DOCUMENT
J -- Fire Damper and Fire Stop Hole Repair - Attachment
- Notice Date
- 8/5/2016
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 1 (NE);VAMC Manchester;718 Smyth Road, BST Suite 105;Manchester NH 03104
- ZIP Code
- 03104
- Solicitation Number
- VA24116Q0669
- Response Due
- 9/5/2016
- Archive Date
- 12/4/2016
- Point of Contact
- Stephen Clements
- E-Mail Address
-
4-4366x5860<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- May 17, 2016 Revised STATEMENT OF WORK FIRE DAMPER AND LARGE HOLE FIRESTOPPING 1.0 GENERAL: Provide professional services to include all management, labor, transportation, materials, apparatus, tools, equipment and permits necessary to repair fire dampers and firestop fire and smoke barriers. Requirements are: "Firestopping 50 known large penetrations and joints in floors and walls; "Repairing/installing7fire dampers "Installing 5 ceiling access panels. Work is in Building 1 at the Providence VA Medical Center (VAMC), 830 Chalkstone Ave., Providence, RI 02908. The contractor must have the qualifications as specified in paragraph 1.5 of the attached VA specification section 07 84 00: Firestopping (Attachment F). Contractor shall also be certified for duct cleaning by NADCA (National Air Duct Cleaners Association or equal organization, subject to approval by the Contracting Officers Representative (COR). Contractor shall provide hospital work references for equal or similar work and demonstrate 5 or more years experience repairing fire dampers. The Contractor shall provide proof of all certifications at contract start and shall ensure these certifications remain current during the life of the contract. All services for this contract shall comply with Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), NFPA 80, NFPA 101, Joint Commission (JC), and VA Regulations. The government shall provide utilities to include power, water, and sanitary sewer. Providence VAMC does not have in the budget costs for travel, per diem, or lodging. Therefore those bidding who are beyond 2-3 hours commute to Providence should take into account the severe cost risks associated with travel. Specific tasks described in more detail below include: VA Project Manager, Mitch Henderson, Safety manager, Telephone 401-459-4760 ext. 6787. 2.0PROJECT SCOPE OF WORK 2.1 After award, but prior to the start of any field work, the contractor shall contact the VA Project Manager to review proposed methods and plans for completion of work and to review infection control procedures, interim life safety procedures, above ceiling and wall penetration permits, hot work permits and the contractor's site-specific safety plan. Field work shall not commence until these plans have been submitted, accepted and/or approved as detailed below. 2.2 LARGE HOLE FIRESTOPPING REPAIRS Inspect 50 deficiencies shown in Attachment H then install needed UL, FM, or WH fire-stopping materials as per ASTM-814 specifications, VA specifications section 078400 (attachment F), and Providence VAMC Policy memorandum 138-11 (Fire Wall/Smoke Barrier Penetration Permits (attachment C). VA specification 078400, section 3.2 contains a detailed list of types of penetrations requiring firestop systems. Because of the complexities of older facilities, engineering judgments may be utilized for sealing penetrations that have unique configurations. All engineering judgments shall be submitted in writing to the VA project manager for approval prior to installation. The contractor shall provide the best possible solution for the VA project manager while maintaining life safety as the principal goal. 2.2.1 Penetrations may be completely open, have steel, copper, cast iron, galvanized pipes, PVC pipe or sleeve going through them. Some penetrations may have a foam sealant, mineral wool or inappropriate materials in place that shall be removed by the Contractor prior to installation of an acceptable UL firestop system. Smoke walls are to be sealed on one side only. 2.2.2 The Contract base cost does not include the removal/replacement of obstructions such as piping, electrical conduit and ductwork unless they are no longer used. If obstructions are encountered, the contractor shall provide solution recommendations to the VA project manager and complete the approved alternative approach. 2.2.3 A detailed report documenting repaired and outstanding deficiencies shall be furnished within two weeks of inspections and repairs. It is expected that all penetrations will be addressed even if a complete repair cannot be made due to accessibility or other reason. Any outstanding deficiencies shall be enumerated and a fully description provided of the approach taken to eliminate the deficiency, problems encountered, and the size and risks associated with the remaining smaller penetration. Location of any outstanding deficiencies shall be documented on drawings and with photos. The following information shall be documented for all 35 penetrations: location; description; UL System #; barrier construction; rating; products used (provide MSDS document) and before and after digital pictures. 2.2.4 A consistent firestopping system shall be used. The system used shall be labeled on-site and the labeling method shall be submitted to and approved by the VA. As a minimum, labels shall be preprinted and shall show the name of the system being used, the date installed and the name of the installer. Firestop system drawings shall be included in the documentation for each type of system used. 2.2.5 The Contractor shall coordinate prioritization of work to be performed with the COR during start-up. 2.3 DAMPER REPAIRS This effort includes repairing 7 fire dampers and installing 5 access panels then inspecting and testing these components to ensure they meet NFPA 80 specifications and are fully operational. Pictures of the 7 damper and 5 access panels are included in Attachment I. Drawings showing all fire and smoke wall locations will be provided as well. 2.3.1GENERAL PROCEDURES a.Access each damper via existing access panels or new panels cut into existing ductwork and make required repairs. b.If the damper has a fusible link, the link shall be removed for testing to ensure full closure and lock-in-place if so equipped. c.The operational test of the damper shall verify that there is no damper interference due to rusted, bent, misaligned or damaged frame or blades, or defective hinges or parts. d.The damper frame shall be cleared of any material / foreign objects that would affect the damper operation. e.Contractor shall clean the area around the damper, the blades, hinges, frame and track. f.The fusible link (if applicable) needs to be reinstalled after the completion of testing. g.Contractor shall replace all damaged or painted fusible links. Links shall be replaced with a link of the same size, temperature and load rating. h.Close all access openings or install new access panels as a necessary. Old and new access panels shall have seals to prevent air leakage, replace existing seals as necessary. New access panels shall incorporate a sealed plate of the same metal as the existing ductwork. i.Supply duct work shall be reinsulated if insulation is damaged while accessing fire dampers. j.All requirements of NFPA 80 and 105 shall be met. k.The COR shall be notified upon completion of each damper servicing for inspection purposes. 3.0 SUBMITTALS Prior to commencing any work, the Contractor shall submit to and receive approval of the VAMC Providence, RI "Literature from the proposed Firestop manufacturer and potential system to be used (UL, FM, or WH system) including documentation that Firestop Systems used meet the ASTM E 814 requirements. "Documentation that demonstrates Firestopping Installer qualifications, training and experience as specified in section 07 84 00 (Attachment F) and Fire damper qualifications, training, and experience as specified in NFPA 80. "Certifications of 10 or 30 hour OSHA training for all employees "Material Safety Data Sheets (MSDS) for firestopping materials proposed "Proposed method of labeling firestop openings. "Sample inspection firestopping and door inspection reports with pictures. Upon completion of construction work and before submitting invoice for final payment, provide to the VAMC Providence, RI the following: "Documentation in approved format of each firestopping and fire damper/access panel repaired including digital pictures. "Warranties 4.0CODE REQUIREMENTS All services for this contract shall comply with Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), NFPA 80, Chapter 19, Section 19.4, NFPA 101, NFPA 105, and Joint Commission (JC), and VA Regulations. 5.0WARRANTIES The Contractor shall warrant the all dampers and firestopping for a period of 3 years. 6.0SIZE STANDARD/NAICS CODE The NAICS codes are 238310 and 332322; size standard of $14.0 million gross annual revenue. This acquisition is set aside for Service-connected Disabled Veteran Owned Small Businesses. Information on size standards is at http://www.sba.gov/size 7.0 BIDDING REQUIREMENTS The Contractor shall bid to repair the 50 large hole and joint deficiencies and the fire/smoke damper and access panel deficiencies. The deficiencies shown in Attachment H break down as follows: Size (square feet)Number of deficiencies 1-1.9920 2-3.995 4-5.997 6-7.994 8 or greater5 Joints 1/2'"9 totaling 290 Linear feet Access to these problems is described in Attachment H along with pictures. This includes the type of fire/smoke barrier or smoke partition involved. Attachment I shows fire/smoke damper and access panel issues. A pre-bid conference will be held for interested bidders to observe 4-6 of the most difficult firestopping deficiencies. A fixed price contract will be issued to repair the known fire/smoke damper and firestopping problems described in Attachments H and I. However, it is possible that a small number of additional holes will be found through inspection before this contract is awarded. Bidders are to include unit prices for such additional work to be accomplished concurrently with the repair of the 50 deficiencies by completing Attachment G. The on-site post award conference prior to commencement of work can be held concurrent with work starting if the bidder can submit all properly required documentation at the conference. 8.0 PROPOSED SCHEDULE: Work hours for this project are: 7:00 AM to 12:00 PM Monday through Friday Work shall commence upon receipt of a Notice to Proceed from the government and shall be completed within 45 calendar days after receipt of Notice to Proceed. 9.0 WORK LOCATION AND RESTRICTIONS: The work site location is at the Providence VA Medical Center in Providence, RI. The contract work is intended to be done at Building 1. All work shall be done between the hours of 7:00 AM and 12:00 midnight Monday through Friday, holidays excepted, unless other times are arranged in advance and approved in writing by the Project Manager. When the contractor's work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the Project Manager. Work stoppages for various reasons are possible. 10.0 PARKING: Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed on the portion of Air Force Drive that is north and east of parking lot number 10, and at the Davis Park location off Chalkstone Avenue. Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited. Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Parking passes will be issued by the VA Police. 11.0 STORAGE OF EQUIPMENT & MATERIALS: The contractor shall arrange with the Project Manager for allocation of required workspace and for the storage of equipment and material to be used for this project. Storage space is very limited. There are no exclusive areas within the campus that can be given to the contractor for their storage needs. Additionally, no space will be made available for the placement of a contractor trailer for this project. The Contractor should schedule delivery of materials to limit the amount of storage space and time. 12.0 DEBRIS REMOVAL The Contractor/Installer shall be required to remove waste materials and debris daily from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. 13.0 SITE UTILITIES: The Contractor/Installer should note this scope of work does not detail all existing structures, utilities, or components that may potentially interfere with the contract work required. The contractor shall note any obstruction, utility, or condition that may hinder or interfere with the execution of this contract and the contractor shall make provisions in their contract price to resolve such interferences and other conditions that may hinder the proper completion of the work. All proposed utility relocations, reallocations, and shutdowns shall be approved by the Project Manager prior to commencing such work. The contractor shall verify all existing utility installations and take appropriate action prior to working around any potential utility installation. In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 2 weeks in advance) and approved by the VA Project Manager. All utility shutdowns must be reviewed and approved by the VA. 14.0 INFECTION CONTROL: All work shall be performed in accordance with the Construction Specifications for Infection Control of the Providence VA Medical Center, which is attached (Attachment B). For purposes of this project, the work shall be considered Class I and shall be accomplished using the controls indicated in the specifications and on the Infection Control Construction Permit attached. No work will be allowed to proceed until an Infection Control Construction Permit has been completed and signed and all protective measures required by the permit are in place. 15.0 PROJECT SAFETY: Contractor shall comply with the Contractor Safety Manual of the Providence VAMC, dated January 2009 (Attachment A). The US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, is incorporated by reference and the contractor shall comply with the requirements of this manual. In the event of a conflict between the requirements of EM 385-1-1 and the Providence VAMC Contractor Safety Manual, the more stringent requirements shall apply. All employees of the general contractor and its subcontractors who perform any activity or serve any function on the project site shall have completed the 10-hour or 30-hour OSHA Construction Safety course and other relevant competency training. Contractor shall submit training records of all such employees for approval before the start of work. The contractor shall identify in writing to the government's Contracting Officer and Project Manager/Engineer a "Competent Person" as defined by 29 CFR 1926 (OSHA Construction Industry regulations). The designated competent person shall be on the project site whenever the general contractor or its subcontractors are present on the project site. All employees of the general contractor and its subcontractors are required to attend a 1-hour VA safety briefing before the employee commences any work activities on VA property. Obtain a Crane Permit when use of a crane is intended. Comply with requirements of Providence VA Medical Center Facilities Management Service SOP Policy Memo 138-16 at Attachment H. Contractor shall submit a site-specific Safety Plan that provide project-and site-specific activity hazard analyses and accident prevention plans. The Contractor's site-specific Safety plan shall be submitted to the VA for information purposes. The Safety Plan shall conform to the requirements of FAR 52.236-13 and shall include, as a minimum, provisions for the following: "Site access and control to restrict access by unauthorized persons and allow for separation of VA staff, patients and visitors from construction personnel. "Site security to restrict unauthorized entry by contractor personnel into areas of building 1 determined by the VA to be non-accessible; and to address the need for identification badges to be worn by construction personnel; key control; and loading/unloading of materials and wastes. "The contractor's substance abuse policy and training requirements "Contractor's plan for site safety and health inspections "Contractor's plan for safety and health training "Contractor's site-specific fall protection program "Contractor's site-specific electrical safety plan "Contractor's requirements for use of personal protective equipment (PPE). "Contractor's accident reporting and investigation program. The contractor shall submit a written incident report to the VA Project Manager within 24 hours after any accident, injury, occupational illness, or other safety-related incident occurs, regardless of how minor the nature of the incident. "Contractor's emergency action plan and fire prevention and protection plan, to include training of contractor personnel in the provisions of these plans. "Contractor's minimum safely training requirements for its personnel and the personnel of its sub-contractors. "Contractor's requirements for sub-contractor conformance to the site-specific Safety Plan "Identity of the Contractor's designated "Competent Person" as defined by 29 CFR 1926 (OSHA Construction Industry Regulations). The contractor shall provide a Competent Person who shall be on the project site whenever the general contractor or its subcontractors are present on the project site. "Contractor's protocol for inspections by regulatory agencies. 16.0 PENETRATIONS OF FIRE AND SMOKE BARRIERS: Prior to any installation of equipment, cables, power connections, conduit, piping or other work that penetrates a smoke or fire barrier, all such work must be approved by Facilities Management Service (FMS) of the VAMC Providence. A penetration permit must be secured from FMS prior to disturbing the integrity of the barrier. The permit must be available for inspection at the project location (Attachment C). After the work is completed, the penetration must be repaired (sealed) according to accepted practice and utilizing materials (including UL/FM-listed through penetration fire stopping materials) that meet the original barrier construction requirements in order to restore the designed specifications for smoke and fire compartmentalization. All penetrations and miscellaneous openings must be protected according to NFPA 101, Chapter 8. Upon completion of any penetration repair, a visual inspection for approval must be requested from, and completed by FMS. 17.0 INTERIM LIFE SAFETY PROTECTION MEASURES: Contractor shall participate with the VA in the preparation of an interim life safety measures and fire protection Plan (Attachment E) that will be implemented during construction of this project. At a minimum, contractor shall comply with the following requirements of an interim life safety measures and fire protection plan: "Ensure exits provide free and unobstructed egress for all building occupants. If required by contractor's operations, establish and mark alternate means of egress for all building occupants. "Contractor shall maintain escape facilities from the work area for construction workers at all times. Means of egress in construction areas will be inspected daily. "Ensure free and unobstructed access to all areas of the project site for emergency services and for emergency forces. "Ensure that means of egress and existing fire alarm, detection, and suppression systems are not impaired by contractor's operations. "When required, a fire watch shall be by a qualified person provided by the contractor who shall maintain constant observation of the affected area and have no other duties. The person providing the fire watch shall be trained in fire prevention and in the use of fire extinguishers, occupant hose lines, occupant fire protection system, in sounding the building fire alarm and in notifying the local fire department, and in understanding the particular fire safety situation for the project. "Provide written procedures and guidelines for construction personnel and post in the immediate areas of construction detailing what to do and who to call in the event of fire or emergency. "Maintain the construction area to minimize the potential for fire or safety hazards resulting from storage of construction material, construction waste and debris during construction operations. "All temporary construction shall be built of noncombustible/fire retardant materials and shall be smoke tight. "Ensure that all penetrations made in fire resistance assemblies of the existing hospital building, to include smoke barriers, fire separation assemblies, and fire walls, are properly fire stopped within 4 hours after making the penetration. 18.0 PREVENTION OF FALSE FIRE ALARMS Contractor shall comply with the requirements to prevent false fire alarms as provided in Attachment E. Contractor shall provide a fire watch when impairment of the fire alarm system exceeds 4 hours in a 24 hour period. Sprinkler systems will not be shut down except for portions of the sprinkler system under renovation, modification or construction, or for new connections to the sprinkler system. Sprinkler systems will not be shut down to avoid accidental discharge of the sprinkler system caused by unintentional damage to the sprinkler system from construction activity. Provide metal head guards at each sprinkler head within the limits of work. 19.0 MATERIAL & WORKMANSHIP QUALITY: All materials and workmanship shall comply with all codes, standards, and recommendations of all Authorities Having Jurisdiction (AHJ). All work shall be done in a first class manner according to the best trade practices and to the satisfaction of the Project Manager. 20.0 SECURITY: All contractor personnel shall obtain a short-term identification badge issued by the Project Manager. Such badge shall be worn by the individual and prominently displayed at all times while on VA property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the Project Manager a valid (non-expired) photo identification issued by a US federal, state or local government agency. All contractor personnel are subject to inspection of personal effects when entering or leaving the project site. 21.0 ATTACHMENTS: A - Contractor Safety Manual of the Providence VAMC, dated January 2009. B - Infection Control C - Fire Stopping Policy D - Interim Life Safety Measure Procedure E - Fire alarm policy F -Specification 07 84 00: Firestopping G- Pricing Schedule H- EOC Solutions Large Hole Deficiency Report April 2016 I-EOC Solutions E-Wing Fire Damper/Smoke Damper Failed Report of Jan 2015
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24116Q0669/listing.html)
- Document(s)
- Attachment
- File Name: VA241-16-Q-0669 VA241-16-Q-0669_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2924442&FileName=VA241-16-Q-0669-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2924442&FileName=VA241-16-Q-0669-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-16-Q-0669 VA241-16-Q-0669_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2924442&FileName=VA241-16-Q-0669-000.docx)
- Place of Performance
- Address: Providence VAMC;830 Chalkstone Ave;Providence, RI
- Zip Code: 02908-4734
- Zip Code: 02908-4734
- Record
- SN04211523-W 20160807/160805234625-bd5bc75acf514a903c97831a309ebd7e (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 |