Similar Projects
Baycare Health System - Plant City
New Construction - 85,000 SF
Conception
$326,000,000 est. value
Plant City, FL 33565

RFP D/B - Repair Expansion Joints in Building 55 Parking Garage
Renovation
Bidding
$500,000 CJ est. value
Tampa, FL 33612

RFP D/B - Repair Expansion Joints in Building 55 Parking Garage
Renovation
Bidding
$500,000 CJ est. value
Tampa, FL 33612

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Z1DA--FY21: NRM - Tier 2 (PROJ: 673-20-104) DB - Incorporate / Integrate Double-Ended Switchgear for Building 38
Renovation, Term Contract
Results
$500,000 to $1,000,000 est. value
Tampa, FL 33612

Moffitt Cancer Center Hospital Expansion - Phase 1
New Construction - 390,000 SF
Construction
$400,000,000 est. value
Tampa, FL 33612

Central Tampa Free Standing Emergency Room (FSER)
New Construction - 10,860 SF
Construction
$1,000,000 to $5,000,000 CJ est. value
Tampa, FL 33604

Tampa General - Behavioral Health
New Construction - 83,000 SF
Pending Verification
Tampa, FL 33606

Mariposa Womens Neuropsychiatric Hospital
New Construction, Infrastructure
Pending Verification
$5,000,000 CJ est. value
Tampa, FL 33610

Moffitt-MCC1 Patient Amenities
Renovation - 6,070 SF
Post-Bid
Tampa, FL 33612

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

Baycare - St Joseph's Hospital North- Behavioral Health Conversion
Renovation - 20,000 SF
Post-Bid
Lutz, FL 33558

Moffitt Cancer Center Cat Scan Replacement - Room 1055
Renovation - 580 SF
Construction
$350,000 est. value
Tampa, FL 33607

Last Updated 10/21/2022 04:34 AM
Project Title

RFQ - FY23: Water Processing Systems Maintenance Services (M and O) Base Year

Physical Address View project details and contacts
City, State (County) Tampa, FL 33612   (Hillsborough County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SOURCES SOUGHT NOTICE WATER PROCESSING SYSTEMS MAINTENANCE SERVICE RFI NO.: 36C24823Q0094 1. NOTIFICATION: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY This is neither a solicitation notice nor a request for proposal or quotes and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA) toward a contract award. This Sources Sought Notice is intended for information and planning purposes only at this time. No evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 8, Network Contracting Office 8 (NCO 8), is seeking information and potential qualified sources capable of meeting the following requirements: WATER PROCESSING SYSTEMS PREVENTATIVE MAINTENANCE SERVICES for the James A. Haley Veterans Hospital, Tampa, FL. The purpose of this notice is to gain knowledge of potential qualified sources and their business size classifications listed below relative to the below listed North American Industry Classification System (NAICS) Code. This notice will help the VA in determining available potential sources only. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. After review of the responses to this Sources Sought Notice, a solicitation announcement may be published in Beta.SAM.gov, also known as Contract Opportunities. Responses to this Sources Sought Notice are NOT considered adequate responses to the solicitation announcement. All interested responders will have to submit a proposal to any resulting solicitation announcement to be considered for evaluation for any future contract award. 2. SCOPE OF WORK BACKGROUND: The Department of Veterans Affairs (VA), Network Contracting Office 8 (NCO 8), is seeking sources to provide Water Processing Systems Preventative Maintenance Services. The Contractor shall perform to the standards in accordance with the Performance Work Statement (PWS), dated 10/18/2022. This PWS requires the work to be performed by qualified Contract Professionals, and they will hereafter be referred to as Contractors. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved service personnel performing Water Processing Systems Preventative Maintenance Services at the James A Haley Veterans Hospital to the Contracting Officer and/or the COR with any solicitation requirements. Contractor shall make revisions to this documentation whenever service personnel are assigned or re-assigned to the James A Haley Veterans Hospital. The Contracting Officer and COR reserves the right to request authentication of certificates or credentials from the Contractor at any time for any personnel who are providing services at the James A Haley Veterans Hospital. The contractor will not require access to VA sensitive information, therefore the Certification and Accreditation (C&A) requirement in accordance with (IAW) VA Handbook 6500.6 Contract Security does not apply. PERFORMANCE WORK STATEMENT (PWS): The Contractor shall furnish all labor, supervision, management, quality, certification, and travel to provide Water Processing Systems Preventative Maintenance Services for the James A Haley Veterans Hospital in accordance with the Performance Work Statement (PWS), dated 10/18/2022. (See attachment below). 3. LOCATION: James A Haley Veterans Hospital Facilities listed in the PWS, dated 10/18/2022. 4. PERIOD OF PERFORMANCE: Period of Performance shall start from the date of award/effective date for a Base Year and Four (4) Option Years. 5. CONTRACTING OFFICER - POINT OF CONTACT: All responses and questions will be addressed by the Contracting Officer and must be received via e-mail to kim.tucker1@va.gov. Telephone responses will not be accepted. Kim C. Tucker Contracting Officer Kim.Tucker1@va.gov Network Contracting Activity 8 (NCO 8) 8875 Hidden River Pkwy, SUITE 560 Tampa, FL 33637 6. RESPONSE DUE DATE: Please provide the requested information by e-mail to Kim.Tucker1@va.gov no later than (NLT) the date and time provided below: Monday, 24 OCT 2022, no later than 3:00 PM Eastern Standard Time. 7. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: NAICS CODE: 811219 NAICS DESCRIPTION: Electronic Equipment Repair and Maintenance Service NAICS BUSINESS SIZE: $30.0 MILLION 8. BUSINESS INFORMATION: If you are interested and can provide the required services, please provide the below requested information on your written response to this Sources Sought Notice: Business Name: ________ Business Address: Street: _________________, City, State, Zip Code: _____________, County: ____________, Business Website: _____________ Point of Contact: Name: _________________, Telephone: _____________, E-mail Address: _________, UNIQUE ENTITY ID (UEI) from SAM.gov.: _________ 9. BUSINESS SIZE: If you are interested and can provide the required services, pursuant to the above NAICS Code 811219, and Business Size Standard $30.0 M, please provide the following business size information such as, but not limited, on your written response to this Sources Sought Notice: Service-Disabled Veteran Owned Small Business (SDVOSB) (Certified). Veteran Owned Small Business (VOSB). Women Owned Small Business (WOSB). Small Business (Disadvantaged). Small Business (Emerging). Non-profit organization. Hubzone Business. Large Business. Other: _____________ 10. SUBCONTRACTS: If a solicitation is issued for this requirement and if you intend to subcontract any work on any resulting this contract, what portion of the total cost will be self-performed performed by your business. Please provide an estimated detailed percentage breakdowns related to sub-contracted work and completion of the service requested. 11. GOVERNMENT CONTRACTS: CONTRACT INFORMATION: Does your business have any Government Contracts with any of the below listed Government Agencies. If so, please provide the Agency, Contract Number and the Contracting Officer Point of Contact Information Federal Supply Schedule (FSS) contract with the GSA, Veterans Administration: National Acquisition Center (NAC). Strategic Acquisition Center (SAC). Tactical Acquisition Center (TAC). Other Government Agencies. CONTRACT AVAILABILITY: If you are a Government Contract holder, are the items/services you are providing information for available on your schedule/contract. If so, please provide a copy of your contract and applicable pricing schedule. 12. GENERAL PRICING: General estimated pricing of your service/products/solution is encouraged. Estimated pricing will be used for the purpose of market research only and to help determine price reasonableness. Pricing will not be used to evaluate for any type of contract award. 13. CAPABILITY STATEMENT: If your business can provide the required service, please provide a summary of your company s technical capabilities and ability to provide the required item/service in accordance with the attached PWS, dated 10/18/2022. 14. PWS FEEDBACK: Please review the applicable PWS and provide any feedback or any suggestions. If none, please reply as Not Applicable. 15. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. This Notice does not commit the government to contract for any supplies or services. All information received in response to this Notice that are marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will not pay for any information or administrative cost incurred in response to this Sources Sought Notice. Any further information submitted by respondents to this notice is strictly voluntary. Requests for solicitation will not receive a response as a solicitation is not currently available. Responses to this Sources Sought Notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be announced at a later date and information will be posted on the Sam.gov Contracting Opportunities web site. All qualified interested parties must respond to that Request For Quote/Proposal Solicitation Notice separately from the response to this Sources Sought Notice to be considered for award. ATTACHMENTS: 1. PWS, dated 10/18/2022 PERFORMANCE WORK STATEMENT WATER PROCESSING SYSTEMS PREVENTATIVE MAINTENANCE SERVICES 10/18/2022 I. INTRODUCTION: The James A Haley Veterans Hospital (JAHVH) has a requirement to ensure all facility shall maintain all De-Ionization (DI) Systems, Reverse Osmosis (R/O), Water Softeners, and Salt Deliveries identified in the performance Work Statement (PWS) for the James A. Haley Veterans Hospital (JAHVH), Tampa FL. The Contractor shall furnish all labor, parts, travel, and equipment to provide maintenance and repair services for all systems identified in this Performance Work Statement (PWS). James A Haley Veterans Hospital, 13000 Bruce B Downs Blvd, Tampa FL 33612 PCA, 13515 Lake Terrace Ln, Tampa FL 33637 II. DEFINITIONS/ACRONYMS/ABBREVIATIONS: Central Utility Plant (CEP) - Maintains the VA utility infrastructure: Steam distribution piping/Chilled water distribution piping/Utilities/Electrical Substations/Electrical distribution system/Power Generation. Contracting Officer (CO) VA official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. Contracting Officer's Representative (COR) VA official responsible for providing contract oversight and technical guidance to the Contracting Officer. Responsibilities include certification of invoices, placing orders for service, providing technical guidance, overseeing technical aspects of the contract. All administrative functions remain with the Contracting Officer. Contractor refers to both the prime Contractor and his/her employees, and any sub-contractor and their employees. FSE Field service engineer Fixed-price contract- is a type of contract that provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. NICET National Institute for Certification in Engineering Technology National Fire Protection Association (NFPA) - is a United States trade association, albeit with some international members, that creates and maintains private, copyrighted standards and codes for usage and adoption by local governments. Out-Patient Clinic (OPC) - the part of our VA hospital system designed for the treatment of veteran s outpatients with health problems who visit the VA for diagnosis or treatment out in their local community. Quality Assurance Surveillance Plan (QASP) an organized written document used for quality assurance surveillance. The document contains specific methods for performing surveillance of the Contractors continuous performance. Quality Control and Quality Control Plan (QCP) Those actions taken by the Contractor to control the production of goods or services so they will meet the requirements of the contract. Performance Work Statement (PWS) - is a statement of work for performance-based acquisitions that describes the required results in clear, specific, and objective terms with measurable outcomes. Weekends, Holidays, Evenings and Nights Hours WHEN James A Haley Veterans Hospital - (JAHVH) III. REFERENCES: NFPA 70, National Electric Code NFPA 70E, Standard for Electrical Safety in the Workplace NFPA 99, Health Care Facilities Code, Latest Edition NFPA 101, Life Safety Code, Latest Edition NFPA 110, Standard for Emergency and Standby Power Systems, Latest Edition. The Joint Commission Accreditation Manual for Hospitals, Latest Edition. VHA Directive 1061, Prevention of Health Care-Associated Legionella Disease and Scald Injury from Water Sources AAMI ST79:2017, Comprehensive Guide to Steam Sterilization and Sterility Assurance in Health Care Facilities OSHA Standard 29 CFR Part 1910, Subparts: I, J, R, & S. OSHA - Safety and Health Regulations for Construction Part 1926 Subpart K - Electrical InterNational Electrical Testing Association (NETA) Maintenance & Testing Specifications Operating/Maintenance manuals and specifications of all components of automatic doors. The JAHVH will not provide service manuals or service diagnostic software to the contractor. The Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as: operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. IV. SCOPE: Contractor shall maintain all De-Ionization (DI) Systems, Reverse Osmosis (R/O), Water Softeners, and Salt Deliveries identified in this PWS. All resin used in tanks must be from a 510K medically approved regeneration plant. Proof of 510K certification must be provided. Contractor shall maintain all DI, R/O systems located at JAHVH to AAMI (TIR)34: 2014/(r)2017, Water for the Reprocessing of Medical Devices which is referenced in AAMI ST79:2017, Comprehensive Guide to Steam Sterilization and Sterility Assurance in Health Care Facilities). All changes, repairs, etc. shall be accomplished in a workman like manner. The contractor shall present any equipment or material replaced to the VA COR for inspection and/or evaluation prior to its removal or disposal. System is to be sanitized as needed following any work performed. Contractor shall supply bagged salt for the water softeners throughout the hospitals eleven locations throughout the facility and Bldg.100. On a weekly basis, either Wednesday and/or Thursday, fill the salt tanks of the listed softeners as needed, based on weekly observation. Salt shall be delivered directly to brine tanks and filled utilizing the contractor s own labor personnel and equipment. Contractor shall fill brine tanks with enough salt to minimize the number of trips and visually check softeners and brine tanks for correct operation and perform hardness test on softeners product water to ensure zero hardness. The contractor shall perform services in a competent workmanlike manner, clean any residue or spillage because of the work performed, and notifies the COR of any discrepancies in the equipment on a timely basis. The contractor shall store bagged salt at each softener for immediate use by hospital staff in a reasonable amount for each softener, not to exceed 10 bags at any one softener. V. PREVENTATIVE MAINTENANCE (PM): Note: Contractor shall perform Preventative Maintenance (PM) in accordance with manufacturer s service manuals and checklists. Contractor shall provide a maintenance (PM) schedule and Two (2) copies of the PM procedures must be presented in writing to the Contracting Officer and/or the COR within ten (10) days after contract award for each piece of equipment. SEE ATTACHMENT 1, PREVENTATIVE MAINTENANCE SCHEDULE. VI. GENERAL INFORMATION: Location and Hours of Work 1.1. Accomplishment of the PWS requires work at JAHVH 13000 Bruce B Downs Blvd. Tampa Florida 33612 and PCA 13515 Lake Terrace Ln. Tampa Florida 33637. Normal workdays are Monday through Friday, 8:00am to 4:30pm except weekends and Federal Holidays (see list of holidays below). New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth Independence Day 19 June 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day 11 November Note: Any of the above holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday. Contractor s days to perform are reflected in the Performance Work Statement/Statement of Work. VII. PERFORMANCE REQUIREMENTS: The contractor shall be responsible for providing the following services: Change Pre-Filters (Monthly) Repair/Maintain UV Lite (Yearly Exchange) Change Sub Micron Filter (180 Day Exchange) Change DI Exchange Tanks (Monthly as needed) Loop Disinfect RO system (Yearly) Check and adjust controls, floats, etc. (As needed) Perform AAMI TIR34 Water Test (Monthly) Carbon and Water softener inspections (Monthly as needed) Softener Re-bed (as needed) Contractor shall supply all labor, materials, hardware, and accessories. Contractor shall provide evidence of factory training for each service engineer upon request. Contractor shall provide service reports to FMS within 24 hours of completing service. The report shall include complete details of all work performed. Contractor shall provide certification in the form of technical documentation, original invoice, or service documentation that the quality of updates and upgrades is sufficient to guarantee continued performance and operation of the system listed in this contract Contractor shall perform PM to correct or maintain the equipment to meet or exceed the manufacturer s factory specifications. Any calibration or repair procedures or adjustments necessary to assure accurate and reliable equipment operation will be performed at this time, e.g., cleaning, oiling, adjusting, replacing parts, re-bedding softeners, etc. Contractor shall notify the COR in writing (report form) any uncorrected deficiencies. Written notification shall include the type of deficiency noted, dated, and initialed. Contractor shall immediately notify the COR of any deficiencies, which are a hazard. It shall be the responsibility of the James A Haley Veterans Hospital to take the necessary actions to initiate any Interim Life Safety Measures (ILSM). Contractor shall have twenty-four (24) hour access to all needed parts. Response time: 2 hours by telephone, 24-hour on-site service response. Emergency response will be provided within 4 hours of telephone call. Emergency is defined as a non-functioning system. Contractor shall provide telephone HOTLINE for instrument problems 24 hours/ day, 7 days per week, including holidays. Includes travel, mileage, expenses, parts, and labor at prevailing rates. Contractor shall provide active means to prevent airborne dust from dispersing into atmosphere by wiping and/or water misting ceiling or wall surfaces where installations will take place. HEPA vacuums are acceptable. Contractor is responsible for any damages caused by contractor to Government property during execution of work and will repair at no cost to the Government. This includes any patching, priming, and painting of walls and ceilings. All work shall be performed with no interruption to facility. Contractor shall provide the Contracting Officer (CO) and Contracting Officers Representative (COR) a copy of all invoices prior to submitting for payment. VIII. DELIVERABLES: All installed hardware shall be inspected for defects prior to acceptance by VA. VIX. TRAVEL: Travel will not be paid by the government. VIII. SECURITY: The contractor shall be always escorted by a VA employee while performing maintenance. IX. CONTRACTOR QUALIFICATIONS/CERTIFICATIONS: Contractor must be qualified and certified for the following: 1.1. Contractors are licensed with NSF, NEBB and CETA qualifications 1.2. Contamination Control Specialists With No Sensitive Data but Requires Training VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE VA INFORMATION CUSTODIAL LANGUAGE: a. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. b. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. c. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. d. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. SECURITY INCIDENT INVESTIGATION: a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH: a. Consistent with the requirements of 38 U.S.C. 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. b. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. SECURITY CONTROLS COMPLIANCE TESTING: On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. TRAINING: a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training before being granted access to VA information and its systems. (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior before being granted access to VA information and its systems. RECORDS MANAGEMENT LANGUAGE (MAY 2017) 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. James A Haley Veterans Hospital and Clinics and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of James A. Haley Veterans Hospital and Clinics or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to James A. Haley Veterans Hospital and Clinics. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to James A. Haley Veterans Hospital and Clinics control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and James A. Haley Veterans Hospital and Clinics guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with James A. Haley Veterans Hospital and Clinics policy. 8. The Contractor shall not create or maintain any records containing any non-public James A. Haley Veterans Hospital and Clinics information that are not specifically tied to or authorized by the contract. 9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 10. The James A. Haley Veterans Hospital and Clinics owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which James A Haley Veterans Hospital and Clinics shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #4192704, Records Management for Everyone. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. [Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.] D. Flowdown of requirements to Subcontractors: 1. The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same. 2. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. ATTACHMENT 1, PREVENTATIVE MAINTENANCE SCHEDULE (10/18/2022: The method of contractor selection has not been determined at this time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents