Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOLICITATION NOTICE

Y -- 630A4-17-610 DEMOLISH BUILDING 3 - BROOKLYN

Notice Date
1/21/2020 8:20:46 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220B0015
 
Response Due
3/5/2020 8:59:59 PM
 
Archive Date
06/12/2020
 
Point of Contact
Sharon PierceSharon.Pierce@va.gov
 
E-Mail Address
Sharon.Pierce@va.gov
(Sharon.Pierce@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This notice is for Solicitation Number 36C24220B0015 - Project Number 630A4-17-610 Demolish Building 3 at the New York Harbor Healthcare System, Manhattan Campus, 800 Poly Place, Brooklyn, NY 11209. 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 $39.5 million. The cost estimate range for this project is $1,000,000.00 to $2,000,000.00. Background: The VAMC Brooklyn Campus Building 3 is vacant. The land that will become available after building 3 is completely razzed will be used to close a parking gap at the Brooklyn VAMC. Scope of Work: 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 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. All work shall conform to NFPA 101 Life Safety Code, NFPA 99, Healthcare Facilities Code, current Infection Control standards, and all other VA Standards and Criteria. 18. Contractor responsible for any and all damages amounting from work done on site, to be repaired by contractor at no expense to the Government. 19. Contractor shall keep construction site tidy and in order, daily. All piles of material and dirt shall be well managed and contained within the construction site, without negatively impacting the surrounding area. Project Completion: Period of Performance is 420 Calendar Days from Notice to Proceed if Base Bid. All other details and information shall be contained in the solicitation which shall be posted on www.betasam.gov. The solicitation will be released on or about February 5, 2020. 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.betasam.gov, www.dnb.com, 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 Sharon Pierce at Sharon.Pierce@va.gov. End of Description.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab8db4dccd864de8816ade6a5f56decf/view)
 
Place of Performance
Address: New York Harbor Healthcare System;Brooklyn Campus;800 Poly Place;Brooklyn, NY 11209, USA
Zip Code: 11209
Country: USA
 
Record
SN05539284-F 20200123/200121230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.