MODIFICATION
Z -- BUILDING 20 FLOOR PAINTING
- Notice Date
- 3/10/2022 1:09:44 PM
- Notice Type
- Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222B0028
- Response Due
- 4/20/2022 9:00:00 AM
- Archive Date
- 06/19/2022
- Point of Contact
- David Esmay, Contracting Officer
- E-Mail Address
-
Davidm.Esmay@va.gov
(Davidm.Esmay@va.gov)
- Awardee
- null
- Description
- Construction Scope of Work Building 20 Floor Painting Project #528-22-121 General Information 1.1 Location Work performed under this scope will be for and conducted within VA Western New York Healthcare System (VAWNYHS) at the Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue Buffalo, NY 14215 under VA Project Number 528-22-121. 1.2 Purpose The purpose of this effort is to paint approximately 4900 ft2 of floor and integral wall base in 15 rooms within the basement of Building 20 at the Buffalo VAMC. The Buffalo VAMC requires a Contractor to perform construction work necessary to accomplish this goal. 1.3 Scope The scope of construction work is fully described in the narrative below and the associated specifications. Additional administrative and management related requirements are described in Section 3: Requirements. Supply Sherwin Williams Armorseal 8100 paint system or approved equal that meets the following requirements: The paint system shall be LEED version 4.1 compliant water-based epoxy paint suitable for use on interior concrete floors; being a self-priming two-component polyamine epoxy with excellent chemical and abrasion resistance. Paint system shall be suitable for use on previously painted floors with minimal preparation such as removing loose material, cleaning, degreasing, and dulling smooth or glossy surfaces by abrasion. Install paint system on floors and integral wall base in 15 rooms totaling approximately 4900 square feet of surface in the basement of Building 20. Work will include the following elements: Submit proposed paint system to the VA for review and approval. Color shall be Haze Gray Satin, or other as approved by the VA. Provide and install infection control, dust control and activated carbon filtered ventilation systems. Protect walls and other areas that are not to be painted. Prepare existing painted surfaces to accept the new paint system. Preparation efforts may include scraping and sanding and abrading to remove blemishes and provide a properly prepared surface to accept the paint system in accordance with the manufacturers recommendations. Clean and degrease all surfaces that will receive the new paint system and allow all surfaces to completely dry. Perform a moisture test on all floors prior to application of the paint system. Maintain humidity, ventilation, and temperatures within the manufacturers allowances prior to application of the paint system and all the way through complete cure. Apply the paint system, including primers, paint and number of coats as necessary in accordance with the paint systems manufacturer s instructions to achieve a complete and proper finish. A minimum of two coats of paint is required. Remove all paint protection devices, repair areas as needed and leave all spaces in a clean condition. Infection control: An Infection Control permit will be required for this project. The permit may require dust control measures when performing activities such as sanding or scraping the existing floor paint system. Measures may include use of plastic sheeting, keeping doors closed, taping door seams, and utilizing tools and equipment fitted with HEPA vacuums. Furthermore, paint systems will produce Volatile Organic Compounds (VOCs) and noxious odors that must be contained and filtered. Rooms under construction shall be maintained under negative air pressure. Doors of rooms where floors have been painted shall remain closed with taped seams. Carbon filters shall be placed on all exhaust air vents. Additional requirements may be needed to comply with the conditions of the permit. 1.3.1 Site Conditions, As-Builts and Record Documents Although the VA makes every effort to keep drawings current to existing conditions, changes and updates are sometimes not recorded. It is therefore the Contractor s responsibility to perform field investigation and verify of the accuracy of the drawings with the actual conditions. The contractor shall check existing conditions at the project site prior to bidding. 1.3.2 Quality Assurance/Quality Control Plan The Contractor is responsible for reviewing works they complete as well as work done by any subcontractors that the Contractor has hired to assist with the completion of this SOW. The Contractor must provide the Government with a Quality Assurance/Quality Control (QA/QC) Plan that documents the methods, processes, procedures that are going to be implemented by the Contractor to validate the work that they and their subcontractors perform. 1.3.3 Hazardous Materials The VA does not anticipate any Hazardous Material Removal for this project. If suspect material is identified by the Contractor, the Contractor should stop work and notify the VA COR immediately. 1.3.4 Personal Protective Equipment (PPE) The Contractor is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) necessary to perform services identified in this SOW 1.4 Approach This Scope of Work has been broken down into general requirements that are applicable to the entire contract and the specific construction effort: General (Section 3.1) Construction (Section 3.2) The bidding Contractor(s) will have the opportunity to attend a pre-award site survey of the jobsite. This will be arranged through the Contracting Officer and conducted as a group or individually as determined by the Contracting Officer. 1.5 Phasing Although there is no formal phasing required for this project, work shall be focused in the same general portion of the building in order to minimize disruptions to the facility. The project drawings provide a recommended room phasing plan; however, the contractor may submit their own phasing plan to the VA for review and approval. 1.6 Site Information 1.6.1 Safety All Contractor personnel working onsite at the Medical Center will be required to attend a Buffalo VAMC site specific safety training class. This class will be held on site and will be taught by a member of the Buffalo VAMC safety office. Attendance to this class and proof of the 10 hour OSHA requirement will allow Contractor personnel to obtain a photo ID badge from the Buffalo VAMC Police. All Contractor personnel shall wear this badge above the waist at all times while on the Buffalo VAMC campus. Participation in this class is mandatory and must be done prior to the commencement of work on-site. The training and the badge will be valid for 3 years from the date of issue. If this training has been completed previously (as evidenced by a valid Buffalo VAMC Contractor Photo ID) then no repeat training will be required until the printed expiration date. Personnel must attend the safety training class to renew an existing badge. 1.6.2 Access Although the VAWNYHS campuses are public facilities, access to facility maintenance areas, electrical areas, mechanical areas, roof access, and certain other portions of the medical facility are restricted from the general public. Accessing these areas may require advance notice, pre- approval, and scheduling to gain entry. All visits and access requests to the VAWNYHS under this scope of work shall be coordinated through the COR. 1.6.3 Photography It is VHA policy to respect the privacy of all persons (e.g., Veterans, patients, residents, members of the VHA workforce, and visitors) consistent with the needs of operating a national health care system. Privacy protections on VHA premises vary according to the needs and purposes of different types of areas, the persons included, and the purpose of the production and use of photographs, digital images, and video or audio recordings (excerpt from VHA Directive 1078). Photography of as-built and site conditions are permissible actions under this SOW when photography activities are coordinated with the COR. The Contractor shall ensure that any photographs taken do NOT include any VHA patients, members of the VHA workforce, or visitors to the VAMC facility. 2. Applicable Documents The following documents are applicable to this Scope of Work (SOW) to the extent specified herein. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements of documents cited in Section 3 of this SOW, whether or not they are listed here. 2.1 Government Documents The following directives, guides, handbooks, and drawings form a part of this document to the extent specified herein. Unless otherwise specified, the latest revisions available shall be used. Copies of construction related Department of Veterans Affairs directives, guides, and handbooks are available from the Office of Construction and Facilities Management website: http://www.cfm.va.gov/til/index.asp DEPARTMENT OF VETERANS AFFAIRS DIRECTIVES 1078 PRIVACY OF PERSONS REGARDING PHOTOGRAPHS, DIGITAL IMAGES, AND VIDEO OR AUDIO RECORDINGS 2.2 Veterans Health Administration Western New York Documents The following drawings and documents form a part of this document to the extent specified herein. Documents identified as AS MODIFIED FOR VA PROJECT 528-22-121 are base VA documents that have been tailored to the needs of this specific effort. While the base VA documents are available on the Office of Construction and Facilities Management website listed above, the Contractor shall use the modified version listed below, NOT the base document. Copies of these documents are available from the CO, COR, or Technical POC. VA WESTERN NEW YORK HEALTHCARE SYSTEM, BUFFALO VA MEDICAL CENTER SPECIFICATIONS (AS MODIFIED FOR VA PROJECT 528-22-121) 01 01 15: List of Drawing Sheets 01 00 00: General Requirements 01 35 26 Safety Requirements 09 91 00 Painting 2.3 Non-Government Publications All work shall be accomplished in strict accordance with the latest codes and standards. The Contractor shall follow any/all applicable standards and codes, including, but not limited to applicable NFPA standards, NEC, JCAHO, OSHA, ANSI, ASHRAE, and any other codes. 2.4 Order of Precedence In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3. Requirements The Contractor shall provide personnel, material, services, and facilities to perform, accomplish, and deliver the required services detailed in this scope of work. 3.1 General This section contains general information that is applicable for the duration of the contract (i.e. applies to all Parts of this effort). 3.1.1 Meetings Meetings will be held once each week on Thursday starting after the initial kickoff meeting. The intent of the meetings is to discuss the project schedule, status of submittals and RFIs, construction progress, cause of delays, issues / concerns and safety. The Contractor shall provide meeting minutes to document the discussion had during the meeting. The contents of meeting minutes shall include but is not limited to the following information/topics: Meeting attendees Narrative to describe contents of meeting (will likely mirror the meeting agenda) List of action items (for both the Government and the Contractor) Meeting minutes may be organized in Contractor specified format. Meeting minutes will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC, *.DOCX) or Portable Document Format (*.PDF). The Contractor shall provide draft meeting minutes within 5 business days of the meeting. The Government will review and provide comments back to the Contractor within 3 business days of receipt of the draft meeting minutes. The Contractor shall finalize the meeting minutes and submit the final meeting minutes to the Government within 3 business days of receipt of Government comments. 3.1.2 Meeting Agenda The Contractor shall provide a meeting agenda 3 business days prior to the scheduled date of the meeting. Meeting agendas may be organized in Contractor specified format. Meeting agendas will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC, *.DOCX) or Portable Document Format (*.PDF). Meeting agendas shall be submitted via email to the COR. 3.2 Construction The Contractors scope of work for Construction shall include, but is not limited to the following: 3.2.1 Kick-off Meeting and Site Survey The Contractor shall conduct a kick-off meeting at the VAMC. During the kick-off meeting the Contractor shall discuss the approach to the project, review the project schedule, and review their plan to address any risks associated with the effort. 3.2.2 Submittals The contractor shall provide submittals and shop drawings for review prior to starting work. All submittals are required to be approved prior to the start of work. Provide a transmittal with each submittal containing project title, location, project number, date, subcontractor name if applicable, associated section of specification, product identification, and revision number if submittal is not initially approved. The VA review period for submittals is 3 business days. The VA will return submittals to the contractor notated as Approved , Approved as Noted , Revise and Resubmit or Not Reviewed . A submittal log has been generated for this effort and represents a list of the minimum required submittals based upon the current construction documents. Although every attempt has been made to ensure that this list is complete, additional submittals not listed may be required. Table 1: Submittal Log ID SPEC SECTION DESCRIPTION 01 01 00 00 1.6.I Work Plan Narrative 02 01 35 26 1.4 Accident Prevention Plan 03 01 35 26 1.5 Activity Hazard Analysis 04 01 35 26 1.14 Fire Safety Plan 05 09 91 00 1.3 Paint System Literature. VOC Content and Sample Panel 06 09 91 00 1.3 Painter Qualifications 07 09 91 00 1.3 Certification of Compliance 08 09 91 00 1.3 Painter Qualifications 09 09 91 00 2.1 Technical Data Sheets for Coatings and Solvents 10 09 91 00 3.11 Touch-up Paint 528-22-121 Building 20 Floor Painting 10 of 9 3.2.3 General Construction Work includes, but not limited to, all labor, material, equipment and supervision to paint floors in the basement of Building 20 and associated supporting work efforts floors as described in the drawings, specifications, and this SOW. 3.2.4 Construction Inspections Periodic formal and informal construction inspections will be performed by VA staff throughout the construction process to assess the quality and compliance of the project in comparison to the Contract Documents. Typical inspection examples include review of safety, dust and infection control systems and configurations, review of floor preparation and moisture testing results, checking of coverings and protection devices / materials, observation of application of the paint system, protection during cure and final inspection of the finished product. Any findings identified during an inspection as having a negative impact on the project will be photographed, documented in writing, and delivered to the contractor. The Contractor shall respond in writing and provide evidential proof of compliance/rectification/resolution to each finding identified. Some findings may require resolution prior to moving to the next construction process. 4. Verification Final inspection of the installed floor shall be conducted jointly before final acceptance of the constructed product. The groups that will participate in the verification process include: Prime Contractor Subcontractor (as applicable) VA Engineering These inspections will be based upon manufacturer data and will be checked against VA regulatory requirements as applicable. Any work that does not pass inspection, the Contractor shall troubleshoot the issue and determine the FboNotice cause of the problem. If the FboNotice cause is the result of the construction work, the Contractor shall repair and/or replace the faulty construction work and any subsequent damage at no additional cost to the Government. If the FboNotice cause is the result of faulty equipment or materials (manufacturer defect), the Contractor shall coordinate with the manufacturer / supplier to repair and / or replace the faulty equipment or materials and any subsequent damage at no additional cost to the Government. 5. Delivery 5.1 Technical POC The Contractor shall coordinate all visits and meetings with and provide the required quantity of submittals to: Robert Cebulski VA Western New York Healthcare System Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 Phone: (716) 834-9200 x6543 Cell: (716) 578-8938 Email: robert.cebulski@va.gov 5.2 Schedule and Submittals The Period of Performance for the total effort will not exceed 90 calendar days. The Contractor is responsible for submitting a detailed schedule that includes all initial preparations and administrative work and must also show associated predecessor and successor logic associated with all tasks performed under this contract. 6. Government Furnished Information, Materials, & Equipment The government shall supply the following information: Electronic versions of all Buffalo VAMC drawings and modified program guides and specifications from section 2.2. Government Furnished Materials (GFM) and Government Furnished Equipment (GFE) are not required and will not be provided for this effort. 7. Attachments
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5e868f9a4694b9f943617bac6d4036a/view)
- Record
- SN06262926-F 20220312/220310230104 (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 |