Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOLICITATION NOTICE

Z -- Mobile MRI Enclosure Removal and Restoration VA New York Harbor Healthcare System Manhattan Campus Project # SL-19-003

Notice Date
7/10/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;2094 Albany Post Rd.;Montrose, NY 10548
 
ZIP Code
10548
 
Solicitation Number
36C24219B0051
 
Archive Date
10/8/2019
 
Point of Contact
Julie.Provenzano@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a public synopsis of a forthcoming solicitation in accordance with FAR 36.213-2. This is NOT a solicitation, and no solicitation documents are currently publicly available. Title: Mobile MRI Enclosure Removal and Restoration; VA Manhattan Campus, NY Synopsis 36C24219B0051 The Department of Veterans Affairs is seeking a General Contractor to remove existing temporary enclosure and entryway to include restoring area of work to original site condition as required in the scope of work, drawings and specifications under project number #SL-19-003 located at the New York Harbor Healthcare System Manhattan Campus, 423 E 23rd Street, New York, NY 10010. Competition for this procurement is restricted to verified VetBiz SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) contractors. The work includes but is not limited to general construction, alterations, necessary removal of existing structures and certain other items which includes, labor, material, equipment and supervision to perform the required construction work on this project; specifically work will include; Provide all necessary labor, equipment and materials according to scope of work, drawings and specifications to: General Requirements: 1. Demolition and Construction: all work necessary to allow the enclosure to be successfully demolished. This demolition and construction work to include: a. Removal of the existing overhang roof and walls of the enclosure including wood frames and block walls. b. Removal of walls of ED ambulance entryway connecting to the enclosure. c. Patch, fill, and paint all ceilings, floors and walls affected by demolition. Provide new blocks, tiles, weatherproofing material to close all penetrations in a work-man like manner. d. Remove all VCT and expose concrete below. Clean and prep concrete to be exposed to outside elements. Remove all glue for a clean finish. 2. Electrical a. Disconnect and remove all existing circuits to lighting, receptacles, HVAC, doors, alarms, sensors, electrical panels, pull boxes, speakers serving the temporary MRI enclosure including all associated conduit, wire back to point of origin unless otherwise noted. Contractor shall verify all connections prior to demolition. Update and provide new typed panel directories where circuits/breakers have been removed and or modified. b. Disconnect and remove all existing fire alarm devices including tamper and flow switches. Remove all associated conduit, wire back to point of origin. 3. Mechanical/Plumbing/Fire Suppression a. Remove all piping supplying utility to entryway, enclosure, and previous mobile MRI unit. 4. Site Work a. Regrade and lay concrete/asphalt to provide a smooth transition from existing concrete pad previously used for entryway, enclosure, and temporary MRI unit. Existing concrete to remain to the greatest extent possible. b. Provide new curb/sidewalk from original Emergency Department Ambulance entrance and connect to existing curb/sidewalk. c. All sitework shall be laid at the proper pitch to provide adequate drainage. 5. Special Considerations and Miscellaneous Details a. Provide and install new anti-ram wrought iron fence and emergency egress pedestrian door with privacy screens on Daycare coping stones/planter to match existing adjacent fence. Excavate coping stones as required to embedded fence. Fence shall have a minimum height of 15FT from the ground to the top of fence and be made of metal and of heavy industrial-grade construction with bar spacing at a maximum of 5 inches on center. Chain link fences and gates shall not be used. Pedestrian gate shall swing in the outward direction, have self-closing gate hinges, and shall be fully accessible to personals with disabilities in width and operation. Provide panic exit bar hardware for door. Installation of fence and door shall occur immediately after demolition of wall so that Daycare playground is always secured. Provide temporary security as required to prevent any unauthorized access. Paint fence including adjacent section for a uniform finish. Color to be determined by facility. b. Relocate existing alarm on daycare egress door to new door. Replace alarm if required. c. Emergency room driveway ramp will remain active throughout the duration of the project to the greatest extent possible. Contractor will be required to relocate their equipment, materials immediately in the event an ambulance will need access to the Emergency room entrance. d. Contractor shall provide all signage as required to redirect ambulances to front entrance when Emergency Room entrance not accessible due to construction activity. Estimated construction cost range is $100,000.00-$250,000. The firm must be a General Contractor approved under NAICS: 236220, size standard: $36.5 million. The offeror shall obtain any and all necessary licenses or permits required to perform this work in the State of New York. Prospective contractors must be registered and certified online with http://www.vip.vetbiz.gov and must be registered at http://www.sam.gov in accordance with 38 CFR Part 74 and VAAR 819.70 to be eligible for award. Solicitation will be posted on/about July 24, 2019. A walk-through will be held on or about one week after the posting of the solicitation for this IFB. These dates are estimates. The actual dates will be stated in the solicitation. The Contracting Specialist for this project is Julie Provenzano (julie.provenzano@va.gov). This is a SERVICE-DISABLED VETERAN OWNED BUSINESS SET-ASIDE. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/36C24219B0051/listing.html)
 
Place of Performance
Address: VA New York Harbor Healthcare System;Manhattan Campus;423 E 23rd Street;New York, NY
Zip Code: 10010
Country: USA
 
Record
SN05364783-F 20190712/190710230012 (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  © 1994-2020, Loren Data Corp.