MAINTENANCE AND REPAIR BPA SCOPE OF WORK
STATEMENT OF WORK, PERIOD OF PERFORMANCE, AND CONTINUED PERFORMANCE
GENERAL DESCRIPTION OF WORK:
One Firm Fixed Price, Blanket Purchase Agreement will be awarded for the Roseburg VA Health Care System in Roseburg, Oregon.
The contractor shall furnish all necessary qualified personnel, supervision, material, equipment and services to perform the tasks in the Statement of Work prepared specifically for each Task Order. The scope of work is for the maintenance, repair, replacement and/ or demolition of Plumbing Systems, HVAC-R Systems, Mechanical Systems, Electrical Systems, and Control Systems that may include ancillary construction and can include but is not limited to the following:
Plumbing and Pipe Systems
Drain, Waste, and Vents repair, replacement and installation
Compressed gas system components, including air, oxygen, and vacuum systems and repair and replacement
Medical Center Medical gas analysis and certification
Plumbing leak repair
Pipe Insulation and labeling
Sewer and storm drain, unplugging, clearing, and jetting
Unplugging of toilets, urinals, sinks, showers, and laves
Grease trap cleaning
Sump pump repair and servicing
Steam system testing, repair, replacement, or demolition
Heating hot water loop testing and repair
Chilled water loop testing and repair
Water balance of chilled water and heating hot water
Underground fire-line-piping, irrigation-line-piping, and valves repairs and replacement
Underground geothermal heating lines and valves repair and replacement
Underground building drains and sewers lines repair and replacement
Underground domestic water lines repair and replacement
Excavation of underground pipes, lines, and valves to repair or replace
Domestic water hot, cold, and recirculation lines and valves repair and replacement
Backflow device testing and repair
Plumbing Fixture installation, replacement, repair, or removal
Emergency eye wash and shower repair or replacement
Heat exchangers installation, repair, and replacement
Water heaters installation, repair, and replacement
Pressure vessels welding and certification
Pressure vessel installation, repair, and replacement
Steam traps, steam valves, steam pumps, condensate pumps, installation, repair, and replacement
Water Pumps installation, repair, and replacement
Sewer lift stations repairs
Reverse Osmosis stations, water softeners, chlorination stations, and water filters installation, repair, and replacement
Plumbing Demolition
HVAC-R systems
Supply, return, and exhaust duct work testing, repair, installation, and demolition
Direct Digital Controls parts, comm wire, and software installation, upgrade, repair, and replacement (Automated Logic-Web Control and Alerton Compass)
Variable Speed Drives repair and replacement (with ABB Drives)
Electric motors repair and replacement
Fan repair and replacement
VAV and CAV box repair, replacement, and tuning
Coil cleaning, repair, and replacement
AC Compressor repair, replacement, and maintenance
HVAC-R electrical work
Hot water boilers repair
Steam boilers repair
Water treatment
Chillers repair
Dryers, contactors, switches, circuit boards, relays, wire, terminals, disconnects, refrigerants, oils, lubricants, conduit, freeze stat, capacitors, fuses, UV lamps, reversing valve, defrost controls
Ice Machines repair and replacement
Air Handlers repair and replacement
Shafts, bearings, sheaves, belts, filters, frames, skins, doors, hatches, hinges, coils, filter racks, and dampers
Actuators
Circuit setters
Air conditioning, DX Cooling, VRF system repairs
Heat pumps repair and replacement
Heating, gas valves, gas train, gas piping, furnace, de-humidifier, repair and replacement
Humidifiers repair and replacement
Cooling towers repair and replacement
Fan coils repair and replacement
Walk in Cooler-Freezer/Refrigeration, repairs
Medical refrigerators and freezers repairs
Kitchen refrigeration cabinets and coolers repairs
Penetrations through firewalls repairs and fireproofing
TAB (testing, adjusting, and air balancing)
Filter servicing and cleaning
Exhaust fan repairs
HVAC-R demolition
Repair and Testing of Electrical Systems
Cummins Power Generators and controls
Caterpillar Power Generators
All other Power Generator repairs
Transformers
Transmission lines
Conduits above and below grade
Panels, breakers, fuses, circuits
switches, relays, and outlets
lamps, bulbs, standard and LED
General electrical gear and components
Elevators and elevator support systems
Repair and Testing of Mechanical Systems
Medical Air stations, compressors, valves, and equipment
Medical air piping systems
Medical Vacuum stations, compressors, valves, and equipment
Dental Air stations, compressors, valves, and equipment
Dental Vacuum stations, compressors, valves, and equipment
Dental Amalgamator and heavy metal filters
Dental plaster traps repair
Medical Bulk Oxygen tanks, valves, fill nozzles, and supply lines
Air compressors
Equipment stands, supports, and platforms
Support
Carpentry, general and specialty
Concrete forming, pouring, cutting, repair and finishing
Framing and roofing
Metal framing, substructure s etc.
Insulation
Drywall and spackling
Painting and specialty wall coverings
Flooring
Doors, windows, and hardware
Landscaping, arboriculture, gardening, sprinklers
Cabinets
Electric security locks and door operators
The prime contractor shall hold or be partnered with a subcontractor with a current Plumbing contractor license and a current HVAC-R contractor license in the state of Oregon.
The prime contractor will warranty all materials, equipment, software and labor required provided by the prime contractor or any sub-contractor working under the prime contractor for one year from the moment the materials, equipment or software is brought online and made operational. The prime contractor shall keep a record of all materials, equipment, and software installed under this SOW to ensure the warranty dates are accurate and discernable based on each task order. The prime contractor will ensure all warranty work is to be carried out in an expeditious manner without delay to completion once a defect is identified in material, equipment, software, or workmanship.
The sub-contractors who work under the prime contractor shall carry the appropriate contractor s licensure and certification for the trade/craft work they perform in the state of Oregon under the prime contractor. Sub-contractors such as an; Electrical contractor, Medical Gas Installer-Tester-Certifier, Backflow Device Tester, TAB Contractor, Pharmacy/Lab Hood Tester/Certifier, above ground and underground Utility contractor, Direct Digital Control Contractor, shall have the required factory certification, dealer license, Industry certification, and or State Contractor licensure to perform work in their specialty trade/craft sufficient to meet all state and specialty codes and requirements.
All trade/craft journeyman and apprentice workers who are required to be licensed in the state of Oregon to do their trade/craft work must hold a valid certification issued by the state of Oregon in their specialty trade/craft if they are to be dispatched to the Roseburg VA Health Care System to perform trade/craft work. Similarly, trade/craft journeyman and apprentice workers must hold valid certification issued by the State of Oregon in their specialty trade/craft if they are to be dispatched to any of the VA community-based clinics located in Oregon.
During the contract period, the facility staff will identify projects for Task Orders that will be issued by the Contracting Officer. The Contracting Officer has the right to withdraw proposed Task Orders before and after the receipt of the Contractor s proposal for the requested Task Orders. All parts, materials, equipment, or software installed at the Roseburg VA Health Care System must be approved by the VA prior to installation. Any parts, materials, equipment, or software installed without prior approval will be subject to removal and replacement with approved parts, materials, equipment, or software by the prime contractor without additional cost to the VA. All parts, materials, equipment, and software that are installed at the VA must be of the most recent and relevant edition manufactured. No obsolete or legacy parts, materials, equipment, or software will be accepted or installed at the Roseburg VA Health Care System. The prime contractor will provide the VA with all required contractor, journeyman, and apprentice trade licenses and certifications for the prime contractor and the prime contractor employees. The prime contractor will provide the VA with all required sub-contractor licensure and certifications as well as the licenses and certifications of the sub-contractor s employees who will be dispatched to the Roseburg VA Health Care System for trade/craft work.
The prime contractor will also ensure that anyone who installs, repairs, or replaces, Direct Digital Controls or does any programing of the Direct Digital Controls at the Roseburg VA Health Care System is a certified Automated Logic Web Control technician who is employed by an authorized Automated Logic Web Control dealer. The prime contractor will ensure that all third-party software and devices installed at the Roseburg VA Health Care System shall be provided to and become the property of the Roseburg VA Health Care System. No proprietary software shall be allowed. All software shall be provided to the VA as a fully functional and operational copy; accessible and usable by VA employees, at no extra charge or expense.
The prime contractor will understand that any consultation, survey, or project bid work done by the prime contractor or a sub-contractor of the prime contractor will become the exclusive intellectual property of the VA and does not obligate the VA in any way to hire the prime contractor or the prime contractor s subcontractor to perform work based on any consultation, survey, or project bid.
The apprentice to journeyman ratio will be one journeyman to one apprentice. The prime contractor may choose to use all journeyman workers. The sub-contractor may choose to use all journeyman workers. The apprentice will be continuously supervised by a journeyman who is onsite working without exception. The apprentice to be supervised by a journeyman must be a fourth- or fifth-year apprentice at minimum. No helper or laborer will be permitted to take the place of an apprentice or be added to the journeyman to apprentice ratio at any time.
A fourth-year apprentice is one who has completed the third year of apprenticeship classes with a passing grade and has completed 6000 hours of on-the-job training under the direction of a journeyman worker in the State of Oregon.
B. PERIOD OF PERFORMANCE AND VALUE:
Award will be one 1-year base BPA with four 1-year Options for a total of 5 years. Task Orders shall be based on individual projects. Most of the Task Orders will be awarded between $15,000 and $75,000 with a Task Order ceiling of approximately $300,000. The contract capacity will not exceed $1,500,000 across the life of the BPA.
C. MAINTAINING CONTINUED PERFORMANCE
In order to be to be considered eligible for continued contract ordering, the Contractor must maintain current licensure and continued satisfactory performance as assessed by VA technical personal and/or current Contracting Officer s Representative (COR) reports. The contractor shall obtain approval for any proposed subcontractor and provide current licensure for any subcontractor prior to commencement of work at the task order level. Failure to maintain satisfactory performance will result in a termination of all future option year and Task Order awards.
PRICING AND NON-PREPRICED ITEMS
TASK ORDER PRICING
The Contractor must furnish pricing for each individual Task Order on a line item basis. All hourly prices reflect the service rate the prime contractor will bill the VA for service work. Service rates will include the service truck/tools required for the specific trade journeyman inclusive of the hourly billed rate. All hourly rates are to include overhead, insurance, profit, and any other mark-up.
Each Task order will allow for one hour of billable travel time for each craft worker dispatched to the Roseburg VA Health Care System at the appropriate rate.
The Straight Time Rate will be billed for hours worked from Monday through Friday 7:00 a.m. to 4:30 p.m.
The Overtime Rate will be billed for hours worked from Monday through Friday 4:30 p.m. to 7:00 a.m. or, for anytime worked on Saturday.
The Sunday Rate will be billed for anytime worked on Sunday.
The Holiday Rate will be billed for anytime worked on any federal holiday. If a fair and reasonable price is not agreed upon through the Task Order proposal process, the Individual Project will be withdrawn, and the issuing Task Order Contract Specialist will use another vehicle to meet the needs of the Government.
NON-PREPRICED ITEMS
Non-prepriced items that are within the scope of work may be negotiated by the Contracting Officer, or his designated representative, on an individual Task Order basis. Examples of non-prepriced items include parts or materials needed due to extraneous circumstances. Added items of work shall be incorporated into and made a part of the Task Order and shall be performed at the negotiated unit price.
NORMAL WORKING HOURS
Work may take place during regular business hours, after regular business hours, on weekends, and on federal holidays based on the needs of the VA or at the request of the CO, COR, or FMS management. The Contractor shall have two hours to begin work of approved emergency task orders and two working days to begin work of non-emergency task orders. Work is to be carried out in an expeditious manner without delay to completion once the contract officer sends an award and or notice to proceed to the contractor.
Federal holidays are: New Year s Day, Martin Luther King Jr. Birthday, Washington s Birthday (Presidents Day), Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day.
INSTRUCTIONS, CONDITIONS, AND OTHER STATEMENTS TO OFFERORS
SCHEDULING OF WORK AND COMMUNICATIONS
Before commencement of work under an individual Task Order, the contractor shall obtain approval for any subcontractor that will be performing services under the task order. The contractor shall confer with the COR, and agree on items including, but not limited to: 1) sequence of procedures; 2) means of access to premises and building; 3) delivery of materials; and 4) storage of materials and equipment. When necessary to reduce disruption to patient care and hospital operations, the work shall, so far as practicable, be done in definite sections or divisions, and confined to pre-approved areas.
The contractor shall provide the Contracting Officer and the COR with the name, telephone number, pager number, and/or cell phone number of the person who should be contacted in case of emergencies. This individual shall have the authority to enter into binding agreements with the Government.
All temporary outages of any utility services required for the performance of work shall be scheduled with the COR in advance of such outages. If outage is longer than 8-hours, notice in writing, must be 15 working days in advance of proposed interruption. All requests for power outages shall be submitted in writing.
PERFORMANCE WORK STATEMENT
A Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP) will be determined upon the issuance of each Task Order if applicable. Each PWS/QASP will be tailored to each individual Task Order when deemed appropriate. The Government will decide at the time of Task Order issuance if a PWS or Statement of Work is in the best interest of accomplishing the requirement.
JOB SITE
If necessary, for reasons of patient care, the VA may require the Contractor to limit the locations, time schedules and/or types of work that can be performed. This may occur with little advance notice.
Delivery of materials and equipment shall be made with minimum interference to medical center operations and personnel. VA personnel shall not assist with contractor shipments or deliveries that are made to the job site.
The contractor shall be responsible for providing all work site protective barriers and site control devices. This includes, but is not limited to protective fences, protective tapes and protective signage. The contractor shall be responsible for providing all necessary traffic control (i.e., street blockages, traffic cones, and flagman) at no additional cost to the Government. Proposed traffic control methods shall be submitted to the COR for final approval. No street or access way shall be completely closed to traffic without prior approval from the COR.
The contractor shall take all precautions to ensure that no damage to private or public property will result from their operations. If such damages occur, the contractor shall make all necessary repairs and/or replacements at no cost to the Government.
The Contractor's personnel will be permitted to use toilet facilities on the premises, subject to approval and control of the COR. In the event none are available, the Contractor shall, at his own expense, provide portable facilities, as required.
WAGE DETERMINATIONS FOR TASK ORDERS
A Wage Determination shall accompany every Task Order appropriate to the scope of work. The Contractor shall pay wages in accordance with the Wage Determination for each Task Order.