SOLICITATION NOTICE
Z -- 630-23-106 KITCHEN ROOM SERVICE SITE PREPARATION AT MANHATTAN
- Notice Date
- 7/7/2022 12:56:36 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222B0050
- Response Due
- 7/15/2022 7:00:00 AM
- Archive Date
- 08/14/2022
- Point of Contact
- Jean M Paul, Contract Specialist
- E-Mail Address
-
Jean.Paul@va.gov
(Jean.Paul@va.gov)
- Awardee
- null
- Description
- Request for Information (RFIs) Responses 1. Please provide the level of responsibility that the GC will need to employ in coordinating with the kitchen equipment vendor. R. Equipment supplier and installer will layout equipment location on 3FL Kitchen hood area. GC will coordinate with installer route, path, clearance for equipment for their conduits, pipes, outlets, safety devices, drains and all related work. Following VA and NFPA requirements. 2. Will the GC have to coordinate and schedule the equipment deliveries, storage, and installation with the Kitchen equipment vendor as part of their contract obligations? R. During equipment installation (by Other) GC must be on site to ensure all required work meet equipment specifications. 3. There is what seems to be an attachment within the specifications on page 32, but we cannot open it. Please provide a copy of this attachment if it genuinely is an attachment. R. Latest equipment cutsheets attached. Please see attachments for more information. 4. Will the VA be providing a hygienist for the abatement work, or is the GC to hire a third-party hygienist? R. GC will provide third party inspector. 5. The specifications refer to the hazardous abatement work needing to be accomplished under this contract, but there is no other information. Are there any drawings, reports, or as-builts that can be provided to offer more information? R. Provide line item for Allowance for potential work. Monitor/sampling and abatement work. 6. Will the VA provide parking spaces since the work will be performed during off-hours? R. Drop-Off parking only be allowed. 7. Is there an identified laydown area for the GC s dumpster? R. Loading Dock Island area may be used for that purpose. However, only mini containers up to 3/4 CY will be allowed. 8. Is the identified area for the GC s QC/Supper/SSHO to work from? R. Room will be provided in the third (3) Floor. 9. Is there an identified area where the GC can store material? R. Room will be provided in the third (3) Floor. 10. Can you provide as-builts detailing what will be cored through as required under the contract? Looking for elevation section details that show between the floors of what the GC will be coring through. R. Drawing provided are for reference ONLY. 11. What level of support is needed from the GC for the ancillary system? Or is this included in the kitchen vendor s contract? R. Furnish and Install all utilities required by equipment manufacture 12. Can you provide the scope of work for which the kitchen equipment vendor is responsible since the GC will be coordinating with them? R. Latest equipment cutsheets attached. 13. Who is the existing building FA vendor? (Reference sheet 2 Note 1 of drawing file) R. AFA Protective System, Inc. Please contact Peter Tabatneck Telephone 212-279-5000 XT 1418 14. Are there any preferred brands of PTAC units and portable AC units that need to be included or is the decision up to the GC? R. PTAC: Applied Comfort, FCU: Daikin and Portable AC: Daikin or approved equal. 15. Please confirm the work on the new PTAC units will be disconnecting existing piping and reconnecting existing piping to the new PTAC? R. Removal and disposal of existing units. Furnish and install new units with new assembly apparatuses per manufacture. 16. Please provide the insulation specifications if available R. Please refer to VA Til at https://www.cfm.va.gov/til/ 17. Please provide ""Attachment 2"" referenced on sheet 5 note 2 of the drawings in reference to the electrical scope of work. R. Latest equipment cutsheets attached 18. Please provide a copy of the VA requirements referenced on sheet 5 note 7 of the drawings in reference to the electrical scope of work. R. Please refer to VA Til at https://www.cfm.va.gov/til/ 19. Drawings issued are all schematic drawings, there are no scaled drawings, please issue proper architectural, plumbing, mechanical and electrical drawings showing the correct scope of the work for each trade with key notes. R. Drawings are provided for reference ONLY. 20. As this kitchen area is active, what are the work hours? Also please advise if any work has to be done on weekends? R. PLEASE READ THE SCOPE OF WORK. Not in Regular work schedule as listed hours provided in the SOW. Please refer to Scope of Work for detailed information 21. Is any fire suppression work required? If yes, then please provide detailed drawings and specs. R. Furnish and Install Fire Suppression per NFPA, FDNY, VA Codes Requirement. Refer to VA Til: https://www.cfm.va.gov/til/ 22. Specs indicates Glove bag Asbestos Abatement work, please provide asbestos abatement drawings with scale. R. Provide line item for Allowance for potential work. Monitor/sampling and abatement work. 23. Are there any new concrete pads required for new equipment? If yes, then please provide detailed drawings. Also please confirm contractor will be allowed to use ready mix concrete bags. R. Not in the Scope of Work 24. Does plumbing has to be installed above existing ceiling system? Please clarify the scope in detail. R. Plumbing and Electrical rough in from underneath. 25. Drawing no. 2 of 8, note no.8 states contractor to provide commissioning report. Please clarify in detail which trades commissioning should be involved, also does contractor have to hire third party commissioning agent? R. Each trade will certify and stamp their work. GC will be responsible to provide to VA with stamped final drawings per trade. 26. Drawing no. 2 of 8, note no.1 states contractor to tie in all new safety devices to building existing FA system. --- Please provide list, count and details of all the new safety devices. No devices shown in the bid documents. R. GC will furnish and install new fire suppression system for the new range and griddle equipment. Fire Suppression system must be tied the main building Fire Alarm System. GC must follow FDNY and NFPA code. Included attachments: 1. Equipment Purchased Cutsheet 2. VA ICRA/ILSM Policy 3. Hot Work Permit
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e4fa230f10da4d0cb09c56caa309155a/view)
- Record
- SN06381132-F 20220709/220707230102 (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 |