Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2021 SAM #7009
MODIFICATION

Z -- 642-CSI-117 Renovate MRI Suites for Equipment Upgrades

Notice Date
2/4/2021 6:37:00 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421B0006
 
Response Due
3/3/2021 12:00:00 PM
 
Archive Date
06/10/2021
 
Point of Contact
Maureen E Jackson, Contract Specialist
 
E-Mail Address
maureen.jackson@va.gov
(maureen.jackson@va.gov)
 
Awardee
null
 
Description
Project No. 642-CSI-117 Renovate MRI Suites for Equipment Upgrades ACQUISITION INFORMATION: THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, (CVE). This acquisition is conducted in accordance with FAR Part 14, Invitation for Bid (IFB). This project includes all necessary work to renovate MRI Suites for Equipment Upgrades, at the Department of Veterans Affairs (VA), Philadelphia, PA in accordance with solicitation, specification and drawing requirements, industry standards and all applicable code requirements. The Contractor shall supply all necessary tools, labor, equipment, materials, and supervision required to construct General Construction and Alterations necessary for the complete renovation of the following existing spaces: AVANTO MRI ROOM 3A151, WAITING 3A151A, RECEPTION 3A151B, CORRIDOR 3A151C, CHANGING 3A151D, CHANGING 3A151E, CORRIDOR 3A151F, TECH AREA 3A151G, INPATIENT 3A151i, CORRIDOR 3A151J, MRI CONTROL ROOM 3A151K, CORRIDOR 3A151M, EQUIPMENT 3A151N, TECH AREA 3A151P, ESPREE MRI ROOM 3A152, CLOSET 3A152A, MRI CONTROL ROOM 3A152B and EQUIPMENT ROOM 3A152C. NOTE: This project is scheduled for two-hundred seventy (270) Calendar Days construction duration. (a) Demolition shall include, but not be limited to, the removal and disposal of all materials pertaining to the Architectural Finishes, Mechanical/HVAC systems, Fire Suppression systems and Electrical systems, as indicated on the plans and in accordance with the specifications provided. (b) New installations shall include, but not be limited to, new electrical power and lighting work, new Mechanical/HVAC work, Quench Piping work, Structural Members, and new Sprinkler Heads and associated piping system and alarming, as indicated on the plans and in accordance with the specifications provided. (c) Mechanical/HVAC systems shall include, but not be limited to, the installation of new diffusers and return air grilles, new Chiller (and associated appurtenances), new Condensing Units (and associated appurtenances), new Quench Piping transition piping, new support systems for a new MRI and new support systems for existing MRI upgrade. HVAC system shall be re-balanced. All devices shall be connected to the existing DDC control system so that temperatures and operations can be monitored by the VA. Connection to the DDC control system shall be tested before acceptance. All mechanical/HVAC work shall be installed in accordance with the provided drawings and specifications. (d) Fire suppression systems shall be revised throughout the limits of work areas, as per the drawings and specifications. The new sprinkler heads and associated piping, if any, shall tap into the existing system piping. All fire suppression work shall be installed in accordance with the provided drawings and specifications. (e) Structural installation shall include, but not be limited to, additional support steel required, due to the additional weight of the new MRI in ESPREE MRI Room 3A152. 2. In the event of any discrepancies between the drawings and specifications, specifications shall take precedence over the drawings. 2. Normal work hours are between 7:00 AM 4:00 PM Monday through Friday. Coordinate work schedule with COR. Weekend and night work, as required, may be arranged through the COR. Advanced notice must be given at least five (5) business days in advance to allow for access. Utility shutdowns shall be coordinated with the COR at least 2 weeks (14 calendar days) in advanced to allow the VA to prepare staffing for the event and properly notify the facility of the shutdown. 3. Contractor will be working in occupied buildings and will be required to conform to the Pre- Construction Risk Assessment (PCRA) and requirements in the Construction Safety Standards. Contractor shall be responsible for site security and properly installing and maintaining ICRA. Also, all ICRA doors shall be equipped with a push button cipher lock that has the capability for the VA to install a government issued key core. 4. Contractor will be working in a sensitive area of the VA medical center, which requires all workers to have proper identification while working on the VA s premises. The COR shall determine which type of badging the contractor and their workers are required to get before working on site. Contractors are allowed to use PIV cards from other government facilities, but those PIV card need to be current. Expired PIV cards will not be accepted. 5. All work shall be accomplished in accordance with federal, state, local, and VA guidelines, codes, and regulations. 6. Any damage to existing walls, ceilings, surfaces, equipment, furniture, utility lines, etc. shall be repaired to match existing conditions, at no cost to the VA. Contractor shall be responsible to make these repairs at their own expense. 7. After completion of work the contractor shall return all equipment and systems to operating condition with verification from the COR. 8. Contractor is responsible for the disposal of all waste and excess materials. Contractor shall not utilize VA waste containers to dispose of their waste and materials. 9. Contractor is responsible for clean-up of the work site and to remove and dispose of all trash and debris from site. 10. Any work activities that cause disruption to the surrounding VA Departments, by excessive noise, vibrations or other issues, shall be performed off hours and coordinated with the VA COR. The solicitation documents and drawings will be available for download from the Contracting Opportunities website https://beta.sam.gov/ on/or about February 2, 2020. Information concerning the pre-bid site visit will be included in the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and updates. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. Individual copies of the Bidder s Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the IFB will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed. In accordance with VAAR 836.204, the magnitude for this procurement is between $1,000,000 and $5,000,000 and NAICS Code 236220 with a small business size standard of $35.5 million. Information concerning Bid Due Date/Bid Opening Date will be included in the solicitation. All interested contractors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds and a 20% Bid Guarantee. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Award of this contract is subject to the availability of FY21 funds. The maximum time for completion of the project is 270 calendar days after receipt of Notice to Proceed. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov , MUST be in compliance with VAAR 819.7003 and meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and MUST meet OSHA/EPA requirements. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov . To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6707548af8574275b01136e3cb8dd796/view)
 
Record
SN05907957-F 20210206/210204230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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