Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2023 SAM #8026
SOLICITATION NOTICE

J -- NRM_CONST 526-21-110_Install Centralized Aerosol Extraction System

Notice Date
11/16/2023 8:53:50 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224B0004
 
Response Due
1/12/2024 1:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 x4928
 
E-Mail Address
Patricia.Cordero@va.gov
(Patricia.Cordero@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Pre-Solicitation Notice Page 4 of 4 Page 4 of 4 Project No. 526-21-110; Install Aerosol Extraction System at the James J. Peters VA Medical Center, Bronx, New York. CONSTRUCTION SERVICES Statement of Work Install Centralized Aerosol Extraction System for Dental Background: The Main Building of the James J. Peters Veterans Affairs Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 is currently seeking an Aerosol Extraction system for our Dental Unit. The project scope is to renovate approximately eighteen (18) clinical operatory spaces located in our dental suites Area 2C, Building 100. Work will include but is not limited to installation of centralized aerosol extraction system that will suspend particulate matter and bioaerosols created during dental procedures. In Building 100 suite 2C, there approximately twenty (20) rooms meant for dental services. Of these twenty rooms, 16 are for dental procedures, 2 are for surgery, and 2 are for X-Rays. The two formers (regular dental procedure and surgery suites) are required to have a dental aerosol system that can assist with normal dental functions. The area of renovation is 4,500 square feet. Work will include updating the appearance of the dental operations to a COVID-19 environment to include the modification of the existing 2C areas (i.e., laboratory and medical storage areas). Modification and/or replacement of the ceiling and finishes in each operatory will be required in addition to modifying HVAC equipment to match new requirements. Installation of Dental Aerosol System must be in accordance with VA Master Construction Specifications (PG-18-1) for Division 22 Plumbing. Specifically, in accordance with Dental Compressed-Air Piping, Dental Compressed-Air Equipment, and Dental Vacuum Evaluation Equipment. All data and information wherein these documents can and will be provided by the COR. The contractor is responsible for the chemical upkeep, labor, equipment, service, and other maintenance of all proprietary equipment. All replaced equipment and construction debris to be removed from the site once service is complete. Extra efforts are required towards project phasing to provide minimum interruption to the Medical Center s normal activity. The intent is performing the work under 3 phases as further indicated on the design phasing drawing. The eighteen rooms will be broken up into three phases (groups) of 6 rooms each. Each phase will be completed and turned over to the COR before the next phase is started. Scope of Work: Contractor shall furnish all parts and labor to accomplish the task of setting up a centralized aerosol extraction system. This system is to be centralized and work in the same way in each of the 18 rooms, even if the rooms are for different purposes (routine dental, surgery, etc.) Work includes general construction HVAC, construction ductwork, electrical power distributions and connections, and certain other items. Slight negative air pressure in the dental rooms to ensure safety of the dental staff and construction area. The extraction device is to have: A smooth finish flexible arm that is easy to clean internally and externally. The arm should be ceiling mounted. The arm should be able to access both sides of the patient, as well as above. The extraction hood should be clear and illuminated. The extraction unit shall be controllable in terms of volume (min/max) and use (on/off) Noise should be kept to a minimum once construction is complete. Additions and alterations to the existing HVAC system will need to be incorporated to ensure proper ventilation air and room pressurization. Variable flow devises will be needed to automatically balance air flows. A control panel or fan switch for unit operation shall be provided for the users. Certification is needed for the work to be completed and should be submitted to the Contracting Officer and COR for review. These certifications include but are not limited to expertise and knowledge of HVAC and or plumbing systems. Any equipment installed shall have a warranty of ten years. This warranty shall abide by regular wear and tear to a reasonable degree. Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for the Extraction System as required by drawings and specifications drawn up by the AE firm. This will include a set of documents that outline the backbone of this project and how to proceed. Safety Requirements The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Period of Performance A period of performance is required for the specific work done. The construction phase of the dental aerosol project is to be started within 45 days of the award of this contract due to submittal and Safety Plan requirements and all phases of construction work completed within 310 Calendar Days from issued NTP. Place of performance Site of work to be performed will be the Main Building (Building 100) of the James J Peters Veterans Affairs Medical Center. Specifically, work shall be done in the Dental Suite (2C), the mechanical room (2C), and the interstitial space above 2C. Inspection If services are required for equipment or a performed task, then an inspection shall be done by the VA COR/POC upon completion. Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection will ensure that all equipment is returned to full functioning condition No invoices will be processed for payment prior to the completion of POC inspection. Drawings, and Other Attachments Drawings and contract documents may be obtained from the website where the solicitation is posted. The AE design drawings and specifications will be provided by the COR when necessary. Government Furnished Property N/A Other Related Services (Not Included in the Scope of Work) If any services outside of the scope of work arise in this project, please inform the CO and the COR in the form of an RFI such that any questionable matter can be settled before the award of the contract. Applicable NAICS Code: 238220. Estimated Completion Time: 310 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered with the SBA Veterans Small Business Certification (Vet Cert) at Veteran Small Business Certification (sba.gov) prior to submitting a bid: Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 238220, with a Size Standard of $19.0 Million. The NAICS Code selected has been approved as the most appropriate for the project related tasks and SOW. This NAICS Code will not be subject for discussion or change. The cost range for this project is between $2,000,000 and $5,000,000. A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around December 8, 2023. The bid submittal address, date and time will be included in the solicitation. Specifications and plans will be available for download from the Sam website at https://www.sam.gov Amendments to this solicitation will be posted on the Sam.gov website as well. Bidders are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of bid opening. All bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. E-mail questions concerning the solicitation to Patricia Cordero at patricia.cordero@va.gov. Responses to this Pre-Solicitation notice must include your firm s capability statement in writing (email) and must be received no later than December 1, 2023 at 4pm EST. Email: Patricia.Cordero@va.gov. No telephone inquiries will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45ac0f76e2f74913bda97c8b9a7570be/view)
 
Place of Performance
Address: James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468, USA
Zip Code: 10468
Country: USA
 
Record
SN06887045-F 20231118/231116230040 (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.