DOCUMENT
C -- Demolish Building #3 630A4-17-610 - Attachment
- Notice Date
- 11/6/2017
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218R0026
- Archive Date
- 2/13/2018
- Point of Contact
- Sharon Pierce
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT FOR PROPOSED CONTRACT ACTION The Department of Veterans Affairs, Network Contracting Office (NCO) 2, James J. Peters VA Medical Center, Bronx New York, intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to QProQ Engineering, Inc. 187 N Main Street, Wilkes Barre, PA 18702-4425. QProQ is to continue with the provision of constructing project design updates. Place of performance: VA New York Harbor Healthcare System, Brooklyn Campus, 800 Poly Place, Brooklyn, New York 11209-7104. Period of Performance: The period of performance is 60 calendar days from award notice. This notice of intent is not a request for proposals; interested parties may express their interest by providing a capabilities statement no later than Monday November 27, 2017 at 2:00 PM EST. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. If after Monday November 27, 2017 at 2:00 PM EST, no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with QProQ Engineering, Inc. The government believes that the below described services (please see the SOW) cannot be provided by another firm within a timely, practical and cost efficient manner. QProQ Engineering was the original A/E on record and had been performing the AE services for this project. However, the previous project that it was connected to was cancelled. QProQ has knowledge of the construction and design for seamless design integration. The VA needs to continue with this project, and QProQ Engineering, Inc. has unique capabilities to provide the government s requirement within a timely, practical and cost efficient manner. The government believes that it would be highly unusual for another design professional to take on the aforementioned responsibilities, which are generally incidental to an overall agreement for preparation of plans and specification. This notice of intent to award a sole source contract is not a request for competitive proposal. There will be no solicitation available for competitive proposal. Phone calls will not be accepted. The point of contact for this action is Sharon Pierce, Contracting Officer at Sharon.Pierce@va.gov. The Government anticipates awarding a firm-fixed- price contract. A determination as to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Scope of Work: Provide Architectural Engineering services to complete Design Development to Demolish Bldg. 3. 1. Demolish existing Building #3 and disconnect and cap all utilities lines underground (2 feet minimum below grade). 2. Incorporate all necessary construction phasing as required to implement the construction, to avoid blocking roadway, parking lots, and disrupting the medical center operation. 3. All services such as water/sewer, electric, and gas shall be disconnected and removed from the equipment and structure(s) accordingly. All lines serving the building to be demolished shall be capped with appropriate devices. 4. Hazardous materials abatement is required to be completed prior to proceeding with demolition of the building. The scope of required abatement is depicted on the contract drawings and includes asbestos, window caulk and fluorescent light ballasts containing polychlorinated biphenyls (PCBs), batteries from emergency lighting, mercury-containing fluorescent light tubes and refrigerants. Hazardous materials abatement shall be completed in accordance with all applicable state and federal regulations and in accordance with the contract documents. 5. Provide the COR with copies of all hazardous materials disposal manifests on the same day that the materials are transported off-site. Copies of completed manifests, documenting proper disposal of all hazardous materials, must be furnished within 21 calendar days of the materials leaving the site. 6. Upon completion of the hazardous materials abatement, demolition of building #3 is to be done during normal business hours. 7. Provide necessary safety to protect existing adjacent building and landscape, etc. 8. After completion of the demolition, provide topsoil or clean fill dirt that may be needed to fill voids, depressions or holes resulting from the demolition process. The demolition site shall be compacted, graded and free from protrusions, demolition debris and abrupt edges. 9. Waste disposal in landfills shall be minimized to the greatest extent possible. Of the waste that is generated, as much of the waste material as economically feasible shall be salvaged, recycled or reused. The demolition contractor shall use all reasonable means to divert construction and demolition waste from landfills and incinerators, and facilitate their salvage and recycling. Provide documentation of the disposition of all materials generated by the project, including weight tickets for both recycling and landfilled construction and demolition (C&D) waste. 10. Construct an additional parking lot after building #3 has been demolished. Provide minimum of 30-50 additional parking spaces. Demo existing sidewalk, topsoil and curve stops to accommodate new parking lot. New Parking lot must have matching elevation with existing parking lot. 11. New Parking lot shall be asphalt with appropriate site lighting, signage, storm water drainage, painted markings, traffic flow, etc. 12. Install 7 foot construction fence around the entire site, being worked on, as specified in the drawings. 13. Fence must be secured and have an entrance door with capability of installing a padlock. 14. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information - TMS Code 20939. Contractors must provide signed certifications of completion to the COTR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). 15. Proper construction and safety signage shall be utilized throughout the construction site, where applicable, during construction phase. 16. All associated debris and waste must be properly disposed of immediately. Storage of construction debris and waste, on the facility, is prohibited unless otherwise authorized by the VA. 17. The vendor shall provide complete contract drawings and specifications including demolition, architectural, plumbing, mechanical and electrical drawings for construction, asbestos abatement drawings and documents. 18. The vendor shall provide construction period services to include submittal reviews, site visits/inspections, preparation of as-built from contractor mark-up. 19. All designs will conform to NFPA 101 Life Safety Code, NFPA 99, Healthcare Facilities Code, current Infection Control standards, and all other VA Standards and Criteria. 20. Provide detailed cost estimate at 30%, 60% and 100%. 21. Vendor shall have access to all available 'As Built' drawings II. A/E SCOPE OF WORK a. Review and field verify existing conditions in all affected areas. b. Prepare contract drawings and specifications. c. Prepare a detailed cost estimate. d. Provide construction period services and site visits. The A/E shall review shop drawings, submittals, Request for Information (RFI) from the contractor, change order proposals and payments. The A/E shall provide seven site visits in order to monitor work for conformance with the specification and develop a punch list to submit to the contractor upon completion of the project. The A/E shall provide a comprehensive report for each site visit listing deficiencies, all items discussed and any additional comments. III. DESIGN REQUIREMENTS All designs must conform to the V.A. Design Criteria (Electrical, Structural, HVAC, etc.), the National Electric Code and all applicable NFPA codes. IV. CERTIFIED INDUSTRIAL HYGIENE (C.I.H) The following task shall be performed in accordance with VA Design Requirements: 1) Schematic Design: i. Task 1- Inspect project area ii. Task 2- Sample suspect materials iii. Task 3- Review sample analysis iv. Task 4- Submit laboratory analysis v. Task 5- Provide Asbestos drawings and specification vi. Task 6- Review asbestos submittals and provide construction period services during construction.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218R0026/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218R0026 36C24218R0026.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892305&FileName=36C24218R0026-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892305&FileName=36C24218R0026-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218R0026 36C24218R0026.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3892305&FileName=36C24218R0026-000.docx)
- Record
- SN04732862-W 20171108/171106231325-225cd0cd25e46bab708976909b60b1bf (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 |