SOLICITATION NOTICE
Y -- Renovate 6B for Outpatient Mental Health Project 526-19-122
- Notice Date
- 10/20/2025 1:59:53 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
- 36C24226B0002
- Response Due
- 11/3/2025 11:00:00 AM
- Archive Date
- 02/10/2026
- 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 Set Aside
- Awardee
- null
- Description
- Page 4 of 4 THIS IS A PRE-SOLICITATION NOTICE ONLY Project No. 526-19-122; Renovate 6B for Outpatient Mental Health at the James J. Peters VA Medical Center, Bronx, New York. CONSTRUCTION SERVICES PROJECT SCOPE/ Statement of Work. The Contractor must furnish all labor, materials, tools and supervision to complete the following: The Department of Veterans Affairs is accepting proposals from qualified firms to provide Construction services for labor, material and supervision related to the Renovate 6B for Outpatient Mental Health Project located at the James J Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 in accordance with all NFPA, federal and local requirements. All work shall be completed in accordance with all published applicable local/state/federal/national codes, ordinances, and regulations, along with all related VA directives, design guides and manuals, specifications, and standards plus all VA requirements (federal or local) that are project specific to the documented scope of work on this site. The Contractor is required to visit site and meet with Contracting Officer s Representative (COR) prior to bidding. Project Tasks: Construction services should include but are not limited to asbestos abatement, demolition, concrete, metals, rough carpentry, water protection, doors, windows, finishes, specialties, equipment, fire protection, plumbing, heating ventilation and air conditioning, electrical, communications, and security in support of the Renovate 6B for Mental Health project at the James J Peters VA Medical Center. The Contractor must furnish all labor, materials, tools and supervision to complete a fully functioning suite. Drawings and specifications are provided under separate cover. The work should be completed in 400 calendar days Scope of Work Architectural: Demolition: Project renovation requires a total demolition of the interiors to include: · Removal of interior partitions and finishes. · Removal of existing M/E/P infrastructure/piping. · Removal of all floor finishes, including VCT, sheet vinyl ceramic tile and associated grout and/ or mastic where needed. Hazardous Materials Abatement: Contractor to investigate the need for hazardous material abatement and proceed with testing and abatement during the demolition phase. New work: Interior Partitions: · Existing interior partition system will be removed and replaced with new 4 metal stud walls with 5/8 gypsum board panels on both sides. Sound Attenuation: · Acoustical attenuation panels will be specified for walls of exam rooms and all office/consultation rooms. Fire Protection Existing sprinkler mains on the sixth floor will be demolished and redistributed/modified per the new reflected ceiling plan. Sprinkler protection shall be provided in all spaces including, but not limited to, elevator machine rooms, walk-in freezers and cold rooms, computer rooms, telephone switch rooms, radiology and MRI suites, loading docks, electrical rooms, plumbing or utility closets, audiometric booths, vaults, paint spray booths, dry type lint collectors, dust collectors, and generator rooms. Recover and dispose of R123 refrigerant according to EPA regulations from Trane cylinders on site (Waste Manifest should be provided every month). Sprinkler systems shall be hydraulically calculated by any design approach allowed by NFPA 13, except that the Special Design Approach shall not be used for Health Care facilities. A safety factor shall be included by calculating the demand to a point no greater than 10% below the available water supply curve. Or a ten percent safety factor shall be provided (subtract 10% from the available water supply curve) for each sprinkler demand including the required hose streams. Sprinklers to be installed in VA facilities are required to be Factory Mutual (FM) approved as quick response. At the present time, concealed sprinklers are not permitted to be used for new construction in VA facilities because there are none that have passed the FM test for quick response. Plumbing Demolition work shall consist of demolition of all plumbing fixtures and associated piping serving the existing spaces within the project area, and the installation of new plumbing fixtures and piping to serve the new rooms. All plumbing fixtures in the renovated wing shall tie into the existing domestic cold water, hot water, hot water recirculation, sanitary and vent systems. MEDICAL GAS: Medical gas work shall consist of demolition of all medical piping routed on 6th floor ceiling, cut and cap existing piping back to the main and leaving; no new services will be provided. All associated existing med gas panels and control valves shall be disconnected and removed in its entirety. WATER DISTRIBUTION SYSTEM: The existing CW, HW and HWR water risers and mains serving the sixth floor will be re-utilized. Domestic water piping serving demolished plumbing fixtures will be demolished back to the mains where it will be capped. New CW, HW and HWR water piping shall be connected at the 6th floor ceiling and routed at the 6th floor ceiling space and down to fixtures and connect to anti-ligature fixtures. Anti-ligature fixtures shall be provided with a control box located outside the toilets for nurse s access and shall be provided with lockable access panel. Anti-ligature fixtures shall be hands-free activation. HWR piping shall be routed down and connect as close to the fixture as possible. The new work will include new plumbing fixtures, piping, valves, and piping insulation necessary for a fully functional system. The system will be designed to serve all plumbing fixtures from overhead and provide the most efficient installation. All domestic water piping will be provided with ball type isolation valves at each fixture or group of fixtures. All new above-grade piping will be type K copper with wrought copper fittings and soldered joints. Mineral fiber insulation with vapor barrier will be provided on all above grade domestic water (hot and cold) supply. Piping supports for the new system will be provided in accordance with the IPC. Inspections, disinfection, and testing for the new domestic water system will be provided in accordance with the IPC. SANITARY/VENT DISTRIBUTION SYSTEM The existing sanitary piping serving demolished plumbing fixtures will be demolished back to the sanitary stack where it will be capped or prepared for new connection. All new sanitary piping will be cast iron pipe with 4 -brand type heavy duty shielded couplings or copper DWV tube with wrought copper fittings and soldered joints. The existing vent piping serving demolished plumbing fixtures will be demolished back as shown on plumbing drawings; existing vent piping and vent thru roof piping will be re-utilized for new plumbing fixtures. Existing sanitary and vent piping serving fixtures from the 5th floor and 7th floor shall be re-connected and ensure existing fixtures are in proper working order. Remove and replace existing floor drain in mechanical room and replace with new. Provide new floor drain in the mechanical room to serve new humidifier and RO system. Existing sanitary and domestic water piping routed above the new TR shall be provided with a drain pan to be drained to the new floor drain/mop basin. Water detection alarm shall be installed on the drain pan and connected to the BMS. Mechanical Demolition: All supply, return and exhaust ductwork that is associated with AHU-26 that servs the area of renovation will be demolished and removed along with associated dual duct mixing boxes. For the area of the project that is served from AHU-34, the branch ductwork that serves the remodeled spaces will be removed and capped at the mains, but AHU-34 will remain intact. AH-26 and all associated ductwork, piping and controls will be demolished and replaced with new. The piping, once removed, will be capped back that the mains. The return fan and exhaust fan for the 6B wing and their associated wall mounted VFD s will also be removed. New Work: AHU-26 should be York, that provides ventilation for the 6B wing, will be removed and replaced with a new Variable Air Volume (VAV) air handling unit with steam pre-heat coil, chilled water-cooling and humidification coil. New VAV boxes with hot water reheat coils and DDC compatible thermostats will be provided for each space to provide the code required cooling, ventilation and heating. The perimeter spaces will be provided with hot water baseboard heat. These baseboard heating devices will provide heat for the spaces as needed during times when the air handling unit may not be running. The required heating hot water for the VAV boxes and the baseboard heating elements will be provided from a steam-to-water heat exchanger, located in the mechanical room, utilizing the buildings medium pressure (60 psi) steam. Two heat exchangers will be installed. Each heat exchanger will be sized for the required building heating load. Thus, providing an N+1 redundancy. Additionally, two new bases mounted hot water pumps will also be provided to circulate the hot water throughout the floor. One pump will be used as a standby also providing the N+1 redundancy. Because the building steam isn t considered to be clean enough for humidification, a new steam-to steam humidifier will be installed. This humidifier will take the medium pressure steam from the building, reduce the pressure down to 15 psi and then create clean steam that is suitable to route to the humidifier section in the air handling unit. A new direct drive exhaust fan and VFD will be provided to exhaust all the bathrooms, HAC rooms and any other spaces that require exhaust. A new inline return fan with VFD will be interlocked with the air handling unit to return air back or relieve it to the outdoors. Electrical Demolition: · All the cables and conduit to existing receptacles in existing 6B Outpatient Mental Health wing will be demolished to various source panels located in electrical closet #6B-26A. All existing receptacles will be demolished. · All the cables and conduit to existing luminaires in existing 6B Outpatient Mental Health wing will be demolished to source panels located in electrical closet #6B-26A. All existing luminaires and exit lights will be demolished. · All the cables and conduit to existing voice/data cables will be demolished to existing telecommunication/data room #6B-26. All existing data/voice outlets will be demolished. Existing cable tray will be demolished. · All the existing wireless access point devices will remain in place and protected from debris during construction. Same devices will be re-used and place within 2ft of original location. · All the existing fire alarm devices (including strobes, pull stations, and smoke detectors) will be removed and demolished. New Work: Receptacles: · Each Exam room location will be provided with a minimum four (4) receptacles. All receptacles will be hospital grade. · Each workstation will be provided with duplex type receptacle and will be supplied from normal branch. · Red color duplex receptacles will be provided from critical branch panel for nurse s workstation in the nurse s station. · Convenience outlets will be provided in common spaces for general purpose. They will be connected to normal power. · One (1) duplex receptacle in corridors, 25 -0 on center will be provided for cleaning purposes with dedicated circuits. · Equipment such as refrigerators and freezers will be connected to dedicated circuits. · Receptacles in common offices, general support rooms, etc., (depending on room layout) will be provided with a minimum of four (4) outlets with one (1) outlet on each wall. · Dedicated outlets will be provided to serve miscellaneous office equipment like copiers, fax machines and printers. · Ground fault protection will be provided for outlets within 6 -0 of a sink edge and other wet locations. Electrical outlets will be individually ground fault (GFCI) protected. No GFCI circuit breakers will be used for circuit protection. · General purpose receptacles will be connected to 20-amp branch circuits. (Maximum 6 duplex receptacles per circuit and maximum 4 quadraplex receptacles per circuit). · Duplex and quadraplex receptacles will be hospital grade, grounding type NEMA 5-20R. · For common area such as nurse stations and waiting area will be provided with Legrand model TR8300HUSB hospital grade or equal dual USB combo outlets. Receptacles labeling will be provided as per specification i.e. emergency circuit will be labeled Engraved with red letter, and normal circuit will be labeled with black letters on clear background. Exam rooms and patient toilet rooms will be equipped with tamper resistant receptacles. Lighting: Lighting system will be designed to comply with the ANSI/ASHRAE/IESNA 90.1. All the light fixtures will be energy saving LED type with dimmable driver where applicable. Space specific lighting level will be provided as per the Lighting Design Manual (LDM) and The Illuminating Engineering Society of North America (IESNA). · Lighting fixtures will be selected for each specific area based on the task to be performed. · Lighting power will be fed from existing area sub panels. · A night lighting system will be provided. Approximately 10% of lights in general lighting system will be on continuously on as night lights. Emergency Lighting System: · AC powered LED type exit marker signs will be provided throughout facility to identify pathways to and doors of egress. Exit signs will be anti-ligature installation. Lighting Control: · To maximize energy efficiency, dual technology occupancy sensor or vacancy sensor and dimming controls will be provided for private offices, administration areas and storage rooms. Corridor lighting will be time clock controlled with local override switches throughout the corridors. Hours of operation will be coordinated with VA for lighting controls programming. Voice / Data / Video Cabling: · Electrical contractor will install complete raceway/back box system and cable tray system for the telecommunications / Data systems. · Voice Jack: CAT 6A type cable will be provided for voice port with corresponding jack color at user end. The facility utilizes traditional analog PBX system. Voice jack connections will be terminated to new TR Room to allow for future VoIP upgrade. From the new TR ROOM voice cabling will be extended on to existing S66 punch blocks located in telecommunication room #6B-26. Cables on S66 punch down block(s) will follow labeling method currently used on that block. Voice cable labeling will be consistent at both ends. ·Data Jack: CAT 6A type cable will be provided for data port with corresponding jack color at the user ends. Data jack connection will be terminated to new 48 port patch panels located in TR Room 6B-52. Cables on patch panel and at corresponding data jack will be labeled in this manner. CLOSET# - PATCH PANEL PORT # - JACK# . · Standard Data/voice drop consists of one phone and three data jacks. For ease of tracing, cable jacket colors must be blue for the data jacks, white for voice jacks. · Minimum of 3 data/voice outlets will be provided in each office room. Fire Alarm System: · All new fire alarm devices will be connected to existing fire alarm control panel. · Fire Alarm Control Panel and annunciator will be configured as required. · Fire alarm notification appliance devices will be protected by a clear polycarbonate guard and fire alarm smoke detectors will be protected by a heavy-duty metallic enclosure with remote keyed testing switches in patient / publicly accessible areas. · A duct smoke detector with a remote test switch will be provided to the supply side of the new air handling unit. · A fire alarm pull station will be provided at the nurse s station. Patient Education and Entertainment System: · Patient Education and Entertainment system will be provided for waiting rooms, TV signal cable type will be coaxing type. Coax outlets, wall brackets, TVs and power outlets will be by GC. · Coax cables from all the TVs in the project area will be routed to Electrical # 6B-26A to existing connection enclosure. · Final connections to each TV and connection are by contractor. WAP Devices: New Ethernet network cable will be pulled for guest Wi-Fi access points back to the new TR Room. Final connection at switch end and to WAP devices is by contractor. Basic Electrical Material and Methods: The following guidelines for the electrical equipment and materials selection will be used: · Conductors will be copper with 600V, type THHN/THWN insulation. · Conductors No.12 and smaller will be solid copper. Conductors No. 10 and larger will be stranded. · Branch circuits supplying, personal computers, dimmable lighting and other harmonic generating equipment will be provided with individual neutral. · All materials will be new; VA approved and complies with local code requirements. · Only UL listed materials, equipment and devices will be specified. · Conductor ampacities will be based on 75° C ratings. · Minimum wire size will be #10 AWG for branch circuits. · Power wiring will be sized to limit voltage drop in branch circuits to 3% at farthest outlet. Total voltage drop for feeders and branch circuits will be limited to 5% overall. Raceways: · 600V and auxiliary systems wiring will be installed in conduit or raceway. Minimum conduit size for 600V and auxiliary systems wiring will be ¾ (minimum) inside diameter. Open wiring is prohibited. · Electrical Metallic Tubing (EMT) with compression type coupling/connector fittings will be utilized for the interior work in all finished spaces. Conduit will be installed concealed behind the dry wall and above suspended ceilings, except electrical room, telecommunication room, and mechanical rooms. · Rigid Metal Conduit (RMC) with threaded fittings will be provided for exposed interior locations. In general, RMC will be galvanized steel. · Galvanized rigid steel conduit will be used for all conduits larger than 3 . · Conduit fill will be 40% or less as required by code. · All raceways will be independently supported from building structure. All raceways shall contain an equipment grounding conductor. · Recessed outlet and device boxes will be steel. Surface mounted boxes will be galvanized steel. · Flexible Metallic Conduit (FMC) will be provided for lighting fixture connections, at motor connections, transformer, and at equipment connections subject to vibration. · Conduit penetration through wall and floor will be sealed. · Conduit requirements for fire alarm, telephone, data transmission, and other auxiliary systems will be like that for 600V wiring. Conduit in office or other finished areas will be stubbed into space above suspended ceilings. · Color coding on all power, lighting, life safety, and other low voltage conduits will be provided as follows: · Fire Alarm conduit Red · Emergency lighting conduit Yellow · Normal lighting conduit Green · Normal power conduit White · HVAC control conduit Blue Electrical Distribution System: · Electrical distribution system will consist of existing and new normal and emergency panelboards located in electrical closer 6B-26A. · All the new outlets and new lighting power requirement will be connected to existing and new area panels located in electrical closet 6B-26A. · All the red outlets on critical power will be connected to new emergency panel located in electrical closet 6B-26A. · Life safety power requirement will connect to existing emergency panel located in electrical closet 6B-26A. · Panel L6B and the bus plug feeding it will be replaced for a non-fused disconnect bus plug and new panelboard with a main circuit breaker to facilitate circuit breaker coordination. · A short-circuit and selective coordination study and arc flash calculations and analysis will be performed by contractor for new distribution equipment. Grounding: · Equipment grounding conductors will be specified in all power conduits including feeders, branch circuits and switch legs. · Each receptacle will be grounded by means of an insulated copper conductor. General Notes: - All transformers windings shall be copper and manufactured by Power smith. ATSs, panels, circuit breakers, receptacles and disconnect switches manufactured by square D and all network cabling shall be CAT6A. -All Electrical/Mechanical piping should be labeled as directed by the COR. All circuit breakers, receptacles, switches, wiring and any equipment should be labeled as well (printed labeling only is allowed). -All Receptacles should be hospital grade, tamper resistant. ELECTRONIC SECURITY SYSTEMS (ESS) PSRDM: The contractor shall furnish and install new Motorola Avigilon cameras as per drawings. Installation shall include providing and installing CAT6A cabling from each camera to a PoE network switch to the nearest telecom room equipped with a minimum of two (2) fiber ports and sixteen (16) copper PoE+ ports. The contractor should also provide SFPs (MM LC modules), fiber LC aqua connectors, fiber cabinet port rack mounts, and OM3 50-micron fiber optic cables. All required components shall be furnished and installed to provide a complete and operational system. The system shall be routed and fully integrated into the facility s existing Avigilon platform, with fiber connections routed to the Network Video Recorder (NVR) located in the Police Station on the first floor of Building 100. The contractor shall supply and configure all necessary software, programming, and system adjustments to ensure a full operational system and seamless integration into the existing Avigilon system. Provide a new Network Video Recorder (NVR) in the Security Equipment Room of the existing facility. The new NVR shall be connected to the existing security system network. NVR shall have 90-day recording capacity. The SSTV shall be monitored/controlled by the centralized SCC in Building 16. Ensure the NVR is connected to the main security control center. All wiring should be in conduits as per NEC and VA design guides. All new IP cameras will be cabled back to this NVR via a POE managed switch that will be provided by the contractor. SSTV shall be able to be fully integrated with the PACS. Cameras should be Avigilon; SSTV system should be Avigilon control center 7 software to be compatible with our system. PACS should be HID. Equipment provided as part of this project will be compatible with the VA Security Project.� The VA Security Project will utilize C-Cure 9000 for the PACS software which will require iSTAR Access Controllers. GENERAL REQUIREMENTS: Schedule work to minimize interference with the facility s normal operations. Normal operating hours are from 8:00am to 4:30pm Monday thru Friday except federal holidays. Any work during other hours unless otherwise instructed or permitted shall be scheduled and approved with the Contracting Officers Representative. All disposals shall be done in accordance with federal, state, and local laws and regulations. All bulk waste shall be disposed of in contractor provided dumpsters. All proper infection control and life safety measures will be abided and coordinated with Infection Control and Safety Officer. Bidders are required to carefully examine the Scope of Work and Contract Documents in their entirety. A minimum of one (1) on-site examination of the facility, conditions, existing components, and work areas by prospective Bidders and their subcontractor(s) is required prior to bid submittal. Bidders are responsible for the total content of their submittals, including all assumptions, attachments, addendums, and technical requirements incorporated by reference. For these reasons, on-site examinations are required. Bidders are encouraged to evaluate and field measure, as necessary, to formulate and submit accurate and complete bids. Errors or omissions, not due to unforeseen site conditions, are the responsibility of the Bidder. Proper due diligence is paramount. Prior to any equipment and/or materials being delivered to the site to be stored, staged, utilized, or installed as a part of the project, the Contractor shall have submitted to the Contracting Officer s Representative a formal project plan (using Microsoft Project or other commercially available software product designed for this purpose) indicating phasing and or sequence of operation which helps identify and coordinate the overall effort. This plan requires the review and prior written approval of the COR. The Contracting Officer has the right to reject defective workmanship, materials, and/or work not performed in compliance with applicable VA requirements, project drawings, and project specifications. Only the Contracting Officer or his/her representative may accept work performed by the contractor. Project Completion Time: 480 Calendar Days. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government after award of the contract, be responsible for all damages to persons or property. The Contractor shall take proper safety precautions to protect the worksite, the workers, the public and the property of others. Contractor shall also be responsible for all materials delivered and work per-formed until completion and acceptance of the entire work. PROJECT MANAGEMENT: Contractor shall assign a full-time site superintendent for the duration of the project in its entirety. The site superintendent and Project Manager must have a minimum of 5 years of experience directly related to the MEP systems. The Project Manager shall have the necessary training, knowledge, and experience required to help ensure the timely and successful completion of the project and all related duties. The Contractor will submit qualifications of their Project Manager to the Contracting Officer s Representative within 10-days of contract award. The Project Manager shall be the on-site representative of the Contractor and shall oversee all aspects of day-to-day project operations and shall serve as the Contractor s primary point of contact, including the ability to meet with the Contracting Officer, at the Government s convenience, for meetings to discuss project status and/or contractual issues as necessary. AUTODESK CONSTRUCTION CLOUD (ACC) ACCESS REQUIREMENT Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR). at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts.� There is no user, license, or subscription fee to the contractor for using this cloud-based platform. Contractor shall complete the following tasks upon award of contract: Request access to ACC platform and Productivity NOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through Productivity NOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days. Access to Productivity NOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount be provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who was granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor ability to maintain required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. ADMINISTRATION: Accident Reporting: In the event an accident occurs of Government personnel or property, the Contractor shall provide a report to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. d. Federal Holidays: Federal law (5 U.S.C.6103) establishes the public holidays. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). Federal holidays include New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, June tenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, and Christmas. e. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted through the Tungsten Network. A properly prepared invoice will resemble the contract line items reflected in the Price/Cost Schedule and contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Dates service performed. Location of service performed. Total amount due Testing and Acceptance All equipment shall be tested prior to the Government s final acceptance. All testing reports and specification documents must be provided to the Contracting Officer Representative, if applicable. Additional Work Should additional work be required, which is beyond the scope of this request for proposal but is related to the overall contract, the vendor will be requested to submit a written proposal and upon approval, a purchase order will be issued to authorize the work. WARRANTY The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The contractor further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at their own cost. INSPECTION A final inspection for quality assura...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c8f8f2935354438fb392724e4aeefc4e/view)
- Place of Performance
- Address: James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468, USA
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN07622834-F 20251022/251020230036 (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 |