SOLICITATION NOTICE
Z -- REPLACE FLOORING IN SURGICAL SUITE
- Notice Date
- 12/20/2023 7:07:55 AM
- Notice Type
- Presolicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224B0007
- Archive Date
- 03/19/2024
- Point of Contact
- Julie Provenzano, Contract Specialist, Phone: 914 737 4400 2131
- E-Mail Address
-
Julie.Provenzano@va.gov
(Julie.Provenzano@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a public synopsis of a forthcoming solicitation in accordance with FAR 36.213-2. This is NOT a solicitation, and no solicitation documents are currently publicly available. Pre-Solicitation Notice for Solicitation 36C24224B0007; Project # SL-24-001 Replace Flooring in Surgical Suite consisting of 8 active operating rooms and 2 anesthesia supply rooms as required in scope of work, drawings and specifications, located at the VA New York Harbor Healthcare System, Manhattan Veterans Affairs Medical Center, 423 East 23rd Street, New York, NY 10010. This project is 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside under the authority of 38 U.S.C. 8127 As a result, competition for this requirement is restricted to SDVOSB firms. Firms must be verified by the SBA Veteran Small Business Certification (VetCert). The project includes but is not limited to; Contractor shall provide all labor, selective demolition, material, equipment, disposal and supervision to perform work as required to include: 1.Furnish and install approximate 10,500 SF of Resinous Flooring per VA Spec 09 67 23.40 2.Furnish and install integrate cove base 6 with approved ending cap. 3.Furnish and install 700 SF vinyl plank type floor in the Holding Area and Control Station. 4.Mock up per VA specs, prior new work. 5.Furnish and install approved transition strip per phases. 6.Repairs approximate 50 SF of sheet goods, to match existing material. 7.Product manufacture Certify Installer ONLY, proof of certificate per individual/worker. 8.Contractor/Installer must follow manufacture recommendation to prep floor and install new floor. 9.Concrete patch will follow manufacture recommendation. 10.Contractor to provide moisture test, provide written document for record. 11.Contractor responsible to apply material to control moisture. 12.Demolish ceramic floor and self-level floor for new application per manufacture. 13.Repair wall to allow new cove base. 14.Contractor will remove all debris at the end of each work shift. 15.Contractor to estimate 10 mobilizations/ weekends to perform this work. 16.Contractor MUST follow ICRA, ILSM and COVID Policies. 17.Contractor responsible to erect safety barrier per approved ICRA per phase. 18.Preconstruction survey and inspection is to be completed before work begins. 19.A company Site Specific Safety Plan (SSSP) to include detailed Activity Hazard Analysis (AHA) for each construction activity to be performed must be submitted before beginning any work. SSSP must be approved by VA Safety prior to work beginning. This plan shall detail fire, construction and health-related safety measures. 20.INTERIM LIFE SAFETY MEASURES (ILSM) is required. 21.INFECTION CONTROL RISK ASSESSMENT (ICRA) is required. Multiple ICRA s may be necessary to address specific infection control risks at various point of the project which would need to be approved prior to proceeding on each phase. The ICRA needs to describe what measures the contractor will be taking to minimize the spread of dust and debris. To include but not limited to appropriate construction barriers ie walk-off mats, noise and dust (sealing of HVAC intakes and exhausts, vents, drains etc.). Infection Control is critical in all medical center facilities. Interior construction activities causing disturbance of existing dust, or creating new dust, must be conducted within ventilation-controlled areas that minimize the flow of airborne particles into patient areas. 22.Permits are required for all Hot Work -cutting, welding and soldering and add Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with the COR. Obtain permits from the COR at least 48 hours in advance. 23.No utility service may be interrupted without prior approval of the COR. Utility shutdowns shall not compromise security, communication or fire safety for occupants. 24.Asbestos Containing Material (ACM) is not anticipated to be present in the workspace. If contractor locates suspected ACM contractor shall contact the COR immediately for further direction. If any ACM is disturbed or becomes friable due to contractor actions, the construction sites hall be shut down until appropriate containment is provided. 25All non-hazardous excess material and debris generated from this project shall be disposed of off- site in a State of New York licensed landfill upon completion of project. The Contractor shall remove all debris resulting from this contract from the site. 26. It is the responsibility of the contractor to verify all quantities, existing conditions and measurements prior to starting work. 27.Contractor shall provide submittals to the COR for submittal approval minimum 30 days prior to scheduled installation of any referenced materials substituted in the technical sections herein, unless otherwise noted. Submittals shall be approved prior to installation of any referenced materials substituted. 28.The Contractor shall furnish the manufacturer s descriptive data, installation instructions, and maintenance instructions, for approval, as required technical specifications. Estimated construction cost range is $500,000-$1,000,000. The project is classified under NAICS: 238330, Flooring Contractors, size standard- $19 million. This requirement will be procured per Federal Acquisition Regulation (FAR) Part 14.101 -Sealed Bidding. Performance Period: Project completion is 210 calendar days from issuance of Notice to Proceed. Contractor will be required to work only weekends starting Friday s at 7:00 pm to perform this work to minimize disruptions to the Medical Centers operations. Friday evening and weekend work will be completed in multiple phases. Friday evening and weekend work shall be identified on the project schedule submitted by the contractor and approved by the VA before work begins. Prospective contractors must be registered and verified as a Service- Disabled Veteran Owned Small Business (SDVOSB). SDVOSB firms must be verified by the SBA Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov) and all offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ in accordance with 38 CFR Part 74 and VAAR 819.70 to be eligible for award. This project requires bonding. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24224B0007 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All other details to include information on site visit will be included in the solicitation document and will be posted on https://www.sam.gov. It is anticipated that the solicitation will be issued on/about January 20, 2024. The POC for this project is Julie Provenzano (julie.provenzano@va.gov). No questions will be considered until the actual solicitation is released. This project will be 100% set-aside for SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ec84981735a4731979ea0a6eb6f8e2e/view)
- Place of Performance
- Address: Department of Veterans Affairs New York Harbor Healthcare System Manhattan VAMC 423 East 23rd Street, New York, NY 10010, USA
- Zip Code: 10010
- Country: USA
- Zip Code: 10010
- Record
- SN06918426-F 20231222/231220230045 (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 |