to COR and document on Badge Log. Contractor must return remaining Badge(s) at project closeout to COR. Contractor must reimburse the Government a $100.00 fee for each lost or unreturned Badge. Key Access: Contractor site superintendent may check out a key to access mechanical and electrical rooms as project requires. Contractor site superintendent must check out and return a key at Engineering (Building 37) daily and the key must not leave VHSO property. Contractor site superintendent must notify the COR when a key is lost. Contractor must reimburse the Government a $3,500.00 fee for each lost or unreturned key(s). Property Access Work Hours: Regular Business Hours: Contractor must schedule all work with the COR no later than thirty (30) days prior to arriving on site. Contractor must check in with the COR immediately upon arriving on site and before starting work. Site work must be scheduled during regular business hours, 0700 to 1600 hours, Monday through Friday (excluding the following Federal holidays - New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). Outside Regular Business Hours: Contractor must schedule all work with the COR no later than thirty (30) days prior to arriving on site. Contractor must check in with the COR immediately upon arriving on site and before starting work. Work must be scheduled during 1800 to 0700 hours, Monday through Friday, Saturday and Sunday (excluding the following Federal holidays - New Year s Day, Inauguration Day, Martin Luther King Jr. day, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day) and must not commence without prior COR written approval at no additional expense to the Government. // Designated Hours: Contractor must plan contract work activity with the COR that interferes with Medical Center (MC) operations and must not commence without prior COR written approval at no additional expense to the Government. Utilities: Contractor must not leave unattended out-of-service any utility, fire protection, life safety system, or security system without written permission of the COR. If a utility, fire protection, life safety system or security system is not functional at the end of a work period without written permission of the COR, then the Contractor must restore the system(s) to working order prior to leaving the job site or must furnish an around-the-clock watch subject to COR written approval until the system is functional. If the Contractor fails to do so, the Contractor must reimburse the Government a fee equal to the amount of costs incurred by the Government to furnish around-the-clock watch and/or repair the system(s). Parking: Contractor on-site parking is limited to availability of designated Contractor parking. Contractor must have prior COR written approval of on-site Contractor parking. Vehicles and Construction Equipment: Contractors key(s) to unattended vehicle(s) and construction equipment must be removed and vehicle(s) locked. Unloading and Loading: Contractor must unload and load materials, including but not limited to, equipment, tools, supplies, parts, and construction debris at the loading dock. Contractor must not leave vehicle(s) or construction equipment unattended at the loading dock. No materials, including but not limited to, equipment, tools, supplies, parts, and construction debris are permitted through the front entry. Elevators: Contractor must use COR designated elevators and must protect elevator cabs, including but not limited to, cab interior components and controls during Contractor use. Contractor must not exceed elevator weight limits. COR designated elevator(s) may not be immediately available to the Contractor. The Contractor must account for this and Contractor must be flexible in the project schedule without additional cost to the Government. Storage and Staging: Contractor storage and staging is limited to availability of designated on-site Contractor storage and staging. Contractor must submit a written request for storage or staging to the COR for consideration a minimum of seven (7) business days prior to the storage or staging. Contractor must have prior COR written approval of on-site Contractor storage and staging. Contractor must relocate or remove on-site storage and staging, including but not limited to, Contractor s office trailer(s), dumpster(s), storage container(s) and construction materials a maximum of seven (7) business days after written notification by the COR without additional expense to the Government. Equipment and Tools: Contractor must furnish construction equipment and power and hand tools, including but not limited to, ladders, scaffolds, lifts, backhoes, and forklifts to complete Contractor s work. Radios and Mobile Devices: Contractor must use mobile devices at low volume or outside. Contractor must not carry-on conversations in hallways or near any patient areas. AM/FM radios and other media producing devices must not be used on VHSO property. Noise: Contractor must coordinate and schedule with COR noise making activities. Contractor must submit to the COR a written request for consideration and written approval a minimum of seven (7) business days prior to activity. Contractor must have COR written approval to proceed. Dust Proofing and Cleaning: Contractor must cover furnishings and equipment with white plastic, fire retardant polyethylene, antistatic, minimum 6 mil thickness, imprinted with fire retardant labeling or clean drop cloth. Contractor must furnish HEPA vacuum cleaner(s), cleaning tools, and tacky mats at job site entrances. Contractor must not use broom(s). Fire Alarm: Contractor must coordinate and schedule fire alarm interruption activity with COR. Contractor must submit to the COR for consideration and written approval a minimum of seven (7) business days prior to activity. Contractor must have COR written approval to proceed three business days prior to activity. Contractor must submit written fire watch plan to CO and COR for consideration no later than (NLT) ten (10) calendar days after NTP. Contractor must be responsible for fire watch in the areas where fire/smoke detection coverage is removed or disabled. Contractor must be responsible to coordinate fire or smoke detection with the COR for the removal and restoration of fire protection coverage. After regular business hours or designated hours, supervision of the fire alarm panel is required at the Contractor s expense. The Contractor must be responsible for completion and submission of a written Fire Alarm Bypass Request. The Contractors written request must be submitted for COR approval and if approved by COR, then the COR must furnish a written approval to proceed three (3) business days in advance of any proposed work activity. If the fire alarm system requires any deactivation, then it must be reactivated the same day before the Contractor leaves the job site to ensure that the fire alarm system is functional. If the fire alarm system is not functional, then the Contractor must restore the fire alarm system to working order prior to leaving the site or must furnish an around-the-clock fire watch until the fire alarm system is functional. The Contractor must be liable for any costs incurred by the Government to furnish the fire watch and/or to repair the fire alarm system. Hot Work: Contractor must perform and safeguard hot work operations in accordance with OSHA 1910 Subpart Q, NFPA 241, and NFPA 51B. Contractor must coordinate and schedule with COR Hot Work Operations. Hot work operation is defined as operations including, but not limited to, open flame, producing heat and/or sparks, burning, welding, processes such as arc welding, oxy-fuel gas welding, open-flame soldering, brazing, thermal spraying, cutting, oxygen cutting, arc cutting, chipping, grinding, heat treating, sand blasting, torch-applied roofing, chemical welding, thawing pipe, and light horizontal welding, or an operation that is capable of initiating fires or explosions. Contractor must obtain Hot Work Permit from COR prior to activity. Fire and Smoke Barrier Penetration: Contractor must perform, maintain, and safeguard the integrity of smoke and fire barriers in accordance with NFPA 101, NFPA 80, and NFPA 90A. Contractor penetrations in barriers must be repaired in an approved manner (filled with the designated and COR approved flame retardant filler). Energized Circuit Work: Contractor must perform, maintain, and safeguard the integrity of the VHSO electrical systems and must follow procedures around energized equipment in accordance with NFPA 70E standards including proper PPE. Contractor must coordinate and schedule energized circuit work with COR. Contractor must submit to the COR a written request for consideration and written approval a minimum of seven (7) business days prior to activity. VHSO electrician or electrical engineer must monitor work. Contractor must use safety equipment to include but not be limited to, 12 calorie arc flash suits with hoods and 5KV gloves. No exits will be blocked. Personnel without proper PPE must be prohibited within the working area around live electrical panels with the cover removed. Contractor must have COR written approval to proceed three (3) business days prior to activity. Utility interruption: Contractor must coordinate and schedule with COR. Contractor must submit to the COR a written request for consideration and written approval a minimum of seven (7) business days prior to activity. Work must be planned in advance to give as much time as possible to schedule a utility interruption. There may be times when a utility interruption request is denied because of insufficient lead-time or interference with ongoing VHSO activities and must be rescheduled at no additional cost to the Government. Contractor must have COR written approval to proceed three (3) business days prior to activity. Disposal: Contractor must coordinate and schedule with COR. Contractor must have COR written approval to proceed three (3) business days prior to activity. Contractor must submit a written request to dispose of any government owned materials, equipment, or property in advance to the COR for COR written approval. Contractor must remove and properly dispose construction debris, materials, equipment, and substances from this project and the VHSO property daily into the Contractor supplied containers. Contractor must coordinate disposal container location with COR contingent upon available space and any future COR directed relocation(s) must be at no additional cost to the Government. Construction debris created from the project must not be disposed of in VHSO dumpsters or on VHSO property. Disposal of construction debris, materials, equipment, and substances from the project must be in accordance with applicable Federal, State, and Local laws, rules, and regulations. The Contractor must ensure and furnish appropriate documentation to the CO and COR that all hazardous waste handlers, haulers, and disposal facilities are properly licensed. The Contractor must furnish shipping manifest and documentation of disposal of construction debris, materials, equipment, and substances from the project prior to final payment. Fumes: Contractor must coordinate and schedule with COR. Contractor must submit to the COR a written request for consideration and written approval a minimum of seven (7) business days prior to activity. The Contractor must schedule fume producing work activities, including but not limited to, painting or heat produced fumes after regular business hours. Contractor must be responsible for ventilation necessary to exhaust and prevent fumes from entering adjoining areas, outside air intake ductwork, and re-entering the VHSO healthcare facilities at no additional cost to the Government. Contractor must have COR written approval to proceed three (3) business days prior to activity. Photography: Contractor must coordinate and schedule with COR. Contractor must be escorted by VHSO personnel to take job site related photos. Contractor must not photograph any patients, personnel, visitors, and others on VHSO property. Training: (NOT REQUIRED) Training must be included to applicable VHSO personnel. The Contractor must furnish training for users of installed system(s) and procedure(s). Training must include an agenda and instruction manual in electronic form. Contractor must furnish user and administrator training to VHSO officials and VHSO Engineering personnel, with a minimum of four (4) to eight (8) hours of on-site training. Coordination and scheduling for the training must be determined after contract award. Training must include hands-on training and demonstrations. Project Meeting/Conference Minutes: Meeting minutes for all formal meetings and conferences held with the VA, including weekly construction meetings. Meeting minutes must be submitted within seven (7) calendar days of the meeting or conference. All documents in any of the electronic formats listed above. Minimum meeting minutes requirements. Contractor must take minutes of all meetings held relative to this project. The progress meeting must include at a minimum, the Project Manager and the Contractor, the COR and the CO representing the Government. Others must attend when requested by the Contracting Officer. The meeting must be scheduled the same day, time, and place each week. Project name, number, meeting host, Meeting Name. Date, Time, meeting ID, call in number, Duration, and consecutive number of total related meetings. Participant list (Name, Title, Phone number (office and Mobile), Email, Attended Meeting (yes/no Check box). Meeting purpose, Roll call, Safety, Security, Environmental, COVID-19, and Additional Items. Agenda items (Decisions, action items, and fixes or next steps). Next meeting date and time. Detailed attachment list. Contractor must furnish, via e-mail, complete copies of all minutes to all attendees within 72 hours of the meeting. All challenges to the minutes will be reflected in a revised version prepared by the Contractor along with the Contractor and COR shall sign/initial the minutes. In the event of any disputes or challenges that can t be resolved, the Contracting Officer shall render a final decision. Copies of updated minutes must be distributed to the all attendees within 48 hours after change notice. OTHER REQUIREMENTS: Structural members must not be cut or altered, without prior CO written authorization. Contractor must make every reasonable effort to protect VHSO property from damage. Contractor must furnish adequate protection for VHSO property before any construction activities occur. Contractor moved items must be put back by the Contractor to original locations and conditions as work is completed at no additional cost to the Government. Anything remaining in place that is damaged or defaced by the Contractor must be restored by the Contractor to the pre-existing damaged or defaced condition at no additional cost to the Government. Contractor must coordinate work of different trades so that interference between mechanical, electrical, architectural, and structural work including existing services must be avoided and within limits indicated the required space for operation, repair, removal, maintenance, and testing of equipment. Utilities, including but not limited to, conduit, ducts, and pipes must be arranged to ceiling slab, walls, and columns to take up a minimum footprint of space. Conduit, ducts, pipes, and equipment must not interfere with intended use of eyebolts and other lifting devices. Contractor must locate existing utilities in area of work. Contractor must furnish adequate means of support and protection to utilities that remain in place. Any property, including but not limited to, electrical, natural gas, medical gas, communication and utility lines, landscaping, walkways, roads, and curbs damaged by Contractor must be repaired or replaced at no additional cost to the Government. Government property, including but not limited to, walls, ceilings, floors, furniture, must be protected from damage at no additional cost to the Government. Areas must be cleaned after coring, sawing, and other construction activities by the Contractor at no additional cost to the Government. No unauthorized Contractor work to be initiated without the prior written approval of the CO. The CO must approve any request, or proposal for changes in project scope or additional requirements, in writing prior to the Contractor proceeding with any work. Any Contractor changes without prior written approval by the CO, must be done at the Contractor s risk and at the Contractor s expense. Contractors must visit the job site and visit the facility in order to determine the nature and location of the work to be performed in general and the local conditions which can affect the work. Failure to do so must not relieve the Contractor of responsibility for estimating the difficulty or cost to perform the work. Contractor must comply with applicable Federal, State, Local laws, codes, regulations, and ordinances. Contractor must obtain permits and licenses required by Federal, State, Local law, code, regulation, and ordinance(s) at no additional cost to the Government.

Overview

Response Deadline
Jan. 18, 2022, 11:00 a.m. EST (original: Nov. 3, 2022, 11:00 a.m. EDT) Past Due
Posted
Oct. 19, 2022, 3:08 p.m. EDT (updated: Jan. 4, 2023, 2:41 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Department of Veteran Affairs Veterans Health Care System of the Ozarks (VHSO) Fayetteville, AR 72703 United States
Source
SAM

Current SBA Size Standard
$11.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 10/19/22 VISN 16: South Central VA Health Care Network issued Synopsis Solicitation 36C25623Q0066 for 564-23-1-561-0004 FY23 Medical Gas Evaluation and Monitoring due 1/18/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541350 (SBA Size Standard $11.5 Million) and PSC H399.
Primary Contact
Title
Contract Specialist
Name
Carolyn Hill   Profile
Phone
(504) 507-4153

Documents

Posted documents for Synopsis Solicitation 36C25623Q0066

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25623Q0066

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25623Q0066

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 256-NETWORK CONTRACT OFFICE 16 (36C256)
FPDS Organization Code
3600-00256
Source Organization Code
100186525
Last Updated
Jan. 4, 2023
Last Updated By
brian.hendren@va.gov
Archive Date
Feb. 2, 2022