Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2013 FBO #4095
DOCUMENT

Z -- PINE LODGE PAINTING - BATAVIA VAMC - Attachment

Notice Date
2/7/2013
 
Notice Type
Attachment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 106C, BLDG 2, 222 RICHMOND AVENUE;BATAVIA, NY 14020
 
ZIP Code
14020
 
Solicitation Number
VA52813Q0157
 
Response Due
3/8/2013
 
Archive Date
5/7/2013
 
Point of Contact
SABRINA.BRINKMAN@VA.GOV
 
E-Mail Address
CONTRACTING OFFICER
(SABRINA.BRINKMAN@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PROJECT DESCRIPTION: Contractor shall completely prepare the project site; furnish labor, equipment, material and supervision to paint building 1 3rd floor Pine Lodge for the VA WNY Health Care System at Batavia - as required by specifications and all applicable VA, local, state, and federal codes, rules, regulations, and practices. The CONTRACTOR shall supply all supervision, labor, material, equipment, tools, and incidentals; necessary to complete all the preparation and painting of PINE LODGE wall, doors/windows trim and hard ceilings. Contractor must ensure the security and safety of the lodge residents. Pine Lodge is home to patients with memory and elopement issues and is equipped with an anti- elopement features. All work will take place Monday-Friday, 7:30AM-4:00PM, except work that will adversely affect Hospital operations. Requests to conduct work outside of these hours must be submitted in writing at least fourteen (14) days in advance of the anticipated work to the COTR. If the alternate work schedule is agreed upon, work can proceed. All mobilization and demobilizations services such as setting up a work facility including, but not limited to: a shop, storage area, office, sanitary facilities, services, etc. as required by local and/or state laws and regulations. The mobilization work associated with the facilities mentioned shall be done in a safe and workmanlike manner and shall conform to all pertinent state and local laws and regulations. The ward is home to the patients and is occupied 24/7 therefore the work will need to be phased. Contractor will provide a written work plan and schedule that defines all tasks to be completed with durations. No work shall commence until the documents are approved. Advance notice will be provided for mobilization so the VA can notify personnel in the affected ward of the impending work. In no instance will this advance notice be less than seven (7) days. The contractor is responsible to mitigate adverse disruptions to patient care and security of the lodge residents. At a minimum the project will be phased to address the following 1.No more than two (2) patients room can be affected at any time 2.Corridors shall be divided into three (3) sections and cannot be closed. All work will be performed, using properly trained journeyman, using tools and equipment specific to the task and in a manner that is considered acceptable industry wide. At any time the COTR may deem any tool, technician, or method unacceptable based on this authority of inspection/acceptance of services. Job Conditions: a.Safety, observe all VA, OSHA and federal safety regulations and manufacture's warning and instructions for storage, handling and application of painting materials. b.Take necessary precautions to protect personnel and property from hazards due to falls, injuries, toxic fumes, fire explosion, or other harm. c.File for, obtain, and adhere to all permits and recommendations made by the VA Infection Control Department and safety department. The VA agrees to provide the contractor access to all areas and to supply suitable electric power (if necessary) to complete the task. In the event that it becomes difficult for the contractor to complete his work because of patient care related activities or security issues, the contractor will not be obligated to complete work in the area of concern at the time of his scheduled visit. He will be obligated to complete the work as soon as it is possible. The final authority relative to this decision will be the facility Engineering Manager. Unless fully absolved by the VA, contractor is responsible for completing all work. B.The CONTRACTOR shall perform all work in strict accordance with all applicable federal, and state rules, regulations, guidelines, and the contract documents. The CONTRACTOR is responsible for an accurate field verification of all work to be performed prior to bidding. ITEM II WARD PREPARATION AND PAINTING Contractor shall provide all labor, supervision, material and equipment to prepare and paint all walls, door/window trim and any hard ceilings within BUILDING 1 3RD FLOOR Pine Lodge area. VA will provide primer and paint for all painted surfaces. The contractor will be responsible for determining quantity for submittal to the VA for approval and delivery. Contractor must field verify extent of the work needed to accomplish all work needed to accomplish the intent of the contract. Lead paint is present in Pine Lodge at the following location; "Room 345 mechanical room metal ladder leading to roof access hatch A. Contractor must submit a written site specific lead compliance program that complies to the requirements of the Occupational Safety and Health Administration (OSHA) regulation on lead, 29 CFR 1925.62 (e)(2)(ii). In addition, contractor must detail how the work area will be contained during work and cleaned prior to use to ensure Veteran patients, visitors and staff are not exposured to lead contamination. B. Contractors must comply with 29 CFR 1926.62 (j) requirements for medical surveillance. C. Plan must address how discarded material will be stored and disposed. D. Contractor must show proof of training required in 29 CFR 1926.62(l). 1. Paint Preparation: a.Prepare surfaces to be painted per manufacturers specifications and generally as follows: i.Clean and remove dust, dirt, oil, waxes, grease, efflorescence, form release agents, laitance, and other deterrents to paint adhesion. ii.Scrape, clean and fill any surface holes and imperfections with drywall or other surface compatible setting compounds (gypsum compounds ect..) assuring for an acceptable matching level and texture of adjacent surfaces. iii.Surface shall be smooth, free of blemishes and feather into surrounding surfaces 2. Paint Application: a.At the start of surface painting, surfaces will be deemed satisfactory for the application of material. b.Unless otherwise specified, apply paint in three coats, prime (spot prime) body, and finish. c.Finish surfaces to show solid even color, free from runs, lumps, brush marks, laps, holidays, or other defects. 2.Upon 100% completion COTR shall inspect completed work. Any intentional or unintentional imperfections in quantity or quality of scope of work, as determined by the COTR, shall be repaired by the means and methods set forth by the COTR at the expense of the CONTRACTOR. This procurement has been set aside 100% to Service-Disabled Veteran Owned Small Business concerns. Offers from other than Service-Disabled Veteran Owned Small Business concerns will NOT be considered and shall be rejected. This solicitation will be awarded to the lowest responsible bidder. Solicitation packages will be available via FedBizOpps.gov on or about February 25, 2013. All questions concerning this project MUST be in writing and NO phone calls will be accepted. Please contact Sabrina Brinkman, Contracting Officer, RM 106C Bldg 2, 222 Richmond Avenue, Batavia, NY 14020. NAICS code is 238320 (Painting and Wall Covering Contractors). Size standard is $14.0 million. Project Cost Range is $25,000-$100,000. Bidders are encouraged to attend the Pre-Bid Meeting and walk through at the Batavia VA Medical Center, Bldg 1, Lobby Area. The date will be announced on the solicitation. NO OTHER WALK THROUGH WILL BE SCHEDULED. Please email Sabrina Brinkman at Sabrina.Brinkman@va.gov to confirm date and time of the scheduled walk through. Bidders should re-visit the website located at www.fedbizopps.gov periodically to look for updates. All requests for information are required to be submitted in writing to the Contracting Officer and shall be received prior to the bid opening by the date specified in the solicitation. NO hardcopies, NO telephone inquiries or questions, ONLY in writing, will be accepted no later than seven (7 days) prior to bid opening. Award is subject to availability of funds. Emailed bids are accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52813Q0157/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-13-Q-0157 VA528-13-Q-0157 FBO NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=611498&FileName=VA528-13-Q-0157-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=611498&FileName=VA528-13-Q-0157-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: BATAVIA VAMC;222 RICHMOND AVENUE;BATAVIA, NY
Zip Code: 14020
 
Record
SN02981428-W 20130209/130207234241-2922bfa40aaa99f0f655841952354a25 (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 |
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.