MODIFICATION
Y -- 528A6-24-603 Replace CLC Doors
- Notice Date
- 11/6/2025 2:42:38 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
- 36C24226B0015
- Response Due
- 12/11/2025 9:30:00 AM
- Archive Date
- 02/09/2026
- Point of Contact
- Devan Bertch, Contract Specialist
- E-Mail Address
-
Devan.Bertch@va.gov
(Devan.Bertch@va.gov)
- Awardee
- null
- Description
- Replace CLC Doors 528A6-24-603 GENERAL PROJECT WORK SCOPE DESCRIPTION Existing Conditions: The Bath VAMC is located at 76 Veterans Avenue, Bath, NY 14810. The layout is a campus with more than 30 buildings located on over 200 acres. Normal working hours are Monday Friday 8:00am 4:30pm. Current automatic opening storefront doors within Building 78 and Building 76 are deteriorating and in need of replacement. The Scope of this project includes but is not limited to remove and replace noted interior doors within Building 78(CLC) and Building 76(Medical Center). Majority of the opening listed in the drawings are emergency egress doors. Contactor shall follow all requirements and procedures set by the site for the closure of any exit. This may restrict the number of closures at one time and include temporary signage and barriers. Some openings may require off-tour work to ensure continuous operations of the facility as directed by the COR. Contractor shall have 180 days from the Notice to Proceed to complete all work. Scope of Work: Demolition: Contractor is to provide all labor, material, equipment, supervision, to complete the removal of existing doors noted in the drawings. This is to include the disconnect, protection, and re-use of electrical components. Contractor is required to use caution in order to protect existing motor drive units/components and to be turned over to the VA. Contractor is required to dispose of all demolition at an approved location offsite. Construction: Contractor is to provide all labor, material, equipment, supervision, to install new automatic opening storefront doors as noted in the drawings. This is to include providing all labor and materials to provide and connect electrical power to the new doors and any access control devices Contractor is to coordinate with VA contracted Physical Security and Alarm Contractor (M3T). All work to be in compliance with contract drawings, and specifications. Safety Measures: Review and incorporate risk assessment and interim life safety plans and measures into safety and construction planning. Pre Construction Risk Analysis (PCRA) by VA Interim Life Safety Measures (ILSM) by VA Generate and follow a safety plan and incorporate risk and life safety assessments. Communication and Standards All contract direction, changes, financials, and contract performance are the responsibility of the VAMC Contracting Officer (CO). Contracting Officers Technical Representative (COR) is responsible for the day-to-day operations in project and the primary point of contact (POC) for the project. Communications to/from VAMC Technical communications, submittals, RFI s, change orders On site visits for construction and sub-contractors Construction coordination Project is required to use Autodesk Construction Cloud Build Platform (ACC) Bath VAMC will provide licensing, permissions, and online training for this cloud-based tool at no cost to the contractors. Contractors are required to actively use Build on ACC for project documentation and coordination. ACC is used for submittals, RFI s, project communications and documentation. No contract financial information on ACC. No personal identification information on ACC. Code requirements: The installed product must, at a minimum, be in accordance with all applicable codes including Veterans Affairs standards which can be found at https://www.cfm.va.gov/til/. This will include, but not be limited to: Department of Veterans Affairs Design Manuals, VA Publications, and Construction Standards, National Fire Protection Code (NFPA), Life Safety Code, Underwriters Laboratory (UL), International Building Code IBC, National Electric Code (NEC), the VA Information Security Handbook 6500.6, Occupational Health and Safety (OSHA), and Environmental Protection Agency (EPA) requirements (to include Mold Remediation in Schools and Commercial Buildings). All work will be completed by certified individuals. Contract Drawings: Please see attached. Specifications: Please see attached. General Requirements: The contractor shall review the contract documents for conflicts. Where conflicts exist work shall not proceed until the COR has been notified and has given direction. Where incidental work is required to accomplish work shown on the drawings, this work is implied and shall be included as part of the base bid. Prior to any work commencing in an area, the contractor shall notify the COR of his intention to work in the area and shall schedule a walkthrough with the COR to determine existing conditions. After the work, the existing work areas shall be returned to their original state before final approval shall be given. After the completion of construction, the contractor shall completely clean all surfaces of construction debris. The contractor shall receive all deliveries of materials, equipment, tools, or other goods off station, and bring them to the job site. The Bath VA shall not accept deliveries for project purposes. The contractor shall prepare and submit an excel spreadsheet submittal log listing all submittals required. The worksheet shall be submitted by the contractor and reviewed and re-submitted as necessary. The contractor shall not proceed with any on-site work until the completion of the submittal process or approval to proceed from the CO and COR without completion of the submittal process. Not less than 14 calendar days shall be planned for COR review of each submittal. Re-submittals shall be provided as required by the COR, and shall be treated as a new, separate submittal. Any non-lead time materials will only be paid for when installed. Any items identified as punch list items will be fixed prior to project closeout. Special care will be taken to secure tools and construction equipment during construction as this facility has patients in it. Work cleanliness must be adhered to throughout the project. Sounds and vibrations must be kept to a minimum to avoid patient disruption. The COR reserves the right to stop work if sound and vibrations are impacting patient living or employees. Contractor staging area is east of railroad tracks, coordinate with COR. Off tour work may be required to minimize the impact on Veterans and employees. The contractor shall warranty all work including for 1 year from the date of acceptance. Warranty shall include any labor or parts necessary to ensure complete functionality of the new area. The contractor shall plan accordingly to stage and store materials in the contractor s designated area shown. The contractor shall be responsible for coordinating any traffic interruption with the COR. The contractor is responsible for providing interior pedestrian traffic control as well as any exterior traffic control personnel as needed during the period of the performance. Submittals: Submittals are required for all items outlined in the specification and include but are not limited to the submittals as shown in the submittal log. Project Duration: The total project duration for this project is not to exceed 180 days from the date of the NTP issuance. This includes all processes starting with submission and approval of all submittals and ending with final punch list completion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0667e5111e684f7d8fdf778df320952a/view)
- Record
- SN07636632-F 20251108/251106230037 (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 |