BACKGROUND / INTRODUCTION .gov



-313472-39024100PERFORMANCE WORK STATEMENT (PWS)DEPARTMENT OF VETERANS AFFAIRSVeterans Health Administration (VHA)VA Northern California Health Care SystemChico Construction Warehousing SupportProject Title: INITIAL OUTFITTING, TRANSITION, AND ACTIVATION SERVICES (IOT&A) IDIQ Task Order #2WAREHOUSINGDate: August 8, 2017PWS Version Number: 1.0BACKGROUND / INTRODUCTIONThe new Chico CBOC is a 42,000 net usable square foot (NUSF) outpatient care leased facility to replace the current lease for the Chico Outpatient Clinic at 280,250, and 254 Cohasset Rd, Chico, CA 95926.??The new location will be located at 2000 Concord Avenue, Chico, CA 95928. The current location is significantly undersized and spread between three geographically separated leased locations within a strip mall. It does not meet physical security design, seismic, nor PACT requirements and has zero room for growth.??Services include Primary Care, Mental Health Care, Dental, Ancillary Support and other Specialties. The Redding CBOC project is a 77,000 NUSF leased facility which will replace the main clinic at 351 Hartnell Avenue, Redding, CA 96002 and a small administrative lease at 2888 Eureka Way, Redding, CA 96001 totaling 43,272 NUSF.??The new facility will increase space to accommodate a PACT designed Primary care Mental Health Integrated Program, Ancillary, Multiple Medical and Surgical Specialties, Homeless, and Urgent Care. The new Redding facility location will be determined at time of lease award.??Location will be within the Redding city limits. The closest VA Warehousing function is located approximately 101 miles from the existing Chico clinic and not able to support the initial outfitting, transition and activation. SCOPE OF WORKConduct all necessary warehousing activities in accordance with the PWS. The Contractor shall provide professional services to include all labor, materials, transportation, and equipment to conduct and provide warehousing services to accomplish the PWS tasks. The Contractor shall provide comprehensive warehousing services as outlined below in support of the initial outfitting, transition and activation for the Chico VA Outpatient Clinic. The Contractor shall provide warehousing (to include the provision of the warehouse) for the Chico Outpatient for the new Furniture, Fixtures, & Equipment (FF&E) and any FF&E that has been deemed to be reusable from the old space. The contractor shall stage FF&E prior to installation, and as needed during the activation process. All items must be stored in such a way as to not void manufacturer warranties. Warehousing services include receiving, tracking, unpacking, inventorying, documenting, repacking, loading and unloading, moving, reporting, storing, and locating all identified FF&E. Please note that government acceptance of items delivered to the warehouse must be done by Government personnel. The Contractor must possess the ability to report all assets stored in the facility with daily updates provided as items are delivered to the facility.PERIOD OF PERFORMANCEThe period of performance under this task order shall be from Date of Task Order Award for a period of four years.3.1 Extension Clause (Deviation):Where funds are available, the VA has the option to extend this lease after the final lease year for up to six additional months in accordance with FAR 52.217-8 Option to Extend Service at the stated price of the previous year. No lease option shall be exercised, nor does legal liability on the part of the Government arise for the payment of any money until and unless authorized by VA Contracting OfficerTYPE OF ORDER Firm Fixed PricePLACE OF PERFORMANCETasks under this PWS shall be performed within 20 miles of both 280 Cohasset Road, Chico, CA 95926, and 2000 Concord Avenue, Chico, CA 95928. Warehousing site must have prior approval of the Government Project Manager and Contracting Officer’s Representative (COR). TRAVELTravel under this task order will not be requested. Contractor travel within the local commuting area will not be reimbursed.WAREHOUSING CONDITIONS AND REQUIREMENTSContractor shall provide for temporary and long term warehousing, including all necessary receiving, inventorying, storing, and all transportation and logistical services as required to facilitate all IOT&A services under all task orders written against the IDIQ Base Contract. The contractor shall determine and propose the actual space requirements (i.e., square footage). Utilities and services shall be included as part of the rental rate. Services include janitorial, lighting, climate control, trash removal, electrical, fire suppression sprinklers, bathroom facilities, etc. In addition to the attached FF&E list, FF&E may also include items designated for reuse from the old facility. The contractor shall assume minimal CBOC on-site storage beyond staging space necessary once the physical installation and activation has begun. The Warehouse space offered must be in a quality building of sound and substantial construction, either a new, modernized building, or one that has undergone restoration or rehabilitation for the intended use. The Warehousing space shall be free of all asbestos-containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pipe insulation outside the space, in which case an asbestos management program conforming to the Environmental Protection Agency (EPA) guidance shall be implemented. The Lessor shall provide a valid occupancy permit for the intended use of the VA and shall operate the building in conformance with local codes and ordinances, to include smoke detectors and a sprinkler system.contractor Key PERSONNEL:The contractor shall provide staffing as required to complete all tasks listed under this task order. A warehouse supervisor with experience in warehousing in a healthcare environment shall be available on-site during normal working hours.Space Requirements: The VA is seeking usable square feet (SF) of floor space TBD by the contractor. The usable SF should be expandable and shrinkable based on need and lifecycle of the activations project. The contractor shall determine and propose the total square footage needed, to include the amount of racking needed. Contractor is to provide a floor plan with the proposed space layout for approval by the VA COR.In addition to the space identified by the contractor, the VA will need the following spaces in the warehouse: Conference room for approximately 20 people. The conference room furniture will be provided by the Contractor. Furniture should include conference room chairs and a conference table to accommodate 20 people in the room. Office for two workstations with a lockable door for VA access only. The furniture and equipment for the office will be provided by the contractor.One Restroom or as required by local codes.Breakroom or break area with casework for sink, small refrigerator, and microwave. This can be built into the conference room. Contractor will provide a full size refrigerator/freezer and microwave.Work area to test small medical equipment with work bench and rolling cart. A separate secure storage area is required exclusively for IT equipment. This area shall provide fixed racks for storage, two rolling carts with shelves, and a workbench. Network drops and electrical outlets are to be provided in the space. Contractor to determine size based on FF&E list.Mock up area for PACT setup.Cell phone coverage: VA plans on using laptop computers with air cards and cell phones for office tasks in the contractor provided space. Adequate signal strength to operate under these conditions is required.Delivery, Parking, and Loading: Semi-Trailer/truck staging area should include parking large enough for two semis and at a minimum two additional parking spaces for Government personnel. Warehouse shall have a minimum of one loading dock for the exclusive use of the Government. The dock height and configuration shall be standard to work with semi loading and unloading. The storage space within the Warehouse shall be accessible through the loading dock or garage doors that will provide for easy loading and unloading of stored and received items. Delivery route should be an unobstructed route, having no steps or abrupt changes in level to connect all accessible elements, spaces, building and courses or passage. If delivery is to be made to a floor higher than the ground floor, the warehouse must have a freight elevator. Truck turning radius at a minimum of 40 feet sized for straight traffic for all loading docks designed for such sized trucks. One-way design for service traffic is preferred to avoid the need for large turning areas.8.2 Fire and Safety: Below-grade space to be occupied by Government and all areas in a building referred to as hazardous areas in National Fire Protection Association standard 101, known as the Life Safety Code, or any successor standard thereto, must be protected by an automatic sprinkler system or an equivalent level of safety. If offered space is three stories or more above grade, the Lessor shall provide written documentation that the building meets egress and fire alarm requirements as established by NFPA Standard NO 101 or equivalent. However, if 1) offered space is 5 stories or less above grade, 2) the total Government leased space in the building (all Leases combined) will be less than 25,000 square feet, and 3) the building is sprinklered, this documentation is not required. If offered space is six stories or more above grade, additional fire and life safety requirements may apply. Therefore, the offeror must advise the VA Contracting Officer in its offer as to whether the offered space or any part thereof, is on or above the sixth floor offered building.Manual fire alarm systems shall be provided in accordance with NFPA Standard 101 (current as of the date of this solicitation). Systems shall be maintained and tested by the Lessor in accordance with NFPA Standard 72. The fire alarm system wiring and equipment must be electrically supervised and automatically notify the local fire department (NFPA Standard No. 72) to approved central station. Emergency power must be provided in accordance with NFPA Standards No. 70 and 72.The warehouse shall be sprinkler protected with fire extinguishers in accordance with NFPA 10 (Standard for Portable Fire Extinguishers), all wall or cabinet for extinguishers with a gross weight not exceeding 40 pounds shall be placed so that the top of the extinguisher is no more than five feet above the floor. The clearance between the bottom of the extinguisher and the floor cannot be less than four inches. Also, the fire extinguishers, which are generally Class ABC should not be more than 50 feet apart for from each other. Contractor to ensure that proposed space meets ALL local code requirements for fire and life safety.8.3 Security: The Lessor shall provide a level of security which reasonably deters unauthorized entry during regular and non-duty hours. The Government considers a security alarm and a surveillance system reasonable. Overall security shall also include deterring loitering or disruptive acts in and around the space during duty hours. The Warehouse shall be adequately alarmed with 24-hour monitoring to prevent unauthorized entrance. Lessor shall be responsible to maintain the area in a condition that protects the property stored in the space. This includes protection from all forms of nature and thefts. Motion detection alarms shall be used in any separate space for any new items, yet to be inventoried.All space shall be designated and comply with the Northern California Healthcare System’s physical security requirements based on type of designated area. Apply requirements per VA Handbook 0730/4 appendix B as applicable for provided spaces (Attachment P). Surveillance camera video footage is to be accessible to VA police as required throughout the duration of this contract. VA police requires data storage of three months archived at 1080P, minimum 3.0 Megapixels. 8.4 Insurance: Total value of items to be warehoused during the period of performance at any given time is not expected to exceed $25M. The Contractor must provide proof of full value replacement insurance up to the value of the commodities being store and delivered at any one time. All commodities being stored and/or installed by the IOT&A Contractor shall be free from damage, including but not limited to damage from inclement weather. Contractor shall provide coverage of Liability insurance up to the value of all FF&E in the event of casualty, fire, flood, theft, earthquake, etc. Contractor must also provide proof of injury insurance. 8.5 Temperature Control: The warehouse shall be temperature controlled. Climate controls must be able to maintain temperatures of 64 to 78 degrees F and no more than 60% humidity. Contractor to verify Code requirements. 8.6 EquipmentContractor Equipment: The Contractor or Warehouse Lessee shall provide a fork lift, pallet jack, etc. for moving, packing and inventorying FF&E. In performing all warehousing tasks, the Contractor is required to utilize Contractor or Warehouse Lessee supplied warehouse equipment and fixtures. Breakroom: Refrigerator, Microwave Oven, and Coffee Maker8.7 Accessibility: The warehouse shall be accessible by loading dock and garage door access. The Lessor shall allow the VA access to warehouse space for delivery and pickup by VA Logistics Service personnel Sunday through Saturday 7:00 AM to 7:00 pm. A key or access code shall be provided to VA designated personnel to access warehouse when the contractor is not present. Contractor shall notify the government of any observed holidays that are not recognized by the government and a contact for emergency access. The warehouse building shall be located within 20 miles of both 280 Cohasset Road, Chico, CA 95926, and 2000 Concord Avenue, Chico, CA 95928to provide convenient access to records and equipment.8.8 VA Warehousing Space: Contractor shall ensure all VA items will be separately warehoused in a VA only designated area. No shared space is acceptable without a physical barrier to control access. VA IT items must be separated from the rest of the VA Items by chain link fencing (or other means for controlled access) with a lockable door/gate for ingress and egress where necessary. All fencing or walls should go to the bottom of the floor deck or roof to prevent overhead access. Access to VA IT space requires approval by VA COR.8.9 Inventory Receiving: Contractor personnel shall load and unload trucks via a loading dock and garage door access using Material Handling Equipment (MHE) provided by the contractor, and place into the VA storage location. The Contractor must possess the ability to report all assets stored in the facility with daily updates provided as items are delivered to the facility. 8.10 RECEIVING AND INVENTORY CONTROLContractor shall be responsible for identifying and managing inventory of items delivered to the warehouse. The Contractor shall provide receipt, tagging, storing, unpacking/repacking where needed, managing, and distribution of items. Items to include new FF&E and FF&E designated for reuse. The Contractor shall receive and manage inventory of FF&E items directly at the Warehouse. All FF&E final inspection and acceptance must be done by Government personnel. The Contractor shall fill in all pertinent data on the documents as it pertains to property accountability and deliver all completed documentation to the Logistics POC for final Government acceptance.SPECIFIC TASKS AND DELIVERABLES:Warehousing and warehousing management servicesThe Contractor shall provide comprehensive warehousing services. The Contractor shall provide warehousing (to include the provision of the warehouse) for the major leases in Chico and Redding Outpatient Clinics, for the FF&E that will be staged prior to installation and as needed during the activation process. All items must be stored in such a way as to not void manufacturer warranties. It is the Contractors responsibility to determine warehouse size requirements based off the FF&E list (Attachment C1 and C2). Warehousing services include tracking, receiving, documenting, reporting, and storing all identified FF&E. Please note that Government acceptance of items delivered to the warehouse must be done by Government personnel. The Contractor must have the ability to report all assets stored in the facility with daily updates provided as items are delivered to the facility. Provide temporary and long term warehousing, including all necessary receiving, inventorying, storing and all transportation and logistical services as required to facilitate all IOT&A services under this task order. Performance Standards:Standard: CompleteAQL: Deliverable is provided in accordance with Task Order requirements.Standard: TimelyDeliverables:TO2-046: Warehouse PlansTO2-047: Monthly report of all warehousing activitiesTO2-055: Warehousing Rent to be invoiced on an at-cost basisTO2-048: Inventory Control Plan TO2-049: Warehousing Workflow Plan TO2-050: Receiving LogsTO2-051: FF&E inventory logs TO2-052: Monthly report of all Mock-Up Services completed with recommendations and findings that resulted from the Mock-Ups. Floor Layouts of mockups and pictures required as part of the report.TO2-054: Monthly status reportTO2-071: Schedule of Values Deliverables Summary:CLINDescriptionUnitQty.Unit PriceExtended Price0010Warehousing and Warehousing Services IAW IDIQ PWS 13.2.10JB1$$TOTAL$Warehousing and Warehousing Services IAW IDIQ PWS 13.2.10 for up to 6 additional months IAW FAR 52.217-8 to be exercised at the Governments discretion.JB1$$BASE AND ALL OPTIONS VALUE$ ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download