SOURCES SOUGHT
Y -- Project 620A4-11-224; Expand/Renovate PT
- Notice Date
- 4/11/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24312B1173
- Response Due
- 5/29/2012
- Archive Date
- 7/28/2012
- Point of Contact
- Walter Hoffman
- E-Mail Address
-
ute
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- STATEMENT OF WORK CONSTRUCTION SERVICES FOR PROJECT 620A4-11-224 PT Room Modifications at Castle Point BACKGROUND: The Physical and Occupation Therapy Clinic provides services for veterans learning and environment training and opportunities to fulfill daily duties and activities. The service in building 15 H basement floor is expanding into adjacent space consolidated from the opposite side of the corridor creating a comprehensive suite. Project is to optimize suite layout in order to comply with fire code requirements, improve suite accessibility under the Americans with Disabilities Act (ADA), and layout office space to provide for proper patient monitoring and privacy. OBJECTIVES: 1. The objective of this project is to secure space for veteran activities and training opportunities. The renovated space is approximately 6,850 square feet and a mixture of the large equipment and activity room, support offices, and added storage for activity function materials. 2. The project phasing will be separated in a number of phases. Phase 1 the demolition, inclusive of walls, ceilings, fixtures, casework, and new rough-in work, new wall surface, room partition work and finish work i.e. walls, floors and ceilings, plumbing, and electrical utilities in the old pharmacy space in building 18D basement floor as a swing space facility. The follow up phase performed by the VA will be to relocate and install the equipment, furniture and furnishings with final utility connections. Phase 2 in building 15H basement will be the construction of separation barriers and then the demolition of corridor walls, partition and room walls, all ceilings, casework, and new rough-in work of perimeter wall surface, partition walls, trade work and electrical utilities, final finish surfaces, i.e. flooring, ceiling, and painting and new furnishings with final utility connections. 3. The physical security requirements for the services operations will be upgraded to the current criteria. SCOPE Base Bid (Item #1) - The contractor will furnish all materials, equipment, supervision, and personnel necessary to accomplish the job for the demolition, and renovation of an area in building 18D for renovation as the œPT / OT swing facility and building 15H for renovation as the œPT / OT Suite and comply with VA specifications and VA regulations, procedures and conditions for work at the medical center and any applicable codes as per requirements of all governing agencies. Work shall include selective demolition and modifications of existing walls, ceilings, plumbing, electrical, etc. debris disposal, and all new work: perimeter wall furring construction, sound deafen insulation, electrical, wall finishing, fire sprinkler and alarm work, and other related and ancillary work. Contractor will be responsible to coordinate and schedule work to minimize to short duration and shall be expected to plan work typically during duty hours of the hospital other than abatement activities and utility ties ins during off duty hours. Maintain all access to and egress from the buildings at all times for facility ™s fire protection requirements and to meet the requirements of regulatory codes, laws, etc. Deduct Alternate # 1 (Item # 2) - The Contractor shall deduct from the base bid those items of work identified on the plans as herein described: Deduct the construction full height construction barrier wall and door assemblies denoted for the temporary corridor to the IV room inclusive of associated work to accomplish the tasks... Deduct Alternate # 2 (Item # 3) - The Contractor shall deduct from the base bid those items of work included in Deduct Alternate # 1 and additionally the work identified on the plans as herein described: Deduct the selective demolition and the renovation scheduled for the IV room and adjoining anti / storage room. Deduct Alternate # 3 (Item # 4) - The Contractor shall deduct from the base bid those items of work included in Deduct Alternate # 1 and # 2 and additionally the work identified on the plans as herein described: Deduct the purchase and installation of furniture items scheduled in the drawing 15H-IF “ 1 and 18-IF-1. PERIOD OF PERFORMANCE: The period of performance for Base Bid (Item 1) construction will be 380 calendar days from Notice To Proceed (NTP) for the initial 30 calendar days critical project submittals will be submitted after VA review (up to 30 calendar days) site work shall commence. The period of performance for VA relocation of PT/OT facility to swing space of 30 calendar days will be during actual construction of the project. The period of performance for Deduct Alternate # 1 (Item 2) construction will be 350 calendar days from Notice To Proceed (NTP) The period of performance for Deduct Alternate # 2 (Item 3) construction will be 340 calendar days from Notice To Proceed (NTP) The period of performance for Deduct Alternate # 3 (Item 4) construction will be 320 calendar days from Notice To Proceed (NTP) The project is planned for FY 2012. PLACE OF PERFORMANCE Work will be in building 15H and 18D on the Castle Point campus of HVHCS. GOVERNMENT FURNISHED INFORMATION Contractor will be furnished with Contract Documents inclusive of technical specifications and working drawings. The government owned equipment, furnishings, etc. will be relocated by VA staff. GOVERNMENT FURNISHED EQUIPMENT Contractor will dismantle, relocating and re-install the existing Ceiling Mounted Patient Lift Systems for the transfer of physically challenged patients where indicated on the contract drawings. SECURITY Contractor and subcontractor employees will be required to secure facility ID badges from VA Police department at Montrose. SAFETY CODES/CERTIFICATION.LICENSING The contractor is required to conform to all safety codes as identified in the contract documents. All construction personnel on site are required to obtain an Occupational Safety and Health Administration (OSHA) 10 hour construction certification, and the site competent person for the contractor must obtain an OSHA 30 hour construction certification. TRAVEL Contractor and/ or subcontractor(s) will travel from his place of business to Castle Point campus of HVHCS. REQUIREMENTS UNIQUE TO SOLICITATION Contractor shall meet, review and comply to the Hazardous Evaluation Form (SOP 138-022) Section A and C and other SOP(s) of the facility The project is rated a Categorical Exclusion under NEPA. The C&A requirements do not apply, and that a Security Accreditation Package is not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312B1173/listing.html)
- Place of Performance
- Address: VA Hudson Valley Health Care System;100 Route 9D;Castle Point, NY 12511
- Zip Code: 12511
- Zip Code: 12511
- Record
- SN02719253-W 20120413/120411234921-8a3cd1d848a056122ce8002889acc323 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |