Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published February 18, 2025 at 7:00 PM
Updated February 26, 2025
This is a service / maintenance or supply contract in Jessup, Maryland. Contact the soliciting agency for additional information.
Issuing Agency Clifton T. Perkins Hospital Center Procurement Officer / Buyer Victoria BELL Email victoria.bell1@maryland.gov Solicitation Summary The Clifton T. Perkins Hospital Center (CTPHC or the "Hospital Center") is issuing this Request for Bids (RFB) in order to procure the plumbing services between the successful bidder(s) and the Clifton T. Perkins Hospital Center. Small Business Reserve Designation Yes Procurement Program Participation Goals SMALL BUSINESS RESERVE PROCUREMENT This is a Small Business Reserve Procurement for which award will be limited to certified small business businesses. Only businesses that meet the statutory requirements set forth in State Finance and Procurement Article, 14-501 --14- 505, Annotated Code of Maryland, and that are certified by the Governor's Office of Small, Minority & Women Business Affairs (GOSBA) Small Business Reserve Program are eligible for award of a contract. A Prospective Bidder that has received this document from a source other than eMarylandMarketplace (eMMA) should register on eMMA. Minority Business Enterprises Are Encouraged to Respond to this Solicitation. Procurement Officer: Victoria F. Bell Director of Procurement Clifton T. Perkins Hospital Center e-mail: Office Phone: Victoria.bell1@maryland.gov 410-724-3104 Bids are to be sent to: Submit via eMaryland Marketplace Advantage Pre-Bid Conference: There will be no pre-bid conference for this solicitation. Questions Due Date and Time February 12, 2025, at 1:00pm Local Time Bid Due (Closing) Date and Time: February 14, 2025, at 1:00pm Local Time Bidders are reminded that a completed Feedback Form is requested if a no-bid decision is made. MBE Subcontracting Goal: No VSBE Subcontracting Goal: No Contract Type: Fixed Price, Indefinite Quantity Contract Duration: Approximately 3 Months base period with no options Primary Place of Performance: Clifton T. Perkins Hospital Center 8450 Dorsey Run Road, Jessup, MD 20794 SBR Designation: Yes Federal Funding: No 1. Summary Statement and Background a. The Clifton T. Perkins Hospital Center (CTPHC or the "Hospital Center") is issuing this Request for Bids (RFB) in order to procure the plumbing services between the successful bidder(s) and the Clifton T. Perkins Hospital Center. b. CTPHC conducts pretrial evaluations of defendants referred by the Courts in criminal matters and also provides the State of Maryland with forensic and other specialized services for the benefit of person treated with a mental disorder or disability, the Criminal Justice System, other Mental Health Treatment Centers, and safety and security of the Community. CTPHC is administered by the Maryland Department of Health. CTPHC has an average daily inpatient population of 275 patients and is accredited by the Joint Commission on the Accreditation of Healthcare Organization (JCAHO). 2. Minimum Requirements As part of the determination to be considered responsive, the Bidder must document in its Bid that it satisfies the following Minimum Qualifications: a. The Bidder shall submit with its bid a list of names of employees who will be performing the work under the scope of the contract resulting from this solicitation. For each employee to perform work under the resulting contract the bidder must include documentation of licensing, certifications and applicable experience. b. This solicitation and subsequent contract require the following licenses/certifications: I. DLLR Maryland Board of Plumbing licensed journeyman or master plumber; II. DLLR Maryland Board of Plumbing licensed Apprentice plumber/helper III. Licensing or authorization to perform plumbing/construction work in Howard County, MD. 3. The identity of the Procurement Officer Victoria F. Bell, MBA, CMPO Director of Procurement Clifton T. Perkins Hospital Center 8450 Dorsey Run Rd. Jessup, MD 20794 (410) 724-3104, email: Victoria.bell1@maryland.gov 4. Deliverables The Contractor shall perform plumbing related services throughout the Clifton T. Perkins Hospital Center (CTPHC) as needed, including but not limited to: a. Maintenance of existing plumbing; b. Modification of existing plumbing, plumbing impacted area, plumbing related appliances and devices: i. Cleaning, unstopping, unclogging of piping and or drains ii. Kitchens, Bathrooms, Shower areas, Laboratory fixtures (sinks, showers, toilets, and urinals). iii. Hot water heaters, Well Pumps, Holding Tanks, Dishwashers, and related drains. iv. Gas piping, general pipe installation and backflow preventers. c. Repair: a. After Hours Response b. Troubleshooting d. A normal work crew shall consist of one (1) licensed master or journeyman plumber. On complicated work assignments or as required, additional plumbers or helpers may be used if pre-approved by the CTPHC authorized representative. A licensed commercial journeyman/master plumber shall always be required to be on-site either performing or overseeing the work of a plumber's apprentice. The State reserves the right to require the Contractor to have an apprentice/helper or secondary plumber on all assigned tasks. e. The Contractor shall provide qualified plumbers to perform various duties as directed by the CTPHC authorized representative. The Contractor shall provide "not to exceed' estimates on all work in writing. (i.e. written estimate, contract, work order, etc.) f. The Contractor shall adhere to the most current DLLR Maryland Board of Plumbing standards and all applicable federal, state, and local codes and work practices for all plumbing related work or services performed pursuant to this RFB and the subsequent contract. However, if the criteria for work performed listed in the specifications are more stringent than the DLLR Maryland Board of Plumbing standards, the procedure listed in the specifications shall apply. g. The Contractor shall furnish all labor, materials, and equipment (i.e. power and hand tools, ladders, test equipment, etc.), to perform all operations required to complete the total work in accordance with the specifications, spreadsheets, drawings, in compliance with The Joint Commission Hospital Accreditation requirements, NIST, ANSI, applicable codes, and Federal, State, and local laws and regulation, which include, but are not limited to: i. Plumbing Code ii. Basic National Building Code (BOCA) iii. Federal EPA iv. OSHA v. MDE guidelines h. The Contractor must meet all Federal EPA, OSHA, and MDE guidelines in the performance of work and proper handling and disposal of waste and or contaminated materials. CTPHC will not receive any materials, products, or chemicals which may be hazardous to an employee's health unless accompanied by a Material Safety Data Sheet when received. i. The Contractor shall keep the premises free from accumulation of waste materials or rubbish caused by operations at all times. The Contractor shall leave the work area clean and free of materials, debris, and Contractor equipment to the satisfaction of the authorized CTPHC authorized representative. Contractor shall be responsible for removal and disposal of all debris and defective materials removed in performance of the service and in strict accordance with all applicable regulations, codes, laws, and ordinances. If area is not cleaned by the Contractor upon completion, the sum of $50.00 per hour needed to clean the area shall be deducted from the Contractor's invoice, not as a penalty but as liquidated damages. j. The Contractor shall respond within two (2) hours to each call for service. These calls include trouble shooting, investigation, identification, and repair of plumbing systems and peripheral plumbing related systems followed by expedited repairs. All repair work must be pre-approved by the Contract Monitor or designee with a proposal and quote approved in writing from the Clifton T. Perkins Hospital Center's finance or procurement office. If the Contractor fails to respond to an emergency call within a twenty-four (24) hour period, the Center reserves the right to contact another company to correct the problem and the cost of this service shall be deducted from the amount normally paid to the contracted company. Note: No minimum operation (service call) time shall be paid under this contract. k. All work shall be approved by the CTPHC authorized representative (Contract Monitor or Designee) prior to any work being performed. All work shall be performed according to the standards of the plumbing industry and to the complete satisfaction of CTPHC. The Contractor shall work until each job is completed and when necessary; respond to multiple requests for services at the same time. The Contractor shall not perform additional work not stated in specifications that may lead to additional costs without written approval from the Contract Monitor or Designee or the CTPHC Procurement Office. The Contractor must have the approval of the Contract Monitor or designee before any modifications or alternations are made. l. The Contractor shall be responsible for obtaining all necessary permits before work is started if applicable. The Contractor is also responsible for contacting and obtaining utility markings from Miss Utility if applicable. The Contractor and all employees must be in possession of a State or Federal issued ID to enter the facility. Any employee that does not have the ID may be denied access to the facility. m. The Contractor shall provide a warranty for a two (2) year period commencing on the date of substantial completion of the project: i. That the work contains no faulty or imperfect material or equipment or any imperfect, careless or unskilled workmanship. ii. That the Contractor shall correct, repair or remove and replace with proper work without cost to the Hospital or the State, any work found not to be as guaranteed by this section or otherwise not in conformity with the Contract and that the Contractor will make good all damages caused to other work or materials in the process of complying with this section. iii. That the entire work shall be watertight and leak proof in every particular aspect, as applicable. n. The Contractor shall provide services that meet the specifications contained and referenced within this solicitation to the satisfaction of the Contract Monitor or Designee. Should the Contract Monitor or Designee determine the service does not satisfactorily meet the requirements, the Contractor shall remain at the site to complete the job to the satisfaction of the Contract Monitor or Designee. 5. State Staff and Roles a. Contract Monitor i. The State will provide a Contract monitor, who may select a designee, with the responsibility for providing authorization for work to be performed and validation of completed work under this RFB and subsequent contract. ii. The Contract Monitor will designate additional personnel and will provided associated contact information as needed. iii. The Contract monitor or their designee shall provide access to work areas required to complete assigned tasks pursuant to this RFB and subsequent contract. b. Other State Responsibilities Contract Monitor or designee will give written notice of performance issues to the Contractor, clearly describing the problem and delineating remediation requirements(s). The Contractor shall respond with a written remediation plan within three (3) Business Days and implement the plan immediately upon written acceptance of the Contract Manager. If performance issues persist, the Contractor Manager may request the immediate removal of the person(s) whose performance is at issue and determine whether a substation is required. 6. Contract term a. A single contract will be awarded to the Bidder that best meets the needs of the evaluation criteria. b. The contract resulting from this solicitation shall be a fixed price, indefinite quantity contract for a period of approximately three (3) months. 7. Procurement method The procurement is in accordance with small procurement regulations as described in COMAR 21.05.07.
Post-Bid
Medical
Public - State/Provincial
Service, Maintenance and Supply
Plans and Specifications are not available for this project. If that changes, they will be made available here.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
February 14, 2025
March 17, 2025
8450 Dorsey Run Rd, Jessup, MD
Related To This Project
Jessup, MD
Bid Date: Mar 14 2025
Jessup, MD
Bid Date: Mar 05 2025
Jessup, MD
Bid Date: Mar 20 2025
Jessup, MD
Bid Date: May 30 2025
Jessup, MD
Bid Date: Jun 05 2025
Jessup, MD
Bid Date: May 28 2025
Jessup, MD
Bid Date: Jun 27 2025
Jessup, MD
Bid Date: Feb 13 2025
Jessup, MD
Bid Date: Jan 24 2025
Jessup, MD
Bid Date: Dec 16 2024
Jessup, MD
Bid Date: Nov 20 2024
Jessup, MD
Bid Date: Jan 03 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
