DOCUMENT
Y -- Fiber Run - Rear Gate Checkpoint - Attachment
- Notice Date
- 11/6/2017
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- 36C24218B0084
- Response Due
- 11/21/2017
- Archive Date
- 2/28/2018
- Point of Contact
- Aletha Bourke
- E-Mail Address
-
Aletha.Bourke@va.gov
(Aletha.Bourke@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This notice is for Solicitation Number 36C24218B0084, Fiber Run from Rear Gate Checkpoint to Building 62 at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. This shall be a Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB). As a result, all SDVOSB s may submit a bid, which will be considered by the agency. This project is classified under NAICS Code 236220, Commercial and Institutional Building Construction, and has a Size Standard of $36.5 million. The cost estimate range for this project is between $25,000.00 and $100,000.00. Scope of Work: The Government intends to award a Firm Fixed-Price Contract to provide all labor, materials, and equipment necessary to install underground conduit and 24 strands of fiber between Building #62 and the Facility Rear Gate Checkpoint Structure for the Northport VA Medical Center. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW). The following work will be performed in order to accomplish this upgrade. Background: VA Handbook 0730/4, Appendix B, dated March 29, 2013, recommends/requires these types of physical security measures at VA facilities. Conduit Installation Have a private Utilities Markout performed by a certified company to locate government-owned utilities The markout company will provide a map of underground utilities to the vendor within 24 hours All methods for locating services may include ground penetrating radar to depth of six (6) feet. Supply and install approximately 1,000 feet of continuous 4.00" rigid PVC conduit, Schedule 80 to a depth of three (3) feet. It will require a slight sweeping bend through grassy soil, an asphalt parking lot, asphalt roadway, and cemented sidewalk (see sketch). Soil will be sand bed beneath prepared with six (6) inches above, around, and above conduit. Contractor must install Underground Marking, Detectable, and Warning Tape above conduit. Perform one (1) above grade horizontal core into Building #62. Sweeping up at the northeast corner of building, continue run at basement (above ceiling) to existing penetration to 1st floor communication closet (run on existing raceway). Coordinate with facility s OI&T Department via COR. Repair necessary grass and soil areas affected. There is approximately 340 feet of concrete that may be potentially affected. Please refer to the attached General Requirements 01 00 00, OSHA Requirements, Safety and Health Regulations -01 35 26, Shop Drawings, Product Data 01 33 23, Construction Waste Management 01 74 19, Asphalt Paving 32 12 16, and Earthwork 31 20 11 for specific requirements/specifications. Remove necessary concrete and replace and repair. Contractor will be responsible for the disposal of any concrete material. There is approximately seven (7) feet of concrete that may be potentially affected. Please refer to the attached General Requirements 01 00 00, OSHA Requirements, Safety and Health Regulations -01 35 26, Shop Drawings, Product Data 01 33 23, Construction Waste Management 01 74 19, Asphalt Paving 32 12 16, and Earthwork 31 20 11 for specific requirements/specifications. Remove necessary asphalt and replace and repair. Contractor will be responsible for the disposal of any asphalt material. There is approximately 431 feet of concrete that may be potentially affected. Please refer to the attached General Requirements 01 00 00, OSHA Requirements, Safety and Health Regulations -01 35 26, Shop Drawings, Product Data 01 33 23, and Construction Waste Management 01 74 19, Asphalt Paving 32 12 16, and Earthwork 31 20 11 for specific requirements/specifications. Repair approximately 400 square feet of roadway by installing new asphalt. Contractor will be responsible for the disposal of any asphalt material. Please refer to the attached General Requirements 01 00 00, OSHA Requirements, Safety and Health Regulations -01 35 26, Shop Drawings, Product Data 01 33 23, Construction Waste Management 01 74 19, Asphalt Paving 32 12 16, and Earthwork 31 20 11 for specific requirements/specifications. Fiber Installation Furnish and install approximately 1,000 feet of 24-strand Single Mode Outdoor Fiber Cable starting at the police checkpoint booth with continuous run (sweep) up to Building #62 (penetrating building s northeast corner). The run will continue inside the basement of Building #62 (above ceiling to existing penetration in basement to the 1st floor communication closet). The switch location is approximately 100 feet from the potential building s entry point). New fiber run will be ran on existing raceway in basement of Building #62. Fiber must be terminated on a fiber patch panel at each end (one in the checkpoint booth and one in Building #62 communication closet. Label terminated fiber patch panels in checkpoint booth and Building #62 communication closet. Test fiber with OTDR equipment. The test results should be compared to the factory reading on the spool. Other contract requirements are: The government will consider recommendations made by the vendor for the most effective pathway from Building #62 to the Rear Gate Checkpoint Structure area and such recommendation must be approved by the government. Contractor shall perform work in such a manner as to eliminate hazards to persons and property; to minimize interference with use of adjacent areas, utilities and structures. All meetings, inspections and/or work schedules must be coordinated and pre-approved prior to commencing by a D.V.A.M.C. representative. All work shall be performed in a safe and reliable manner. The contractor shall examine all of the work required and specified to determine the full scope of work prior to any estimate given to the D.V.A.M.C. representative. The proposal shall be in writing, original and one (1) copy, an itemized breakdown (i.e. number of hours, trades, task and materials) and each of the trades/areas listed as separate line items. Please refer to the attached General Requirements 01 00 00, OSHA Requirements, Safety and Health Regulations -01 35 26, Shop Drawings, Product Data 01 33 23, Construction Waste Management 01 74 19. All work shall be accomplished Monday through Friday 8:00 AM to 4:30 PM unless D.V.A.M.C. representative is duly notified in writing (24) twenty four hours in advance and written approval for such is obtained. The contractor is responsible for the safety precautions, including warning signs and barricades during removal and installation and or having adequate personnel on hand to insure a safe environment. All debris shall be removed from D.V.A.M.C. property. All employees of general contractor and/or sub-contractor shall comply with the DVA security management program and obtain an I.D. Badge from the DVA Police Department prior to commencing of work; badges shall be displayed on personal any time they are on DVA (Government) property. The general contractor is responsible for assuring that all contract or sub-contract workers of this project comply with these regulations, employees shall not enter project site without appropriate badges. Prior to commencing work, general contractor shall provide proof a OSHA CERTIFIED competent person with a 30 hour safety course certificate (CP) (29 CFR 1926.20(b) (2) will maintain a presence at the work site whenever the general or sub-contractors are present and all other employees shall have a 10 hour safety certificate issued by OSHA or other relevant competency training, as determined by the DVA. All work shall be performed following all DVA, FEDERAL, NEW YORK, LOCAL MUNICIPAL CODES and requirements. All work shall be performed as described herein and as specified in the body of the contract documents; all work to be performed at the Department of Veterans Affairs Medical Center 79 Middleville Rd. Northport, New York 11768 All spec sections referenced in the scope of work will be posted with the solicitation. It should be noted that this contract does not involve access to VA sensitive information and does not involve access and/or connection to the VA information system. Performance Period: The contractor shall commence work within thirty (30) days following the contract award. Work shall be completed within 15 days of Notice to Proceed. All other details and information shall be contained in the solicitation which shall be posted on www.fbo.gov. The solicitation will be released on or about November 21, 2017. The response submittal address, date and time will be included in the solicitation. This project requires bonding and all responses/submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. All prospective bidders must be currently registered in www.sam.gov and be registered and verified as a SDVOSB in www.vip.vetbiz.gov at the time of offer submission and before award of this procurement. Point of Contact is Aletha Bourke at Aletha.Bourke@va.gov. End of Description
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218B0084/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218B0084 36C24218B0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3891518&FileName=36C24218B0084-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3891518&FileName=36C24218B0084-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218B0084 36C24218B0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3891518&FileName=36C24218B0084-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;79 Middleville Road;Norhport, NY
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN04733107-W 20171108/171106231519-3ea8b68e0d50e85e4f9d77a6cad58c1e (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 |