SOLICITATION NOTICE
Y -- 630A4-22-001 EMERGENCY MRI FLOOD REPAIRS
- Notice Date
- 1/4/2022 2:39:52 PM
- 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
- 36C24222B0021
- Response Due
- 2/1/2022 9:00:00 AM
- Archive Date
- 05/11/2022
- Point of Contact
- CONTRACTING OFFICER, VLADIMIR STOYANOV, Phone: 718- 836-6600 ext 8889, Fax: (ALL QUESTIONS MUST BE BY EMAIL ONLY)
- E-Mail Address
-
VLADIMIR.STOYANOV@VA.GOV
(VLADIMIR.STOYANOV@VA.GOV)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 4 of 4 STATEMENT OF WORK Emergency MRI Flood Repairs INTRODUCTION The scope of the emergency project includes demolition and repairing the MRI Suite in VA Brooklyn that was damaged during Hurricane IDA. Repairs are to take place in approximately 8000 Sq. FT in the basement of Building 15 at the VA Brooklyn Campus. Work to include, but is not limited to, repairs to gypsum board in the entire suite, replacement of wood doors in the suite warped by water, replacement of casework damaged, repair of shielding in the MR room and epoxy of the mechanical room. All work to be performed in according to the provided SOW, drawing, and any other provided documents. Work to be performed at VAMC Brooklyn in accordance with the Statement of Work, Drawings, Federal, State, and Local Codes. After Contract Award the Contractor is required to provide a Payment Bond, a Performance Bond, Insurance certificate, a Schedule of Values and a Realistic Construction Schedule within 10 days. Once received and confirmed, the period of performance for the above mentioned project will begin with a Notice to Proceed (NTP) issued at a Pre-Construction Meeting (Pre-Con) and shall not exceed 30 days after NTP. This period of performance includes reasonable duration for all submittals to be approved prior to beginning construction. As part of this solicitation the General Contractor (GC) shall submit an electronic PDF preliminary schedule showing the methodology for accomplishing the project within the period of performance. GENERAL REQUIREMENTS General Contractor s employees and sub-contractor employees shall not enter the VA Medical Center site or project site without appropriate VA issued PIV badge. See Construction Security Requirements in the specifications for more full requirements. General Contractor shall furnish & post a board where directed by the Contracting Officer, VA Project Engineer (COTR) and VA Safety Specialist that includes, but is not limited to, a copy of Rates and Wages, the Davis-Bacon poster & schedules, ILSM/ICRA/GEMS/Patient Safety signed determinations, Site Specific Emergency Contact information, Construction site fire response procedures & evacuation plan, post the number of accident free days, emergency force contact information with nearest hospital including directions, etc. The GC shall not proceed with mobilization or construction until after Veteran Affairs acceptance of all required submittals and coordination drawings. The GC shall supply a master submittal list to track all required submittal items and provide the VA Project Engineer (COTR) an updated master submittal list weekly until the submittal process is completed. All submittals shall include appropriate project information, GC signature, adequate descriptive literature, catalog cuts, shop drawings and other data necessary for the Government to ascertain that the proposed equipment and materials comply with the contract document requirements. Catalog cuts submitted for approval shall be legible and clearly identify equipment being submitted (i.e. highlight, cloud, etc.). It is the GC s responsibility to provide submittals that meet all necessary Federal, State and Local code requirements in order to be approved. Failure to meet these requirements are the responsibility of the contractor and do not justify a request of time extension. The GC shall submit a Site Superintendent Designation Letter designating the Site Superintendent to be dedicated to this project only. The Site Superintendent shall be physically present at the construction site at all times, including when their sub-contractors present, work activities are ongoing, materials are being delivered, etc. The GC shall submit, via e-mail, a list identifying key GC personnel, their responsibilities, contact info and 24 hour/7 day per week primary and secondary contacts. Superintendent Communications: At all times during the performance of this contract, the GC s designated Site Superintendent is to be available by cell phone. After-hours phone number shall be posted at the construction site. The following are required for this project: Work to be completed per provide drawings, specifications and SOW. Labor and Materials for demolition of existing 4 inch cove base in the existing MRI Suite and in the corridor. Labor and material for installing 6 inch cove base in the entire suite and the corridor outside the suite. Cabinets and reception area casework. 12 BluNose Surface Mounted Corner guards from InPRO. Labor and material to remove gypsum board at 4 inside the entire MRI suite and the corridor. This is to also include the backside of the MRI suite. Labor and material to install greenboard in place. Labor and material for removing wet insulation behind the gypsum board and reinstalling. Labor and material for all tape, spackle and sanding of new walls. Labor and material for removal of all wooden doors and hardware for the MRI suite. This is to include two bathrooms in the corridor. Contractor to replace wooden doors with metal doors and paint. Cutting of gypsum board in the MR room. Labor and material for cost of removing the copper shielding on the lower perimeter of the room and replacing. Work has to be done with Spartan Shielding. Contractor to check plywood for damage and replace accordingly. Contractor also replace sections of damaged SVT in the room. Epoxy of mechanical room in the MRI Suite. Installation of ceiling tile in the corridor outside the MRI suite. SAFETY PRECAUTIONS The Contractor shall comply with all applicable Federal, State and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities, and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241. Contractor shall keep certification on site at all times of extinguisher inspections. The Contractor shall receive from the COR a permit for all cutting, welding, and soldering 24 hours in advance. All permits shall be prominently displayed during all construction. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. The Contractor shall comply with an Infection Control Risk Assessment (ICRA) which will be developed with the COR and the Infection Control Practitioner assigned to the project at the Preconstruction Conference. Multiple ICRA's may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding on each phase. The Contractor shall also comply with an Interim Life Safety Measures (ILSM) & Green Environmental Management System (GEMS) which will be developed with the COR.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98c80401406447af8453ef867d637239/view)
- Place of Performance
- Address: Department of Veterans Affairs Network Contracting Office 2 VLADIMIR STOYANOV (138) 800 POLY PLACE B: I R: 6-228, Brooklyn 11209, USA
- Zip Code: 11209
- Country: USA
- Zip Code: 11209
- Record
- SN06208805-F 20220106/220104230108 (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 |