The RFP Database
New business relationships start here

Installation of Key Box and Controls in B36 at the Tomah VAMC in Tomah, WI


Wisconsin, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PRE-SOLICITATION NOTICE

STATEMENT OF WORK
INSTALL OF KEY BOX AND CONTROLS FOR BUILDING 36



1.    Project scope:
    
Provide all labor, materials and equipment necessary for the installation of a new Key box and controls for the Transportation Department (Key box itself will be VA-Owner Furnished/Contractor installed). The contractor will be responsible for cutting the required opening into the wall and relocating any piping or electrical that may already exist in that area. The contractor will provide and install any new electrical or communication wiring needs for the support of the new monitor and key box system. The contractor will be expected to repair the wallpaper if possible or to repaint wall if required. The contractor is expected to install trim around new opening for key box and monitor once in place. Depending on space requirement the contractor may also be required to remove the old key box and infill that opening with sheetrock and wallpaper if possible or paint area. This work is required to be performed in a manner that will minimize the effect on patient care and staff work which may require working on weekends and off normal hospital working hours 8a.m. to 4:30 p.m. Monday through Friday. If power is required to be down to the area for installation of new outlets, lighting, or other equipment, this outage will have to be prescheduled through all affected personnel, the areas being affected directors, and the Chief of Facility Services at a minimum.


2.    Services to Support scope:
    
2.1    The Contracting Company shall provide all materials, personnel, equipment, tools, supervision, along with any other items required to ensure that all remodeling and construction is performed up to the standards of the VHA Electrical Directive, VHA Master Construction Specifications, NFPA 70, NFPA 70B, NFPA 99, NFPA 101.

    2.2    The work that is to be performed at minimum, but not limited to is the following:
            
1.    Supply all materials needed to install new Key box and controls into selected wall for Transportation, with the exception of the Key box itself which will be supplied by the VA.
2.    Contractor to cut a hole in selected wall large enough to install Key box and controls.
3.    Contractor to relocate any piping or electrical that maybe in the way in the new opening.
4.    Contractor to provide and install all new electrical and communication need for the Key box system and its controls.
5.    When the key box and all required controls are in place contractor is to finish up the wall around the new opening by either repairing the current wallpaper or repainting wall. The contractor is also to install trimming around the new system.
6.    Depending on space requirement the contractor may also be required to remove the old key box and infill that opening with sheetrock.
7.    The contractor may also be required to match existing wallpaper or if not possible repaint the wall over the newly enclosed opening.



3.    Place of performance:

All work for this Statement of Work (SOW) is to be performed at Bldg. 36 on the Tomah VA complex address 500 East Veteran Street, Tomah WI 54660

4.    Deliverables: Contractor provided materials and installation

5.    Security:

    Based on the review of VA Handbook 6500.6, Appendix A, the certification and
accreditation (C&A) requirements do not apply; a Security Accreditation Package is not required. Furthermore, VA sensitive information will not be at risk based on the details of the contract."

6.    Signing In to the Tomah VA Campus/Signing Out of the Campus:

6.1    During normal hours of operation, Monday through Friday 8a.m. to 4:30 p.m., the contractor shall sign in with the work order clerk located in building 40 when arriving on campus to perform work and sign out with the work order clerk when the job is complete
    
6.2    During other than normal hours of operation the contractor shall sign in with the Fire Department located on the east-end of building 36    
    
6.3    When checking in, the contractor shall obtain contractor badge unless the contractor has completed their background investigation and obtained a VA issued PIV card

7.    Risk Management:
    
Contractor is required to provide properly trained and licensed personnel for this tasking with all required PPE including any required ARC Flash equipment that maybe required for completing this tasking. The contractor is required to follow all rules or safety requirements that may apply from OHSA, The VA Electrical Directive, VHA Master Construction Specifications, NFPA 70, NFPA 70B, NFPA 99, NFPA 101 and including any additional rules that may not be list but apply. If energized work is required to be done, the contractor will get the proper energized work permit from the safety officer and make sure that it is properly filled out and sign before performing any energized work.

8.     Quality Assurance:

8.1    Inspection/Acceptance; the Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance

8.2    The contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts

8.3    The contractor shall provide a one year warranty period upon Owner acceptance of work.

9.    Points of Contact:

    9.1 The POC for this solicitation is Kristi Kluck, Contract Specialist, Kristi.Kluck3@va.gov


10.    Public Solicitation

The full solicitation with necessary details will be posted on FedBizOpps - https://www.fbo.gov/. No pre-bid conference/site walk-through will be held for this project, however all prospective bidders are encouraged to submit questions to ensure a responsible quote is submitted.

This solicitation is set-aside for CVE-Verified, Service Disabled Veteran Owned Small Business firms (SDVOSB). The solicitation will be issued on or about August 8, 2014 whereby the due date for all quotes will be thirty (30) calendar days AFTER the FULL SOLICITATION package is posted to https://www.fbo.gov/. The bidder shall be responsible to monitor and download any amendments from FedBizOpps which may be issued to this solicitation. The North American Industry Classification Code (NAICS) for this procurement is 236210 "Commercial and Institutional Building Construction" size standard of $33.5 million applies.

**************************************************************************************THIS NOTIFICATION IS JUST A PRESOLICIATION ANNOUNCENT MADE IN ACCORDANCE WITH FAR CLAUSE 14.205; NO PLANS OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME. A FULL PACKAGE SHALL BE AVAILABLE ON https://www.fbo.gov/ ON, OR ABOUT, AUGUST 8, 2014.

Kristi Kluck
Kristi.Kluck3@va.gov

Kristi.Kluck3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP