Vermont Bids > Bid Detail

H345--Backflow Survey

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159109268927807
Posted Date: Oct 31, 2022
Due Date: Nov 7, 2022
Solicitation No: 36C24123Q0066
Source: https://sam.gov/opp/d69d80879c...
Follow
H345--Backflow Survey
Active
Contract Opportunity
Notice ID
36C24123Q0066
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 31, 2022 10:14 am EDT
  • Original Response Date: Nov 07, 2022 09:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H345 - INSPECTION- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    White River Junction VAMC 163 Veterans Dr , VT 05009
    USA
Description


THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATON AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION.
The purpose of this source sought/RFI is to gain knowledge of businesses that are capable of satisfying the following work requirements:
Statement of Work
Backflow survey and testing
Project Scope
The White River Junction VA Healthcare System requires the services of a qualified General Contracting firm to provide survey, testing and tagging services of all backflow devices in each building on campus.
The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence.
The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract.
Existing Site Conditions. The project will take place in an occupied healthcare facility and the survey and testing activities will require to be phased in such a way as to minimize impact to staff and patients. Infection Control measures will be required at all times as defined in ICRA assessment, Class III, Group 2, Type C. Survey activity will require constant coordination with VA personnel.
Pre bid site Investigation is required for this project to ensure accuracy of the proposal design. The Contractor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to schedule in advance, check in with the VA Facilities Management Services department and will be escorted to review the project. This work shall be done in advance and is intended to limit unforeseen site conditions.
Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) or Resident Engineer (RE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule.
Due to requirements in NFPA 101 Life Safety Code, a minimum of two egress routes for each occupied space must be maintained. To ensure the safety of VA patients, staff, and tenants, work is to be structured to allow for egress routes to be maintained throughout the course of construction. Work requiring relocation of tenants, is subject to notification requirements. If Contractor provides a schedule resulting in any violations of NFPA 101 Life Safety Code during any work, they must also submit proposed interim life safety measures for VA review. Any action necessitated by NFPA 101 Life Safety Code will be the responsibility of the Contractor.
Tasks and Requirements
General Contractor Requirements
Complete a survey of all backflow devices throughout the entire campus.
Test each backflow for recertification.
Tag and number each backflow device.
Log each device electronically, stating pass or fail, number and location.
The final deliverable shall include make, model, size, type, condition, replace or repair, precise location, budget cost estimates for replacement or repair. This information shall be entered on to an excel spreadsheet and delivered to the WRJ VA.
Locations must be precise such that a third party can quickly locate the listed device.
The survey shall include the identifications of locations where backflow devices should be installed but are found to not exist.
Proposal shall include references of three previous hospital backflow surveys done within the last three years by the proposer and shall include one copy of the proposed report format.
Component List

ID# Entry# Mfgr. Equip. Name Category Location
--- ---------- -------------------- -------------------- ----------
1 26100 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER B2-7
2 26101 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER B01-6
3 26102 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER B02-6
4 26103 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER G116-44
5 26104 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER G116-44
6 26105 BACKFLOW PREVENTER . BACKFLOW PREVENTER 5-T18
7 26106 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER ST2-31
8 26107 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER ST2-31
9 26108 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER 15-1
10 26109 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER B2-7
11 26110 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER B2-7
12 26111 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER B1-7
13 26112 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER B01-T62
14 26113 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER 111-T44
15 26114 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER 111-T44
16 26115 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER B1-9
17 26116 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER G16-39
18 26117 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER B8-8A
19 26118 BACKFLOW PREVENTER - BACKFLOW PREVENTER 109-2
20 26119 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER 200-37
21 26120 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER 200-37
22 26121 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER 101-2
23 26122 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER 101-2
24 26123 BACKFLOW PREVENTER 6 BACKFLOW PREVENTER 101-37
25 26179 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T58
26 26180 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T58
27 26181 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T59
28 26182 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T59
29 26183 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T60
30 26184 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T60
31 26185 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T61
32 26186 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER CS-T61
33 26187 BACKFLOW PREVENTER 3 BACKFLOW PREVENTER G19-28
34 26188 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER B01-T63
35 26189 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER SB1-4
36 26192 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER 3-4
37 26193 BACKFLOW PREVENTER 3 BACKFLOW PREVENTER G16-39
38 26194 BACKFLOW PREVENTER BACKFLOW PREVENTER 340-1
39 26195 BACKFLOW PREVENTER 8 BACKFLOW PREVENTER 15-1
40 26201 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER B1-9
41 26202 BACKFLOW PREVENTER 3 BACKFLOW PREVENTER 1-10
42 26203 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER B01-T62
43 26204 BACKFLOW PREVENTER 2 BACKFLOW PREVENTER B01-T63
44 40015 BACKFLOW PREVENTER BACKFLOW PREVENTER G17-39
45 40017 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER 1008-66
46 40021 BACKFLOW PREVENTER 4 BACKFLOW PREVENTER 1008-66
47 40022 BACKFLOW PREVENTER 1 BACKFLOW PREVENTER BLD-50
48 40024 FIRE PUMP BACK FLOW BACKFLOW PREVENTER G125-88
Place of Performance
VA New England Healthcare System |
White River Junction VA Medical Center (405)
163 Veterans Drive
White River Junction, VT 05001
Period of Performance
Period of performance shall be completed within 6 months of contract award. Based on award date, an amendment or modification may be issued to accommodate weather delays and or lead times. Notify the VA of any exceptions before submitting proposal for increase to cost or changes to project schedule.
Work Schedule
Normal working hours are from 7:30 AM to 4:30 PM. Excluding federal holidays.
Work Performed After Hours: Work may be performed after hours, coordinate these efforts with the COR with a minimum 24-hour notice.
In order to maintain schedule, work performed over the weekend, may be allowed. Contractor to coordinate these efforts with VA COR with a minimum 48-hour notice.

Privacy Statement
Information Security: The C&A requirements do not apply a Security Accreditation Package is not required. Incidental exposure to protected health information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures.
Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 9 AM EST time on November 7, 2022. Responses to this notice shall be submitted via email to Kenya.Mitchell1@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
The NAICS code for this requirement is 238220 and a small size standard of $16.5 million.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 31, 2022 10:14 am EDTSources Sought (Original)

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 >