Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2022 SAM #7565
MODIFICATION

Z -- 666-22-120 B1 Toilet Replacement 2237 (VA-22-00077495)

Notice Date
8/15/2022 8:06:13 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0507
 
Response Due
9/15/2022 1:00:00 PM
 
Archive Date
12/14/2022
 
Point of Contact
Denver D Robb (CS), Contract Specialist
 
E-Mail Address
Denver.Robb@va.gov
(Denver.Robb@va.gov)
 
Awardee
null
 
Description
B1 Toilets Replacement, Project # 666-22-120 STATEMENT OF WORK INTRODUCTION: The Sheridan, Wyoming VA Medical Center (VAMC), located at 1898 Fort Road, Sheridan, WY 82801, requires the replacement of several wall-mounted toilets in their Building 1 Women s Restroom. Building 1 serves as the Administrative Operations Center for the Medical Center. Wall-mounted, rear-outlet toilets were installed a few years ago during the renovation of Building 1. All existing toilets are manual-flush type. Recently, these toilets are pulling away from the walls and creating safety hazards. The toilet carriers are not supported properly in the walls, so the toilets rotate easily during use. The Women s Restroom has been temporarily closed until the safety hazards can be remedied. New floor-mounted, rear-outlet toilets must be installed to meet VA safety, cleaning, and infection control guidelines in the restroom. STATEMENT OF WORK: General Construction project is to be completed within 90 calendar days from date of Notice to Proceed. All demo and installation work, including passing all testing and inspections, is to be completed in accordance with the Phasing section of this SOW. Contractor shall provide all equipment, materials, tools, supplies, and labor required for this project, providing negative pressure environment for work, and providing new room finishes as indicated in this SOW, the drawings, and specifications per VA construction standards. Safety submittals shall be completed prior to the commencement of on-site construction work. Material-selection submittals shall be completed and approved prior to ordering of materials for the project. The VA will provide the contractor with the specifications of the existing paint color and existing wall tile in the Building 1 Women s Restroom after contract award. The contractor must still complete material-selection submittals for the paint and wall tile. The building tenants not in the construction areas will remain at work in the building during this construction. The contractor shall make patient, staff, and visitor safety and infection control measures a priority. The contractor shall coordinate work locations and schedules with VA to minimize impact to building tenants and the Medical Center. All carpentry, architectural, electrical, mechanical work, product design, project management, and other work needed on this project shall be provided by the contractor. All electrical work low, medium, or high voltage will be installed and terminated by the contractor. No piping, cabling, or wiring shall be abandoned in place. All piping, cabling, and wiring shall be labeled. The installation must, at a minimum, be in accordance with the current versions of all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA PUBLICATIONS (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA) Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC) building codes and standards, VA Information Security Handbook 6500.6, 6550.0, VA Barrier Free Design Standard, etc.). Any penetrations through any floors, ceilings, or walls shall be fire caulked, or otherwise fire sealed, and shall be done in this contract to meet VA standards and National Fire Protection Association (NFPA) standards. Building 1 is an existing business occupancy. One-hour fire ratings must be maintained for floor separations. Any penetrations between floors must be fire caulked and meet one-hour fire ratings. Fire caulking material must be commercial-rated and be tested to ASTM E814 (UL 1479) and CAN/ULC-S115 and any VA Safety requirements that are stricter. Contractor must submit a fire caulking submittal and get it approved prior to using the product. The contractor shall inquire of the Contracting Officer s Representative (COR) if any doors, frames, associated hardware, and any other property removed is desired to be retained by the VA for reuse elsewhere within the Medical Center, at the time of removal. If the VA desires to retain an item, the contractor shall deliver it to a location designated by the COR. If the VA does not desire to retain an item, the contractor shall dispose of it properly off-site of the Medical Center. The new components installed shall be tested and commissioned, recertified, and/or tested before VA acceptance. All testing parameters must be provided by the contractor with source references to the COR and 3rd party reviewer before testing begins. Fire alarm devices that are tied into the building fire alarm system, that are affected because of this work, shall be tested before that phase of the project is complete. If any fire alarm devices are damaged, the contractor shall arrange for all required fire alarm testing and any necessary repairs by a certified company. All fire sprinkler work shall be coordinated with VA Safety to avoid accidentally setting off the system. At the conclusion of the project, the contractor shall provide the COR with a redlined set of construction drawings, showing any as-built variations from the plans as called for in the specifications. The contractor shall accomplish all work laid out in this SOW, the plans, and the specifications. Any damages caused by the contractor during the course of work must be corrected by the contractor at their expense. Contractor shall perform post-construction cleaning to remove all dust from vents, surfaces, etc. Medical Center business hours are 7:30 a.m. to 4:00 p.m. Monday Friday, excluding federal holidays. Any work outside of business hours shall be coordinated in advance with the COR. The VAMC observes eleven (11) federal holidays per year, listed below. When a holiday falls on a Saturday, it is observed the day before on Friday. When a holiday falls on a Sunday, it is observed the day after on Monday. In addition to the designated federal holidays, the Government observes any day designated by Federal Statute, Executive Order, or the President of the United States to be a federal holiday. New Year s Day January 1st Birthday of Martin Luther King, Jr. Third Monday in January Washington s Birthday Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Safety and Security The contractor shall follow all safety specifications and shall always have an OSHA-30 certified person on-site, at each work location, overseeing the construction. All other construction personnel shall each have a minimum of OSHA-10 certifications. Work will be in active administrative areas of the Medical Center. The contractor shall plan for infection control measures to include dust containment, negative pressure, and cleanup to hospital standards. The contractor shall complete an Infection Control Risk Assessment (ICRA) with the COR and get it approved by Infection Control, using the VA forms and process, prior to beginning physical work. The contractor must implement all protection measures called for as a result of the ICRA. Contractor must follow all current COVID-19 VAMC station standards. The contractor shall follow strict tool control and access control in construction areas. Any unauthorized personnel found in construction areas shall be immediately reported to the COR. Each contractor personnel must obtain a temporary contractor badge when they first arrive on site. Each personnel will be required to present a Government-issued, valid photo identification (e.g., driver s license) prior to a badge being issued to them. Contractor personnel shall wear their badges in visible locations above the waist while performing work on the VAMC property. Phasing There is one phase on this project: Women s Restroom (Building 1, Room 105) Three (3) toilets Room 105 is approximately 150 square feet (sq ft) The wall tile in this restroom runs on each wall from the floor to approximately 52 above finished floor. The timing of work must be coordinated in advance with the COR. Only one restroom may be under construction at a time. The contractor must notify the COR at least 2 business days in advance of when they anticipate each phase will be completed so the COR can arrange a VA Environment of Care (EOC) walk-through of the area. The EOC walk-through must be completed, and any findings must be resolved by the contractor. Contractor will have all equipment, materials, supplies, and tools on site before physical work starts. The contractor shall minimize disruptions to the daily operations in Building 1 and the Medical Center. All construction work, including passing all testing and inspections, shall be completed within 90 calendar days from date of Notice to Proceed. Work will include: The Sheridan, WY VAMC requires the replacement of three (3) existing toilets in the Women s Restroom (Room 105) in Building 1, their Administrative Operations Center. The contractor must field verify all dimensions, finishes, layouts, and information provided under this project. If the contractor finds discrepancies, they shall report them to the COR. All work for this project must meet the current version of the VA Barrier Free Design Standard. If required, the contractor shall adjust toilet spacing, stalls spacing and size, add grab bars, and any other work required so work is compliant with this standard and all other applicable standards and codes. For each phase listed in the Phasing section: The contractor shall temporarily remove the existing stalls to access the walls and utilities behind the toilets. The contractor must provide a clean place to store the stalls and protect them from damage. The contractor shall be responsible for temporarily removing, properly storing, and reinstalling any other equipment, fixtures, or furnishings that may be in the way of the project work, such as grab bars, diaper changing stations, sanitary bins, and seat cover dispensers. The contractor shall replace each existing wall-mounted, rear-outlet toilet with a new floor-mounted, rear-outlet toilet. All existing toilets are manual-flush type. All new toilets must be ADA height-compliant, have manual Sloan brand flush valves or equal, and use a minimum of 3.5 gallons of water per flush. The contractor shall perform all necessary prep and installation work. Contractor must ensure new toilets are plumbed into existing utilities (e.g., water, sanitary sewer) properly, including adding a new flange on the backing for each toilet and tying it into existing plumbing. The existing water lines that feed the toilets may need to be relocated or adjusted to feed the new toilets. If a cleanout needs to be relocated, it will be placed approximately 2 feet higher in elevation then the main sewer pipe feeding the new toilets. After utilities and wall work is completed, contractor shall repair and patch the wall, paint it, and re-tile and grout it to match the existing finishes. The contractor shall fully caulk around the new toilets bases on the floor and around the flanges on the wall. The contractor must reinstall the stalls, ensuring that they are secure, plumb, and that all stall doors and hardware are functioning properly. Contractor must also reinstall any other equipment, fixtures, or furnishings that were temporarily removed and stored during work. All other necessary services shall be included in the Offeror s bid. Base Bid: All work listed in this SOW, the drawings, and specifications. Fees for this project shall be a lump sum. There are no deductive alternates. End of Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64d4588390254782b373544714cf0a3d/view)
 
Record
SN06426526-F 20220817/220815230123 (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.