SOLICITATION NOTICE
N -- Med Gas Relocation
- Notice Date
- 1/13/2022 2:34:50 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
- 36C24222B0024
- Response Due
- 1/26/2022 12:00:00 PM
- Archive Date
- 02/25/2022
- Point of Contact
- Lateisha Robinson, Contract Officer, Phone: 917-943-8289
- E-Mail Address
-
Lateisha.Robinson@va.gov
(Lateisha.Robinson@va.gov)
- Awardee
- null
- Description
- This pre-solicitation notice is for Solicitation Number 36C2422B0024 - Project : Mad Gas Relocation at the VA New Jersey Healthcare Systems (NJHCS) East Orange Campus at, 385 Tremont Avenue, East Orange, NJ, 07018. This requirement shall be a 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB). As a result, all responsible SDVOSB's may submit a bid, which will be considered by the agency. This project is classified under NAICS Code 236220 and has a size standard of $39.5 Million. The cost estimate range for this project is $25,000 and $100,000. 1. Scope. To relocate medical gas panel from phone operator room on A level to room 3-168 on the third floor. Move includes all needed equipment, wiring, connections, electrical outlets, and any other items necessary to completely move, test, and operate the medical gas panel. 2. Specific Tasks. The scope of work shall include but not be limited to the following main items: Install Wire from C-112 (Building 1) Mechanical Room Medical Gas Alarm Junction Box to Surface Mounted Alarm Panel Assembly on 3rd Floor (Building 1) Core drilling and fire stops as necessary Terminate All Required Alarm Signals at Junction Box in C-112 and Inside 3rd Floor Master Alarm Panel Test Alarm Signals For Functionality Upon Completion of Wiring Install all required material and wiring Provide Complete Interface board Immediately after receiving the contract award, the Contractor shall; Provide all necessary Labor, Material and equipment to remove and dispose of all old resin from the three tanks, flush, inspect, replace and/or re-build all required parts and tanks, rebeding new ion exchange resin beads in accordance to such manufacture recommendation. Install new resin trap filter- one for each tank- to prevent any possibility for resin exposure into the distribution water system. Inspect the Brine tank and check the function of all piping and devices necessary for operation. Inspect all existing piping, fittings, AR valves (replacement required), devices, and other control items and make necessary repair and/or replacement in accordance to manufacture recommendation. Re-commission the system and prepare for system reactivation. Repair/replace piping insulation and provide ID/ labeling as necessary to replace original ID/Labeling. 3. Performance Monitoring (if applicable). Work shall be coordinated with facility thru the Contracting Office Representative (COR). COR will monitor the contractor work performance on daily basis and the contractor is required to submit daily s progress report to the COR. 4. Security Requirements. General Contractor s employees shall not enter the project site without appropriate security badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer except as specifically required by the scope of the work. VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. 5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 6. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Not Used b. Identification of Potential Conflicts of Interest (COI). Not Used e. Inspection and Acceptance Criteria. The COTR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 7. Risk Control Contractor shall take all measures for safety & infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. 8. Place of Performance. Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 9. Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 45 calendar days. All other details and information shall be contained in the solicitation which shall be posted on https://beta.sam.gov. The solicitation will be released on or about January 31, 2022. The response submittal address, date and time will be included in the solicitation. This project requires bonding (payment bond), 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.beta.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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1826105a2b594f678a6b76054473bb8d/view)
- Record
- SN06216814-F 20220115/220114120841 (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 |