MODIFICATION
Z -- OTHER-CONST BUILDING 1 ABATEMENT, DEMOLITION, CONSTRUCTION
- Notice Date
- 3/22/2024 1:47:16 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224B0024
- Response Due
- 4/15/2024 8:00:00 AM
- Archive Date
- 07/14/2024
- Point of Contact
- Michael A Spivack, Contracting Officer
- E-Mail Address
-
MICHAEL.SPIVACK@va.gov
(MICHAEL.SPIVACK@va.gov)
- Awardee
- null
- Description
- Building 1 Abatement, Demo, Construction 10 of 15 3/11/2022 1. SCOPE OF WORK This firm fixed price requirement is for the renovation the following rooms in Building 1 of the Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue Buffalo, NY 14215; B1 Core, 138C,138C-1, 138C-2, 138C-3, 139C, 635D, 637D, 638D, 929D, and 929D1. The renovations to be performed shall be removal of carpet in B1 Core; demolition of partitions, the floor and ceiling in rooms 138C,138C-1, 138C-2, 138C-3, 139C, 635D, 637D and 638D; the completion of floors, ceiling and wall repairs in rooms 929D, and 929D1. The contractor shall provide all labor, equipment, and supervision to perform the requested renovations. The VA shall provide materials to complete renovations in rooms 929D and 929D1 listed in section (XXXXX) all other required materials shall be provided by the contractor. All work shall be completed within 365 days of award. Asbestos containing floor tile mastic and ceiling tiles have been identified in various parts of this project. All work performed on Asbestos Containing Materials (ACM) shall be completed under abatement conditions, and all demolition materials shall be disposed of in accordance with all applicable state and federal regulations. Applicable Documents The following documents are applicable to this Scope of Work (SOW) to the extent specified herein. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements of documents cited in sections 3 of this SOW, whether or not they are listed here. 1.1.1 Government Documents The following directives, guides, handbooks, and drawings form a part of this document to the extent specified herein. Unless otherwise specified, the latest revisions available shall be used. Copies of construction related Department of Veterans Affairs directives, guides, and handbooks are available from the Office of Construction and Facilities Management website: http://www.cfm.va.gov/til/index.asp DEPARTMENT OF VETERANS AFFAIRS DIRECTIVES 1078 PRIVACY OF PERSONS REGARDING PHOTOGRAPHS, DIGITAL IMAGES, AND VIDEO OR AUDIO RECORDINGS 1.1.2 Veterans Health Administration Western New York Documents All work performed under this contract shall be in done in accordance with the following VHA documents: 01 00 00 GENERAL REQUIREMENTS 01 32 16.15 PROJECT SCHEDULES (SMALL PROJECTS) 01 35 26 SAFETY REQUIREMENTS 01 74 19 CONSTRUCTION WASTE MANAGEMENT 02 41 00 DEMOLITION 02 82 11 TRADITIONAL ASBESTOS ABATEMENT 02 82 13.19 FLOOR AND MASTIC ABATEMENT 09 51 00 ACOUSTICAL CEILINGS 09 65 19 RESILIENT TILE FLOORING 09 91 00 PAINTING 1.1.3 Non Government Publications All work shall be accomplished in strict accordance with the latest codes and standards. The Contractor shall follow any/all applicable standards and codes, including, but not limited to applicable NFPA standards, NEC, JCAHO, OSHA, ANSI, ASHRAE, and any other codes. 1.1.4 Order of Precedence In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. Requirements The Contractor shall provide personnel, material, services, and facilities to perform, accomplish, and deliver the required services detailed in this scope of work. Asbestos abatement shall be performed in accordance with all federal and state regulations and PG 18 1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 02 82 11 TRADITIONAL ASBESTOS ABATEMENT (528 21 135). 1.3 Scope of Renovations The renovations to be performed shall be done in the following four locations listed below. The renovations required at each location are independent of each other and be completed in any order. Locations 1. and 2. are unoccupied and immediately available for renovations, while location 3. and 4. are currently occupied and will be available for renovations a later date within 365 days of award. Rooms 138C, 138C-1, 138C-2, 138C-3 & 139C: Abate and demolish all interior partition walls shown in attached drawing at full height, the tan joint compound was found to be ACM friable material. Demolish approximately 650 square feet of tan mottled 12 x 12 floor tile and associated black mastic. Floor tile and mastic was found to be ACM non-friable material. In conjunction with flooring removal all associated cove base shall be removed, this is non-ACM. Demolish approximately 650 square feet of non-ACM 12 x 12 acoustical ceiling tile and 4 x 2 dot & fissure ceiling tile. Rooms 635D, 637D, 638D: Demolish approximately 750 square feet white mottled 12 x 12 floor tile. Floor tile in 635D and 638D is a non-friable ACM material, the floor tile in 637 is non-ACM, and the associated black floor tile mastic is non-ACM. All associated 6-inch cove base and associated mastic is non-ACM and shall be removed as well. Demolish approximately 750 square feet of 4 x 2 dot and fissure ceiling tile, and ceiling plaster (base and finish coat). All ceiling materials are non-ACM. Demolish all interior partition walls shown in attached drawing at full height. B1 Core: Remove approximately 750 square feet of carpet. Rooms 929D & D1 Prepare subfloor and install approximately 585 square feet of luxury vinyl plank flooring. Install approximately 585 square feet of acoustical suspension system and associated acoustical tiles. Repair, skim coat, sand, prime, and paint all walls. 1.4.1 Personal Protective Equipment (PPE) The Contractor is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) and access equipment (lifts, scaffolding, etc.) necessary to perform services identified in this SOW. 1.5 Approach ยท 1.5.1 Site Information Contractors and subcontractors will be subject to the Construction Security Requirements outlined in PG 18 1: MASTER CONSTRUCTION SPECIFICATIONS, Section 01 00 00 (General Requirements 528 21 135), Article 1.5. 1.5.1.1 Access Although the VAWNYHS campuses are public facilities, access to facility maintenance areas, electrical areas, mechanical areas, roof access, and certain other portions of the medical facility are restricted from the general public. Accessing these areas may require advance notice, pre approval, and scheduling to gain entry. All visits and access requests to the VAWNYHS under this scope of work shall be coordinated through the Contracting Officer Representative (COR) at least 1 week in advance. 1.5.1.2 Photography It is VHA policy to respect the privacy of all persons (e.g., Veterans, patients, residents, members of the VHA workforce, and visitors) consistent with the needs of operating a national health care system. Privacy protections on VHA premises vary according to the needs and purposes of different types of areas, the persons included, and the purpose of the production and use of photographs, digital images, and video or audio recordings (excerpt from VHA Directive 1078). Photography of as built and site conditions are permissible actions under this SOW when photography activities are coordinated with the COR. The Contractor shall ensure that any photographs taken do NOT include any VHA patients, members of the VHA workforce, or visitors to the VAMC facility. 1.5.2. Kick off Meeting and Site Survey This will be a joint meeting with both the abatement contractor and the air monitoring Consultant. The Contractor shall attend a Preconstruction Conference. In preparation for this meeting the Contractor shall submit: An updated work plan that adds additional details based upon approved submittal information. Revised or new Activity Hazard Analysis (AHA) based on approved submittals Any additional clarifying details about the work to be performed that have been updated bases upon the approved submittals. Any action items resulting from this meeting shall be addressed prior to ordering any materials or beginning the actual construction work. This meeting shall comply with the terms of Section 3.1.2 of this SOW and the terms of PG 18 1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 35 26 SAFETY REQUIREMENTS (528 21 135); Article 1.6 Preconstruction Conference. 1.5.3 Submittals The Contractor shall provide all applicable submittals identified from the specifications listed in Section 2.2 at the times specified during the project. A summary list of submittals and due dates is shown in section 4.2. 1.5.4 Demolition and Abatement Demolition and Abatement performed under this contract shall be performed in accordance with 10 NYCRR Part 73 and PG 18 1: MASTER CONSTRUCTION SPECIFICATIONS. Demolition and Abatement work shall include, but is not limited to, all labor, material, equipment, and supervision to perform the required demolition, abatement, encapsulation, and disposal. All asbestos containing material shall be demolished and abated mechanically, chemical abatement shall not be permitted. Where the ACM recesses into the floor, ceiling, and adjacent walls, any remaining exposed ACM shall be encapsulated to prevent personnel exposure to any ACM during wall reconstruction. See PG 18 1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 02 82 11 TRADITIONAL ASBESTOS ABATEMENT (528 21 135), Paragraph 3.3.5. Air monitoring services during abatement activities at locations 1. and 2. shall be provided by the VA. 1.5.5. Construction The list of materials below shall be provided by the VA for renovations to occur in location 4., all other required materials shall be provided by the contractor. All materials shall be installed to manufacturers specifications, an installation guide for each material will be provided. Ceiling: 120-LF USG Donn DX/DXL M7 Wall Angle 72-LF USG Donn DX/DXL24 Mains 1-Case USG Donn DX/DXL424 4ft Tees 2-Cases USG Donn DX/DXL216 2ft Tees 432-sq/ft Armstrong Ultima/Durabrite 1911A Ceiling Tile Walls: 3-gal Sherwin Williams Multi-Purpose Primer 3-gal Sherwin Williams SuperPaint Satin Interior Latex 1-gal Sherwin Williams Pro-Cryl Universal Acrylic Primer 1-gal Sherwin Williams Pro Industrial Water Based Alkyd Urethane 1-20-LF Roppe Pinnacle 6 Cove Base Floor: 1-gal Ardex P51 Primer (depending on condition of subfloor) Up to 10 50lb Bags Ardex V1200 (depending on condition of subfloor) Up to 12 10lb Bags Ardex Feather Finish (depending on condition of subfloor) 432-sq/ft Armstrong Natural Creations LVT and associated S-995 Flooring Adhesive Where walls are to be finished existing fasteners, anchors, or any unnecessary items shall be removed from the walls. Walls shall be scraped with a putty knife to eliminate defects such as old, dry paint or plaster build up. Cracks in plaster shall be grooved out on both sides of cracks creating a V pattern. Cracks shall then be taped and mudded with fiber mesh tape and joint compound. Walls shall be sanded using a drywall sander equipped with 80 grit sanding discs to eliminate remaining defects Walls shall be skimmed and sanded again ensuring a smooth, consistent finish. Walls shall then be primed and painted. Where new flooring is being installed, score terrazzo cove with diamond blade and chip terrazzo to eliminate cove and high lip. Patch the chipped lower portion of the wall with mortar. Patch the chipped border of the floor with Ardex Feather Finish ensuring the lower portion of the wall and the border area of the floor form a 90-degree angle. Patch cracks and repair defects with Ardex Feather Finish and ensure entire subfloor surface is flat and smooth. LVT (Luxury Vinyl Tile) flooring shall be laid out staggered at 1/3 tile size ensure no tile smaller than 3 will be installed at any border or perimeter. Ceiling acoustical suspension system layout will be predetermined by Buffalo VAMC Engineering and a drawing will be provided prior to installation. 3.2.7 Records Management Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (email, fax, etc.) or state of completion (draft, final, etc.). No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 4. Delivery 4.2 Schedule and Submittals Table 1 is a summary list of actions, submittals, and schedule for this effort. This list is NOT inclusive of any shutdown requests that may be required. 528 21 135 Building 6 Abatement 11 of 15 3/11/2022 Table 1: Summary List of Events and Deliverables Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref Duration of Contract 1 Submittal Contractor Monthly Status Report 5th Business Day of every Month email NA 3.1.1 Demolition and Abatement Kick off Meeting and Site Survey 2 Submittal Contractor Kickoff Meeting Agenda Kickoff Meeting 5 Business Day(s) email NA 3.2.1 3 Submittal Contractor Work Plan (Draft) Concurrent with Kickoff Meeting Agenda email NA 3.2.1 01 00 00; 1.7.G 4 Submittal Contractor Schedule, Gantt Chart (Draft) Concurrent with Kickoff Meeting Agenda email NA 3.2.1 01 00 00, 1.7.G; 02 82 11, 2.4.1.A Action Contractor Kickoff Meeting and Site Survey NTP +7 Business Day(s) In person @ VAMC 1 3.2.1 VAMC Work Plan (Draft) Comments Concurrent with Kickoff Meeting VAMC Schedule, Gantt Chart (Draft) Comments Concurrent with Kickoff Meeting 5 Submittal Contractor Kickoff Meeting Minutes (Draft) Kickoff Meeting +5 Business Day(s) email NA 3.1.2 VAMC Kickoff Meeting Minutes (Draft) Comments Receipt of Draft +3 Business Day(s) 6 Submittal Contractor Kickoff Meeting Minutes (Final) Receipt of Comments +3 Business Day(s) email NA 3.1.2 Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref Submittals 7 Submittal Contractor Work Plan (Final) NTP +21 Calendar Day(s) email NA 01 00 00, 1.7.G 8 Submittal Contractor Schedule, Gantt Chart (Final) NTP +21 Calendar Day(s) email NA 01 00 00, 1.7.G; 02 82 11, 2.4.1.A 9 Submittal Contractor Employee Lists NTP +30 Calendar Day(s) email NA 01 00 00, 1.6.A; 02 82 11, 2.4.1.B 10 Submittal Contractor Keys and lock combinations (doors, tool boxes, equipment) NTP +30 Calendar Day(s) In person @ VAMC 2 01 00 00, 1.6.D 11 Submittal Contractor Electronic Security Memorandum NTP +30 Calendar Day(s) email NA 01 00 00, 1.6.E 12 Submittal Contractor Vehicle registration NTP +30 Calendar Day(s) email NA 01 00 00, 1.6.F 13 Submittal Contractor Accident Prevention Plan (APP) Preconstruction Conference 15 Calendar Day(s) email NA 01 35 26, 1.4 14 Submittal Contractor Fire Safety Plan Preconstruction Conference 15 Calendar Day(s) email NA 01 35 26, 1.14 15 Submittal Contractor Activity Hazard Analysis (AHA) Preconstruction Conference 15 Calendar Day(s) email NA 01 35 26, 1.5 16 Submittal Contractor OSHA Training Certificates Preconstruction Conference 15 Calendar Day(s) email NA 01 35 26, 1.8 17 Submittal Contractor Employee qualifications, training, accreditations, and licenses Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.B; 02 82 11, 2.4.1.I Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref 18 Submittal Contractor Certificate of Worker's Acknowledgment Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.B 19 Submittal Contractor Affidavit of Medical Surveillance and Respiratory Protection Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.B 20 Submittal Contractor Asbestos Hazard Abatement Plan Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.C 21 Submittal Contractor Equipment Specifications Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.D 22 Submittal Contractor Waste Stream Information and Verification Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.E 23 Submittal Contractor Regulatory notifications Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.F 24 Submittal Contractor Laboratory used for sampling Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.G 25 Submittal Contractor Experience and Qualifications Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.H 26 Submittal Contractor State License for Asbestos Abatement Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.J 27 Submittal Contractor Encapsulants Preconstruction Conference 15 Calendar Day(s) email NA 02 82 11, 2.4.1.L VAMC Submittal Reviews Submittal Receipt +7 Calendar Day(s) Preconstruction Conference 28 Submittal Contractor Preconstruction Conference Agenda Preconstruction Conference 5 Business Day(s) email NA 3.1.2 Action Contractor Preconstruction Conference NTP +45 Calendar Day(s) In person @ VAMC 3.2.3 01 35 26; 1.6 Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref 29 Submittal Contractor Preconstruction Conference Meeting Minutes (Draft) Preconstruction Conference +5 Business Day(s) email NA 3.1.2 VAMC Preconstruction Conference Meeting Minutes (Draft) Comments Receipt of Draft +3 Business Day(s) 30 Submittal Contractor Preconstruction Conference Meeting Minutes (Final) Receipt of Comments +3 Business Day(s) email NA 3.1.2 Status Meetings 32 Submittal Contractor Daily Logs and Inspections As Required email NA 02 82 11, 2.4.2 33 Submittal Contractor Project Report Last Status Meeting email NA 02 82 11, 2.4.3
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a012c2583ed4e2586e91a3d5994ad6f/view)
- Record
- SN07006082-F 20240324/240322230049 (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 |