Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

Z -- Replace Windows Phase II

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Overton Brooks Department of Veterans Affairs Medical Center, Chief, A&MMS, (90C), 510 E. Stoner Avenue, Shreveport, Louisiana 71101
 
ZIP Code
71101
 
Solicitation Number
667-24-02
 
Response Due
6/4/2002
 
Archive Date
7/4/2002
 
Point of Contact
Point of Contact - Barbara Rider, Contracting Officer, (318) 429-5781, Contracting Officer - Barbara Rider, Contracting Officer, (318) 429-5781
 
E-Mail Address
Email your questions to Barbara Rider
(barbara.ride@med.va.gov)
 
Description
Solicitation number is 667-24-02 and is issued as a invitation for bid (IFB). This acquisition is full and open competition under the Small Business Competitiveness Demonstration Program. The North American Industry Classification System code is 233320 and the size standard is $28.5 million average annual gross revenues. Cost range of project is between $500,000 and $1,000,000. IFB will be posted o/a May 2, 2002 with bids due 30 days thereafter. Bid, performance and payment bonds will be required. STATEMENT OF WORK: Existing single pane windows at all remaining locations of building one shall be removed and replaced with new windows to match the newly installed windows on the south face of building one in accordance with contract specifications. Contractor shall verify all quantities, dimensions and conditions as they exist. Work consists of removal of existing window sashes (frames and sills are to remain unless otherwise specified) and installation of new window units, window sills, mini-blinds and trim to cover all of the existing frame, inside and outside with the following exceptions: a. All windows on 7W and 8W. The interior window sills on the north side shall be removed and replaced with Corean material or an equal material. Repairs shall be made to existing finishes if required. Contractor to verify conditions and sizes as they exist. Color to match existing window sills on the south side; b. Double hung windows that are permanently covered on the room side. Only the exterior of the new windows shall be installed. No work will be required on the interior side. Contractor to verify number and sizes; c. Existing windows having penetrations (exhaust fans, piping, etc.). These new windows shall be modified to ensure these functions remain operational. Contractor to verify number and sizes; d. All windows on the 9th and 10th floors. These windows currently have detention screens installed on the inside. These screens are to remain. Existing window units shall be removed and only the exterior of the new windows shall be installed. Contractor to verify number and sizes; e. Obscure glazing shall be installed on interior panes of toilet, bathroom and locker rooms. All new windows shall have 1? mini-blinds installed full width of window. Blinds shall be Levolor , 8 ga., Reveria with dustguard, color Pebble #364 with hinged box brackets side wall mounted or equal. Contractor shall verify all dimensions and quanities. Contractor shall submit shop drawings for each condition and type/size of window to be replaced for approval. Contractor shall be responsible for determining method of attachment and installation. Upon approval of shop drawings, contractor shall install one complete sample windows or one of each type for approval of installation procedures and methods. At the time of completion of the sample windows, perform air and water tightness test in accordance with ASTM standards life cycle test in accordance with AAMA standards and other test required by industry standards and provide result to the VA. Once approved all windows shall be installed in the manner approved. Contractor shall be responsible for removal of all existing window treatments and disposal of as directed by VA representative. In areas where ceiling system is below the top of the window (<5% of total areas), contractor shall modify the ceiling and make repairs as required. Any damages to room finishes shall be repaired to match existing. In areas where furniture is blocking windows, the contractor shall be responsible for moving and replacing furniture to allow for window replacement. The VA shall move small items such as file cabinets, credenzas and plants. It is strongly encouraged that all prospective bidders visit the job site prior to bidding by scheduling with Engineering Service in advance. All work shall be accomplished between the hours of 7:00am and 4:30pm, Monday thru Friday except for federal holidays. Exception: Some areas (such as surgery, x-ray and patient treatment areas) will be required to be retrofitted after normal work hours in order not to interfere with normal hospital operations. These areas shall be scheduled thru Engineering Service one week in advance. Phasing ? Prior to beginning work the contractor shall provide a phasing/schedule plan showing areas to be retrofitted and approximate dates. If it becomes necessary to vacate patient rooms, only one or two rooms will be vacated at a time. All work will be scheduled thru Engineering Service one week in advance. Upon request, Engineering Service will provide each prospective bidder elevation drawings, window schedules, floor plans and detail plans showing the installation of the original windows. These plans may be picked up at the time of the mandatory site visit or the VA will mail them to the bidders upon written request. Bid Alternates: Base Bid: All work associated with replacement of all remaining existing windows of building one in accordance with contract requirements. Deduct Alternate One: Delete requirement for furnishing and installing mini-blinds at all locations. Deduct Alternate Two: All work stated in base bid less work associated with installation of mini-blinds at all locations and replacement of windows on the 10th floor. Deduct Alternate Three: All work stated in the base bid less work associated with installation of mini-blinds at all locations and replacement of windows on the 10th and 9th floors. Deduct Alternate Four: All work stated in the base bid less work associated with installation of mini-blinds at all locations and replacement of windows on the 10th, 9th and 8th floors.
 
Web Link
IFB 667-24-02
(http://www.bos.oamm.va.gov/solicitation?number=667-24-02)
 
Record
SN00061311-W 20020419/020417213227 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.