SOLICITATION NOTICE
Z -- 676-21-201 Replace Patient Lifts in Five Locations (VA-21-00061892)
- Notice Date
- 5/5/2021 2:28:09 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221B0015
- Response Due
- 6/21/2021 11:00:00 AM
- Archive Date
- 08/20/2021
- Point of Contact
- Kristi Kluck - Contracting Officer, Contractor, Phone: 414-844-4800, Fax: Donita Grace - Contract Specialist
- E-Mail Address
-
Kristi.Kluk3@va.gov
(Kristi.Kluk3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Tomah VA Medical Center 676-21-201 Replace Patient Lifts in Five Locations STATEMENT OF WORK GENERAL: Tomah VAMC, Tomah, Wisconsin is replacing five patient lifts in rooms 1264, 1250, 3217, 1313, and 3684. The patient lifts requirements are specific to each location. The lifts must meet the requirements specified in the salient characteristics identified in the specifications. The Prime Contractor shall hire the specialty contractor to provide and install the lift equipment and test and certify the installation. The Prime contractor shall provide all support work as needed by the specialty contractor. This work may include but is not limited to providing and constructing ICRA barriers, electrical connections, patching and painting, to support the specialty contractor s work. The prime contractor will coordinate between the VA and specialty contractor to schedule the work. SCOPE OF WORK The work requirements for each of the five rooms are detailed below. For the most part, the patient lifts are being replaced on a one-to-one basis. Additional structural support is needed in some cases and is part of the specialty contractor work. The patient lift system is entirely new for one location so electrical support will be required. The route or pattern of the patient lift is being altered in one case. The basis of design for this project is Guldmann Patient Lifts or equal. Room Number Tasks 1264 Prepare/build ICRA barrier (Level 2) for the affected area. Provide electrical connection as required by the specialty contractor using existing electrical circuits use by the existing lift system. Repair, patch, and paint damaged wall and ceiling surfaces. Lift Requirements: GH3+ 550 Hoist w/ integrated SCALE and Hanger Bar. 33' Continous Charge Single Track System with 15' 90* Switchtrack Curve into middle bay. 1250 Prepare/Build ICRA Barrier (Level 3) for the affected area. Provide electrical connection as required by the specialty contractor using existing circuits used by the existing lift system. Repair, patch, and paint damaged wall and ceiling surfaces. Lift Requirements: GH3+ 550 Hoist w/ integrated SCALE & IR Remote (QTY:1), GH3+ 550 Hoist w/ Trainer Module (QTY: 2) 38'x21' oval single track system. 33'x18' room covering continous charge track system with 2 seperate traversing rails. 3217 Prepare/build ICRA barrier (Level 2) for the affected area. This replacement is basically a one-to-one replacement. Repair, patch, and paint damaged wall and ceiling surfaces. Lift Requirements: GH3+ 770 lbs. Hoist w/ integrated SCALE & Hanger. 19'x11' Continuously Charging Room Covering Track System (Wall Stud Mounted) 1313 Provide/build ICRA barrier (Level 2). This room is to receive an entirely new lift system. Provide electrical service from the nearest junction box to provide 110 V outlet on the interior wall of the room. Distance approximately 25 feet. Repair, patch and paint any surfaces affected by the work. Provide fire sealant to any fire walls penetrated. Lift Requirements: GH3+ 770 lbs. Hoist w/ integrated SCALE & Hanger. 12'x9' Continuously Charging Room Covering Track System (Ceiling Mounted) 3684 Prepare/build ICRA barrier (Level 2) for the affected area. This replacement is basically a one-to-one replacement. Repair, patch, and paint damaged wall and ceiling surfaces. Lift Requirements: GH3+ 770 lbs. Hoist w/ integrated SCALE & Hanger. 9'x13' Continuously Charging Room Covering Track System (Wall Stud Mounted) Specialty contractor is to provide a variety of sling sizes per hoist. Specialty contractor is to provided education and training (8-16 hours) Specialty contractor is to remove, recycle all existing hoist equipment replaced. Specialty contractor shall provide testing and certification of lift installation for each lift by a factory certified inspector. VA test requirements shall be met during testing and certification. The VA test form is provided in the Appendix. Specialty contractor shall provide shop drawings for installation and provide as-built drawings. Specialty contractor shall provide equipment data sheets and literature for VA review prior to installation. Specialty contractor shall warranty the equipment and installation for one year. The Prime Contractor is responsible for supervising the work of the specialty contractor. This may include assisting with access to workspaces, overseeing construction safety, COVID check-in protocols, coordinating electrical shutdowns, and other typical prime contractor duties. Additional Prime duties include verifying that the specialty contractor has: Shop drawings have 3rd party structural engineer stamp/certified Drawings have been submitted to and approved by the VA Lift equipment is installed per the shop drawings Existing equipment and mounting hardware have been properly disposed of Wall, ceiling, floor penetrations have been repaired/filled per fire and building code requirements Equipment training has been scheduled and completed VA Installation Checklist must be completed for rails and lifts (The prime contractor must coordinate the witnessing and certification of the lift installation. The VA checklist is provided in the Appendix. It must be signed by the certifying official each of the five installations. The signed document must be provided to the COR.) Provide As-Built drawings ADDITIONAL REQUIREMENTS The Prime Contractor will provide all equipment, materials and labor to accomplish the work in the table above and as required to assist the specialty contractor. Normal working hours are 7:00 am to 4:00 pm. The contractor will be responsible for managing, organizing, scheduling, and facilitating the progress of work and coordinate with the COR and specialty contractor. Contractors shall be required to obtain, wear, and return VA Contractor badges. Contractors shall wear proper PPE including safety shoes, safety glasses, and hardhat and additional PPE as required by the task being completed. Contractors shall have the 2020 flu vaccination. Evidence of inoculation will be required. Contractors shall comply with daily COVID screening, wear the compliance tag, and wear a paper or cloth face mask upon arriving at the Tomah VAMC. (Screening consists of answering questions and having your temperature taken). The work area shall be clean and picked up at the end of each day s work. TIME LINE: The period of performance for reporting activities from the date of the Notice to Proceed are as follows: T1 = Notice To Proceed, T1 + 7 days = Kick off meeting including sub-contractors T1 + 15 days = Provide a copy of insurance, bond, schedule, and other documentation, T1 + 20 days = Construction work to begin T1 + 35 days = Construction work to be competed, Training competed T1 + 50 days = Final Invoice/ Project Closeout All tasks must be competed by September 15, 2021. END OF DOCUMENT
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9e8d717c32044b2caab0bed067093be1/view)
- Place of Performance
- Address: Tomah VA Medical Center 500 E. Veterans Street Tomah, WI 54660-3105
- Zip Code: 54660-3105
- Zip Code: 54660-3105
- Record
- SN05992242-F 20210507/210505230113 (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 |