Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SOLICITATION NOTICE

Y -- 630-21-102 - Brick Façade Cleaning and Repairs Manhattan

Notice Date
8/22/2025 11:09:38 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225B0021
 
Response Due
8/27/2025 7:00:00 AM
 
Archive Date
12/04/2025
 
Point of Contact
Yingjie yeung, Contract Specialist, Phone: 347-949-1662
 
E-Mail Address
yingjie.yeung@va.gov
(yingjie.yeung@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
36C24225B0021 | 630-21-102 Brick Façade Cleaning and Repairs RFI #2 Revised Virtual Bid Opening Instruction In accordance with FAR 14.202-8, Bids shall be submitted electronically to Contract Specialist Yingjie Yeung via email to yingjie.yeung@va.gov. Hard copy and hand carried, mailed bids will not be accepted. All bids shall be received via email to yingjie.yeung@va.gov no later than 10:00 A.M., on Wednesday, August 27th, 2025. Email Subject Line: 36C24225B0021 Brick Façade Cleaning & Repairs Company Name. The virtual bid opening shall take place on August 27th, 2025 at 10:00 A.M. Eastern Standard Time (New York Time). The bid opening will take place on Microsoft Teams. To access the conference: Dial In: +1 205-235-3524 Phone conference ID: 305 134 589# Bidders are welcome to dial in by 9:45 A.M. but no later than 10:00 A.M. 1. Specification Section 01 00 00 GENERAL REQUIREMENTS, Paragraph 1.2.A states: Contractor shall provide a unit price or lump sum price breakdown, within the Lump Sum Bid for each Bid Item, as specified for each of the Work Items for each Work Perimeter. Further, Section 01 00 00, Paragraph 1.2.B states: Unit prices shall be used for computing additions to or deductions from the Contract Price for authorized changes in the Work. However, the Bid Form provided in the solicitation does not contain spaces for unit pricing and does not explicitly request unit price submission. RESPONSE: Please see attached addendum to unit items document for unit pricing spaces. Please clarify: Is the contractor required to submit a unit price schedule with the bid? RESPONSE: No, we will request price-related schedules from the lowest bidder after bid opening. If so, should this be submitted as an attachment to the bid form? RESPONSE: No. If unit prices are required with the bid, please confirm whether these will be used for contract modifications / quantity adjustments post-award. RESPONSE: Unit prices breakdown are not required with the bid, but they will be used for contract modifications / quantity adjustments post-award. 2. Please clarify if there is any time restriction to access the roof during construction. RESPONSE: None working hours are 8am-4:30pm. 3. Specification 01 00 00, page 30 paragraph 1.35 B request independent construction safety officer (CSO) Please clarify if this CSO is required full time/daily basis on the site during the construction? Or part time? RESPONSE: Part-time (10 hrs./ week) independent third party CSO hired by the prime contractor for the duration of the project. 4. Spec section 01 45 35 has extensive requirements for special inspections. Para 1.4E states special inspector must be an independent third party hired directly by the prime contractor. Please clarify how many times this special inspector should visit and inspect the work? For example, once a week or once a month? As the count of visit will determine the cost of this special inspector firm. RESPONSE: Special Inspections are not generally anticipated. There may be a need for Special and/or out of the ordinary construction details areas such as Building No. 1 penthouse veneer replacement or at the exterior face of parapet at the extreme west end of the west wing of Building No. 1. Any such special details will be determined as larger portions of the veneer are removed and the backup, including steel members, can be closely inspected. 5. Spec section 01 45 35, para 1.4J has requirements for contractors quality control (QC) manager. Please clarify if this QC manager should be an independent personal and should be present on site full time/daily basis or part time? RESPONSE: The Contractor s Quality Control Manager (CQC) need not be an independent person. The CQC can be the project superintendent (Article 3.1), if that project superintendent is generally on the job site and if the superintendent meets the qualifications delineated in Article 3.3B, which states, as follows: The CQC System Manager is required to have a minimum of 5 years experience in overseeing/managing masonry repair/cleaning operations. A minimum associate degree in engineering, architecture or construction management or the equivalent in formal training is required. Additional experience may be considered in lieu of formal education, if approved by the Contracting Officer or Authorized designee . 6. During site visit on 8/8/2025 we were informed that KBA Engineering will be conducting inspections prior to commence the work on each drop to verify quantities specified and another visit to inspect the completed work. We estimated approximately 150 scaffold drops that make a total of 300 drops to be inspected and every drop requires the assistance of 2 scaffold operator. Please confirm if this is a requirement and can agency have a separate line item for this in the bid? RESPONSE: We factor out the use of the scaffold for inspection time. The Contractor will provide the use of scaffold and operation of same to provide for access to the brick surface for inspection by the design engineering firm s inspector. The Contractor shall figure out cost for operating the scaffold for inspection purposes on an hourly basis. 7. Spec section 02 82 11/Fenestration Caulking Asbestos Abatement Paragraph C-2 specify approximate 2000 LF of window caulking, please advise on who will be paying the cost of obtaining samples and the cost of testing laboratories? RESPONSE: Specification Section 02 82 11 Article 2.2 A.1 calls for ten (10) polarized light microscopy (PLM) and ten (10) transmission electron microscopy (TEM) tests. The Contractor s CPIH will prepare an abatement plan (Article 2.3) for dealing with asbestos containing caulking found, if any, on the exterior work. As noted in Article 2.2 A, the CPIH will determine the extent of sampling of suspect asbestos containing material. 8. Please advise if there is any specific type of lumber and plywood to be used for all the protection work. RESPONSE: Where wood members are alluded to in the details for protection features, the loading requirement is stipulated. For example, protection over roof mounted HVAC units and over skylights is noted on Drawing A-7. The design loads for sidewalk sheds is noted on Drawing L-2. Wood, where used, must be of the species A grade necessary to accommodate the design loads. Where incidental wood framing/sheathing is called out and no design loads are noted, then use framing lumber no. 2 southern yellow pine or equal and for plywood sheathing use exterior rated C and 9/16 thick minimum. Also, all wood must be fire protected. 9. Please Drawing L-5/plan WP-7 specify that (CLEANING WORK SHALL BE DONE ON A WEEKEND WHEN TRAFFIC IS LIGHTER) please clarify if this is considered as overtime? RESPONSE: Regarding the note on cleaning of site walls at WP-7 relative to cleaning on weekends when traffic is lighter is a requirement for the work. Whether the Contractor considers this to be overtime is his/her decision, as well as to meet statutory requirements regarding overtime. 10. Can agency please consider to add line item on the base bid for scaffolding in order to be able to have a more accurate unit price. RESPONSE: The VA has agreed to list the cost for scaffolding for each work perimeter. The scaffolding cost will not be included in the masonry repair work items. 11. Solicitation states project to be completed in 720 calendar days, taking in consideration that it is all exterior work and the majority of products specified to use has a temperature regulation, please advise if the weather days causing stoppage of work can be added to the original bid duration? RESPONSE: It is generally anticipated that the masonry repairs and cleaning will take place in the time frame mid-March to mid-November. This estimation of the working period is 8 months. It is further estimated that the project could be completed in 16 months, hence, two calendar years. Weather conditions preventing work during the 16 month period noted above will be added to the number of calendar days in the ratio of 7/5 at no penalty to the Contractor. For example, if for 10 days construction could not proceed during the working months, then 2 weeks will be added to the calendar days to completion. The VA COR or the DOR (Designer of Record) will determine those days inappropriate for work to proceed. 12. Drawing A-1 Elevation 1.1, A7 Elevation 1.22 & A8 Elevation 1.21 show a tower with standing seams copper roof that requires a pipe scaffold to be able to inspect and perform the work, please advise if roofs below can carry the weight for approximate 14 level high scaffold. RESPONSE: There is little work anticipated on the three faces of the west wing north bump out. For now, the Contractor can assume that the beams and weights necessary to support the swing scaffold can be placed on the 17th floor of the bump out. The Contractor will submit his/her arrangement for installing the swing scaffold using the lightest possible weights, while still meeting statutory factors of safety. The DOR (Designer of Record) will advise if such an arrangement can be accommodated by the floor framing at the 17th floor. If the proposed arrangement is not do-able, the DOR may suggest further distribution of the loads or the work on the bump out will be eliminated. 13. During the site visit on 8/8/2025 we were informed that KBA Engineering will be providing details on how to proceed with the existing netting installed on various locations. RESPONSE: There are two locations on Building No. 1 and Building No. 6 were netting has been installed, as follows: a. The upper portions of the main penthouse Building No. 1, as delineated on Drawings A-17 and A-18. b. The southwest corner of the west extension (bumpout) of the south wing of Building No. 1, as shown on supplemental Drawing A-19. c. Netting is also located at the south and east faces of the stairwell at the southwesterly extreme of the footprint of Building No. 6 on the exterior walls, adjacent to the play area, as noted on supplemental Drawing A-19. For the netting at the main penthouse Building No. 1, the Contractor shall remove and dispose of all remaining netting. For the other two locations, the netting shall be removed, folded and banded and delivered to the COR. All holes remaining after fasteners are removed shall be grouted, using the specified brick mortar. At Building No. 6 stairwell, the thru-the-wall bolt holes will also be patched at the interior CMU surface. 14. Protection area items include line item SPECIAL PROTECTION in every work perimeter, can agency please clarify these items? RESPONSE: In Specification Section 01 00 00 page 10, there is a table that lists the type of protection measures for each work perimeter. Drawing L-2 described each work perimeter and refers to the appropriate drawing where protection features are noted. The Contractor will provide a lump sum price for all protection areas listed/required for each work perimeter. 15. Our suppliers informed us that there is minimum quantity required to order the bricks, if so, will the VA agree to pay for the additional quantities? RESPONSE: The typical one-third running bond brick (Glen Gery 5-93) and the stack bond jumbo red brick at Building No. 1 penthouse will be required in fairly large quantities and should certainly exceed the minimum order required by suppliers. For brick that will be needed in small quantities, the Contractor will order the minimum amount and figure that cost into the bid. Extra bricks associated with the small quantity orders will be turned over to the VA at the completion of the projection. 16. NY city new regulations require a minimum of 12 feet high for pedestrian sidewalk sheds, please verify and advise. RESPONSE: Where 8 high (clearance) sidewalk sheds are shown on City streets, i.e., 25th Street, 23rd Street and First Avenue, the under-clearance will be increased from 8 to 12 . 17. Due to the height of the building, please confirm whether this project will require NYC DOB Site Safety Plan and Site Safety supervision requirements. RESPONSE: The Contractor will be required to develop a site safety plan and safety supervision plan in accordance with the site safety plan requirements of the NYC Building Code and Local Law 81 of 2017. The plan will be submitted to the VA s Contracting Officer for review and disposition. 18. During the second site visit it was discussed that the sidewalk shed at the Northeasterly entrance of Building No. 3 is to remain. This shed location is shown on drawing page P-3 under CPA 3-4 Catchment & Protection Area Descriptions. Please confirm that this item CPA 3-4 is to be excluded from our bid as well as the monthly rental costs.� RESPONSE: The sidewalk shed are currently in-place at the east entrance to Building No. 3 and the front entrance of Bldg. 1 will remain in place. After the contract is awarded, the new contractor will take over the responsibility of the sidewalk shed. 19. Will the sign-in sheet from site visit be available in addendum? RESPONSE: Please see below for sign-in sheet. 20. Please clarify if a superintendent can be a dual hat to cover the requirements of SSHO? RESPONSE: The Contractor s project superintendent can also serve as the site safety and health officer (SSHO) provided that he/she meets the training requirements stipulated in Specification Section 01 35 26 Article 1.8 Training and will be a full time on-site superintendent 21. If no to the question above, will the SSHO need to be full-time for this project? RESPONSE: Not applicable, since the answer to Item 20 is yes. 22. Please clarify if a superintendent can be a dual hat to cover the requirements of QA/QC? RESPONSE: Quality Assurance (QA) is the responsibility of the VA. The Contractor s responsibility is to allow and provide for access to the work by the VA s QA representative for the purpose of assuring compliance with the contract documents. Quality Control (QC) is the responsibility of the Contractor and is spelled out in Specification Section 01 45 00. As stated in Article 3.1 the Project Superintendent will be held responsible for the quality of the work .. . The Project Superintendent can also serve as the Contractor s Quality Control (CQC) Manager, provided he/she meets the requirements stipulated in Article 3.3B. 23. If no to the question above, will the QA/QC need to be full time for this project? RESPONSE: Not applicable, since the answer to Item No. 22 is yes. 24. Can a superintendent be a triple hat to cover the requirements of SSHO and QA/QC? RESPONSE: Yes. 25. Please confirm if tax should be included in our proposal? RESPONSE: NO, tax should NOT be included in the proposal. Please see below Special Notes regarding FAR 52.229-3: Federal, State, and Local Taxes: Offerors are hereby notified that under New York Consolidated Laws, Chapter 60 - Tax, Article 28 - Sales and Compensating Use Taxes, Part 3 1116 (2), the United States of America, any of its agencies and instrumentalities, is immune from taxation when it is the purchaser, user, or consumer, or when it sells services or property of a kind not ordinarily sold by private persons. � Pursuant to Chapter 60, Article 28, Part 3-1115(17), a contractor s purchase of such building and construction materials within New York to be incorporated into the real property belonging to the U.S. Department of Veterans Affairs (VA) is subject to the exemption from the New York State sales and compensating use taxes. To take advantage of the tax exemption the successful offeror under this solicitation must complete ST-120.1 Contractor Exempt Purchase Certificate when it purchases construction materials for this contract and keep on file as required by the state of New York tax laws.� � Notwithstanding FAR 52.229-3, all bids received in response to this solicitation are presumed to reflect this tax exemption, and therefore should not include the New York s state sales and compensating use taxes on sales of materials for incorporation into VA real estate under this contract. 26. Please confirm if the current prevailing wages will be consistent for the life of the project with no escalation? RESPONSE: : Yes, as this is a firm fixed price contract utilizing FAR 14 sealed bidding, there will be no escalation. 27. Page 64 of 78 FAR Clause 852.219-75 Please identify the type of construction. RESPONSE: General Construction. 28. Consider updating the wage determination: General Decision Number: NY20250003 08/08/2025. RESPONSE: Please utilize the wage determination provided with the solicitation. 29. Please provide drawings for project, Thank you. RESPONSE: The drawings are attached to the solicitation, please visit SAM.GOV for the solicitation. 30. Do you have a special form to submit the bid?� If so please forward it to us. RESPONSE: Please utilize SF 1442 Page 2 of the solicitation and Bid Schedule on pages 18-19 of the solicitation. 31. The specs call for using the ""bucket and brush method of cleaning"" not allowing any spraying.� Since I am the author of the only book in the United States on the subject: ""Impactus, The Cleaning of Architectural Surfaces by the 'Gentlest Means Possible'"", I'm very familiar with the subject, and would like to discuss and recommend other methods. RESPONSE: Thank you for your input and expertise on the subject. The government is currently not considering any alternative methods. 32. The cleaning of the stones in the front of the building should include the removal of the paint with a stripper before cleaning the stone underneath. RESPONSE: No, but only brick face underneath needs to be cleaned. END OF DOCUMENT -
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c6a94317b09c46118d27c2a4f4a40ac2/view)
 
Place of Performance
Address: Margaret Cochran Corbin VA Campus 423 East 23rd St, New York 10010
Zip Code: 10010
 
Record
SN07562997-F 20250824/250822230042 (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.