Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2016 FBO #5322
DOCUMENT

36 -- Door Hardware Replacement Part II - Attachment

Notice Date
6/17/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veteran Affairs;3001 Green Bay Road;North Chicago;Il 60064
 
ZIP Code
60064
 
Solicitation Number
VA69D16B0976
 
Response Due
7/5/2016
 
Archive Date
9/3/2016
 
Point of Contact
Donna Hirth
 
E-Mail Address
Donna Hirth, Contracting Officer
(donna.hirth@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE: The Southern Tier Construction Team Great Lakes Acquisition Center, NCO-12, will issue an Invitation for Bid (VA69D-16-B-0976) for the Captain James A. Lovell Federal Health Care Center (FHCC), 3001 Green Bay Road, Bld. 1, North Chicago, IL 60064. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms. The solicitation will be issued on/about Tuesday, July 7, 2016 with the bid opening on/about August 7, 2016. The bidder is responsible to monitor and download any amendments from FedBizOps which may be issued to this solicitation. There will be pre-construction conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-construction conference will be included in the solicitation package. DESCRIPTION: The Captain James A. Lovell Federal Health Care Center (FHCC) has a pending project to perform construction services related to the replacement of door hardware in several locations throughout our facilities. All services related to the Statement of Work (SOW) shall meet OSHA and FHCC Safety guidelines. All work on fire rated doors/frames/strikes/latching must not void UL and FM rating, maintain fire/smoke ratings, and must be done to NFPA specifications and by a certified technician who has experience installing fire door applications (See door schedule for fire rating requirements). Scope of Work A. Summary a. The Captain James A. Lovell Federal Health Care Center (FHCC) has a pending project to award a contract for services related to the replacement of door hardware in several locations throughout our facilities. B. Applicable Codes / Regulations / Standards: a. See Enclosed Specification Section 01 42 19 (References). C. Enclosed Specifications: a. Section 01 00 00 (General Requirements) b. Section 01 33 23 (Shop Drawings, Product Data, and Samples) c. Section 01 35 26 (Safety Requirements) d. Section 01 42 19 (References) e. Section 01 74 19 (Construction Waste Management) f. Section 02 41 00 (Demolition) g. Section 08 11 13 (Hollow Metal Door and Frame) h. Section 08 14 00 (Interior Wood Doors) i. Section 08 71 00 (Door Hardware) D. General Project Requirements: a. Safety - All work performed shall follow OSHA and FHCC Safety guidelines. b. All work on fire rated doors/frames/strikes/latching must not void UL and FM rating, maintain fire/smoke ratings, and must be done to NFPA specifications and by a certified technician who has experience installing fire door applications (See door schedule for fire rating requirements). c. All installations shall comply with ADA design regulations to include mounting height and clearances. d. It is the contractor's responsibility to verify the proper door fitting and rotation, as well as full compliance with requested materials. e. Upon completion of project construction work walkthrough with the COR to identify punch list items to be completed 7 days prior to scheduled completion. f. All work shall be coordinated with COR prior to beginning. g. Weekly progress report(s) will be submitted to COR. h. All work shall be completed between 7:00 a.m. and 3:30 p.m. unless approved by COR. a. Exception - OR room doors (Items #119, 120, 121, 122) shall be completed after 3:30 p.m. Coordinate work with COR. i. Work on direct patient areas need to be coordinated a minimum of one (1) week in advance via email correspondence. j. Work procedure in some areas may be completed out of sequence to help facilitate job flow. Schedule shall be provided by contractor, and discussed with COR. k. The contractor shall take appropriate measures to limit impact on staff and patients. This includes but is not limited to signage (warnings, detours, etc.), and physical separations. Doorways must be adequately secured by end of contractors work day. l. Contractor is responsible for on-site verification and field inspection for all working conditions, hazards, work details and measurements of project. m. Materials or work called out in this SOW shall meet or exceed the requirements listed in the specifications provided. n. Any requested parts or equipment will be turned over to the FHCC after removal. E. Scope of Work a. Hollow Metal / Wood Doors: 1. Contractor shall remove and replace one (1) hollow metal door, located in Building 3, in accordance to the 1.VA Master Specifications. Door shall be prepped to fit existing opening and paired with the listed hardware group 1 as listed in the VA Specification. Strike on original frame shall be modified to accept new lockset style. Door shall be painted with a single coat prime and two coats paint to match existing paint. Door shall have a 4"x25" (exposed) narrow light on latch side of door. Glazing shall match existing type of glass currently installed. Contractor shall prep wood doors to fit mortise lockset, Best 45H or equal. 2. b. Latch / Deadbolt Removal: Contractor shall remove all slide latches and/or deadbolts as per enclosed table. Contractor shall furnish and 1.install the proper sized door edge filler plates and blanks plates to cover all existing holes. Doors shall be fully painted, to match existing, where applicable, due to removal of latches or deadbolts. c. Hardware: Contractor shall furnish and install approximately one hundred sixty (160) mortise locksets, Best 45H Series 1.or equal, lever handle, with functions as per enclosed table, able to receive a 7-pin core on each lockset cylinder. The contractor shall furnish and install the required cylinder and spacers to make the lockset functional. F. Timeline The awarded firm shall have their services executed according to the following timeline. a. After contract awarded, contractor shall receive badging with accordance to FHCC requirements and be completed prior to receipt of Notice to Proceed. b. Construction must be completed to include all punch list items and clean-up within 120 calendar days after receipt of Notice to Proceed. G. COR Point of Contact at the FHCC. Donna Hirth, Contracting Officer Department of Veterans Affairs Southern Tier Construction Team Great Lakes Acquisition Center, NCO-12 Captain James A. Lovell Federal Health Care Center 3001 Green Bay Road, Bldg. 1 North Chicago, IL 60064-3048 Telephone: (224) 610-3667 Donna.hirth2@va.gov Gregory Fowler, COR Captain James A. Lovell Federal Health Care Center Building 3 - Room 118 North Chicago, IL 60064 Office: (224) 610-3572 | Cell: (224) 572-7179 The period of performance will be for 120 calendar days. NAICS Code: 236220 Size Standard $36.5 The Solicitation will be available on or about 7/5/2016. The magnitude of this project is between $250,000 and $500,000 In accordance with VAAR 819.7003 (b), SDVOSB firms must be verified in the VIP database (www.vip.vetbiz.gov) or hold a "Re-verification" symbol listed next to the firm's name (this symbol indicates that the firm is undergoing the re-verification process at CVE), prior to award of contract. If you are not registered with System for Award Management (SAM) you may request an application via phone at 1-877-252-2700 or register online at https://www.sam.gov/index.html/#1. IFB VA69D-16-B-0976 will be electronically issued on the FedBizOps websites. Any future amendments and other miscellaneous documents will be available electronically for download at the following URL: http://www.fedbizopps.gov. Interested offerors are advised to continuously check this URL for any changes to this IFB. All responsible sources may submit an offer that if timely received, will be considered. The point of contact for this procurement is Donna Hirth. Questions can be e-mailed to: donna.hirth@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16B0976/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-16-B-0976 VA69D-16-B-0976.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2812773&FileName=VA69D-16-B-0976-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2812773&FileName=VA69D-16-B-0976-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Captain James A. Lovell Federal Health Care Center;FHCC;Great Lakes Acquisition Center, NCO-12;3001 Green Bay Road, Bldg.1;North Chicago, IL
Zip Code: 60064
 
Record
SN04153392-W 20160619/160617234044-0bc1f67d48f0565553c545325e99ab19 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.