SOLICITATION NOTICE
Z -- 528A4-16-205 IMPROVE POTABLE WATER DISTRIBUTION SYSTEM-BATAVIA
- Notice Date
- 8/24/2022 5:33:53 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222B0077
- Archive Date
- 12/01/2022
- Point of Contact
- Tanya Baldwin, Contracting Officer, Phone: 716-862-7461 ext. 22443
- E-Mail Address
-
tanya.baldwin@va.gov
(tanya.baldwin@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A PRE-SOLICITATION NOTICE SYNOPSIZING AN UPCOMING COMPETITIVE SOLICITATION SATISFYING THE REQUIREMENTS OF FAR 5.201 AND 5.203 AN INVITATION FOR BIDS WILL BE POSTED ON OR ABOUT SEPTEMBER 8, 2022 IMPROVE POTABLE WATER DISTRIBUTION SYSTEM, Batavia VA Medical Center: Procurement Number: 36C24222B0077; Project Number: 528A4-16-205 The Batavia VA Medical Center (VAMC) will be posting a solicitation to provide all labor, materials, tools, equipment, and supervision necessary to perform work under project number 528A4-16-205 titled Improve Potable Water Distribution System. The general scope of this project is to perform modifications to the domestic water system for compliance with the VA directive 1061 on Legionella mitigation in building 1, 2, 3, 4, 6, and 30 at the Batavia VAMC. All work will be accomplished on the Canandaigua VAMC campus as indicated in the specifications and drawings. The NAICS code for this procurement is 238220 with a small business size standard of $16.5 million. The magnitude of this project is between $1,000,000 and $5,000,000. A 20% bid bond will be required and must be submitted with the bid. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. General Information Location Work performed under this scope will be for and conducted within VA Western New York Healthcare System (VAWNYHS) at the Batavia VA Medical Center (VAMC) located at 222 Richmond Avenue, Batavia NY 14020 under VA Project Number 528A4-16-205. 1.1.1 Period of Performance Contractor is expected to work 40 hours per week to remain on schedule and staff this project to meet the period of performance. Total of Twelve (12) months from Notice to Proceed to project acceptance. This shall include project submittals to be completed prior to start of work and close out documents. Two (2) months total for Asbestos Abatement. All work pertaining to abatement is the PRIORITY until completed as we will have an air monitor on site to accomplish this work. The contractor will NOT be allowed in areas to perform non-abatement work if there is abatement work to be completed. This is to keep asbestos removal on schedule while we have the air monitor on site. 1.1.2 Work Hours - Hours of Operation Not All work on this project is Monday through Friday 7:30AM to 4:00PM. It is expected that the contractor work 40 hours per week to remain on schedule. There are some areas identified on the ICRA drawings and the 010000 GENERAL REQUIREMENTS where we cannot enter until later than 7:30AM, seven (7) days per week as we will be in Veteran Population. Off hours work includes 2nd shift [after 5pm Weekdays and Weekend work (Saturday and Sunday starting at 7:30AM)]. Refer to the ICRA Drawings and the VA 010000 GENERAL REQUIREMENTS Specifications for off hours work AND regular hours work (What is provided below is NOT all inclusive of off hours work). Dental (Building 1, 1st floor east side) Radiology (Building 1, 1st floor east side) Physical Therapy / Occupational Therapy (Building 1, 1st floor east side) Medical Clinics (Building 1, Ground Floor east side) 1.1.3 COVID-19 and Influenza REQUIREMENTS The contractor and sub-contractors shall review the VA Requirements in specification section 010000 GENERAL REQUIREMENTS part 1.1 GENERAL INTENTION subpart D COVID-19 AND INFLUENZA. All contractors and sub-contractors shall adhere to the requirements as per VA Policy for COVID-19 and Influenza or they will NOT be permitted inside of any building at the Batavia VA healthcare Facility. There are attachments A,B and C at the end of the 010000 GENERAL REQUIREMENT specification that are the official VA Policy. Paperwork is required as a submittal for ALL individuals who will enter the Batavia VA facility. Background Batavia VAMC was built in 1932. Many renovations and modifications had been done to the domestic water system to accommodate the usage space. During the renovations and modifications, much of the plumbing was cut, cap, valve shut off leaving piping behind that allows stagnation in the piping system. The current domestic water is prone of a bacteria outbreak without any additional safety measure to prevent it from happening. Purpose The purpose of this effort is to perform modifications to the domestic water system for compliance with the VA directive 1061 on Legionella mitigation in building 1, 2, 3, 4, 6, and 30 at the Batavia VAMC. The Batavia VAMC requires a Contractor to perform construction work necessary to accomplish this goal. Scope The scope of construction work is fully described in the construction documents (drawings and specifications). Additional administrative and management related requirements are described in Section 3: Requirements. A brief overview of the construction work is included but not limited to below: Prepare and implement ICRA measures and containment in work area. Remove Type A dead legs as noted on drawings Properly remove asbestos insulation and dispose of hazardous material according to specifications. The contractor shall be responsible to build Asbestos Containments for all areas called out on the drawings for asbestos containing material (ACM) work. The contractor shall provide a schedule and work plan to meet the Asbestos requirements on drawing PL030 and demolition drawings. There will be an air monitor to support this work and the contractor shall concentrate on asbestos related work to utilize the air monitor. The Asbestos Abatement Air Monitor will only have a two (2) month contract and ALL work asbestos related shall be the priority to meet the two (2) month requirement. The contractor shall complete the asbestos contract work in the two-month period allocated. Plumbing Contractors and Prime Contractors working in Asbestos Containing Areas. THE PLUMBING CONTRACTORS SHALL BE PREPARED TO WORK IN AN ASBESTOS CONTAINING MATERIAL (ACM) CONTAINMENT CALLED OUT ON DRAWINGS PL-030 AND LOCATED ON THE DEMOLITION DRAWINGS. THE PLUMBING CONTRACTORS WILL HAVE TO REMOVE THE DEAD LEGS AND PERFORM ALL OTHER PLUMBING WORK IN A CONTAINMENT FOR ALL WORK THAT IS NEAR EXISTING (ACM) AREAS. THE PLUMBERS SHALL BE CERTIFIED AS PER THE VA ASBESTOS SPECIFICATIONS FOR WORKING IN AN ACM AREA JUST AS THE ASBESTOS WORKERS Insulate piping identified as uninsulated . Insulate the piping to meet the current VA Plumbing Design guideline requirements and specifications. Provide new hose-end atmospheric vacuum breaker on all service sink faucets noted on drawings. Provide new inline vacuum breaker on all outside spigot/hose bibbs noted on drawings. Provide new water quality monitoring panel, secondary chlorine injections, and associated sensors for domestic CW, HW, and HWR. Interface into building management system as noted on drawings. Provide new master mixing valve stations for the existing hot water generators as noted on drawings. There are electrical (120-volt) controls, Building Management System (with U&S Services of Tonawanda) work on this contract to support the water equipment being installed. There is electrical work to support this project pertaining to water bottle fillers, controls, etc. the contractor shall provide a competent electrical contractor that meets the VA electrical specifications. Remove existing water fountains as indicate on drawings and provide new water fountain/bottle fillers in place of the removed fountains as noted on drawings. Install a new kitchen sink in the Food Preparation are of building 2. Re-Certify the backflow preventers as called out on the contract drawings. What is provided in the Scope for this document is NOT all inclusive. This is a summary, and the contractor shall review the contract drawings and specifications thoroughly prior to bidding on the project. Site Conditions, As Built 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. Quality Assurance/Quality Control Plan The Contractor is responsible for reviewing the 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 their subcontractors perform. Hazardous Materials Hazardous material removal is required for this project. Refer to the contract Drawings and Specifications, particularly the Specifications for General Requirements, Safety, Asbestos, and drawings PL030 that has abatement references for the plan views. Both the Asbestos Remediation AND the Plumbing contractors shall have a valid and current Asbestos Certification to work inside of an Asbestos Containment Area. Example: The Plumbing contractor will be required to remove the dead leg inside of the containment area. Personal Protective Equipment (PPE) The Contractor is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) and access equipment (lifts, scaffolding, etc...) necessary to perform services identified in this SOW. Refer to the Safety Specification for further information. Containment Booth with HEPA filtration required. Asbestos Remediation equipment; respirators, Tyvek suits, etc. Approach General 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 to conduct a brief pre award site survey of the campus. This will be arranged through the contracting officer and conducted as a group or individually as per the contracting officer. Phasing This is a phased project. See phasing drawings and PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, SECTION 01 00 00 GENERAL REQUIREMENTS - 528A4-16-205 for phasing requirements. The contractor shall also refer to Asbestos Drawing PL030 and Asbestos specifications for planning and scheduling ALL asbestos work to be completed prior-to working on any non-asbestos area. Site Information Safety All Contractor personnel working onsite at the Medical Center will be required to attend a 1- hour 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 (30-hour for supervisors, refer to General Requirements and Safety Specifications for the complete contract requirements). Participation in this class is mandatory and must be done prior to the commencement of work on-site. Access All visits and access requests to the VAWNYHS under this scope of work shall be coordinated through the Contracting Officer Representative (COR) and approved as per the schedule submission requirements in the drawings and specifications. The contractor shall pay close attention to the ICRA Drawings for days and times to work in each critical area, Asbestos Drawings PL-030, the General Requirements Specifications, Asbestos Specifications and Project Schedules Specifications. Photography PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, Section 01 00 00 (General Requirements - 528A4-16-205), Article 1.31 requires the contractor to obtain the services of a professional photographer to document the entire construction process. As a reminder, 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). 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. 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 sections 3 of this SOW, whether they are listed here. 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 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 528A4-16-205 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 KO, COR, or Technical POC. VA WESTERN NEW YORK HEALTHCARE SYSTEM, BATAVIA VA MEDICAL CENTER DRAWINGS PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, SECTION 00 01 15 LIST OF DRAWING SHEETS (AS MODIFIED FOR VA PROJECT 528A4-16-205) lists all drawings for this construction effort. SPECIFICATIONS (AS MODIFIED FOR VA PROJECT 528A4-16-205) PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, SECTION 00 01 10 TABLE OF CONTENTS (AS MODIFIED FOR VA PROJECT 528A4-16-205) lists all relevant and modified construction specifications for this construction effort. 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 all other codes. 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. Requirements The Contractor shall provide personnel, material, services, and facilities to perform, accomplish, and deliver the required services detailed in this scope of work. General This section contains general information that is applicable for the duration of the contract (i.e. applies to all Parts of this effort). Status Updates The Contractor shall prepare and submit periodic status reports throughout the duration of the contract. The reporting period will begin at Notice to Proceed. The contents of status reports shall include but is not limited to the following information/topics: Summary and Current Status of Project Progress Accomplished (for the previous month) Refer to Project Schedules Specifications Progress Anticipated (for the next three months) Refer to Project Schedules Specifications Updated Schedule Refer to Project Schedules Specifications Problems Encountered and Anticipated Technical, Schedule, and Cost Risk Assessment Risk Mitigation Strategy Financial Data (i.e., allocated funding, obligations, expenditures, etc.) Status reports may be organized in Contractor specified format. Status reports will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC, *.DOCX) or Portable Document Format (*.PDF). Status reports shall be submitted via email to the KO and COR by the 5th business day of every month. Meetings Several different meetings are identified under this contract. Information contained within this section is relevant to all meetings identified in this contract. Any meeting specific details can be in its respective section of this SOW. Meeting Scheduling All meetings identified within this SOW are to be coordinated and scheduled with the COR. See Section 1.6.2 and Section 5.1 for more details. Meeting Agenda The Contractor shall provide a meeting agenda 5 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. Meeting Presentation Materials Any required presentation materials (e.g., handouts, slide presentation, design information, drawings, schedules, cut sheets, etc. ) shall be provided to the Government at the same time as the meeting agenda. Meeting presentation materials may be organized in Contractor specified format. Meeting presentation materials will be supplied as a digital product to the Government in a Microsoft Office compatible format (*.DOC, *.DOCX, *.PPT, *.PPTX), Portable Document Format (*.PDF), or AutoCAD (*.DWG, *.DXF) as applicable to the specific document and meeting. While email is acceptable method to receive this information, note that the VA has a size restriction for attachments on email. No email can be sent or received by the VA that is larger than 5MB. If meeting presentation materials are larger than this size, the Contractor must determine an alternate method to submit the required materials by the due date (e.g., FTP website, optical digital media, etc. ). Meeting Minutes The Contractor shall provide meeting minutes to document the discussion had during the meeting. The VA COR may provide their notes from the meeting in the form of an email and the contractor shall incorporate those notes into the minutes. he 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) Presentation materials used during the meeting should be included as enclosures 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. Construction The Contractors scope of work for Construction shall include, but is not limited to the following: 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 address their plan to meet the design intent, review the schedule, and review their plan to address any risks associated with the effort. This meeting shall comply with the terms of Section 3.1.2 of this SOW. See section 5.2 for the timing of this meeting. Site surveys shall be conducted in accordance with Section 1.6.2. Submittals In accordance with the terms of PG-18-1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 33 23 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES (528A4-16-205), the contractor shall provide submittals and shop drawings for review prior to starting work. All submittals shall be provided and approved prior to mobilization. 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. Preconstruction Conference and Requirement Once the submittals have been approved, the Contractor shall attend a Preconstruction Conference. This meeting will be a follow-up to the Kick-off Meeting and Site Survey. In preparation for this meeting the Contractor shall submit: An updated work plan that adds additional details based upon approved submittal information. Revised or new Activity Hazard Analysis (AHA) based on approved submittals Any additional clarifying details about the work to be performed that have been updated bases upon the approved submittals. Any action items resulting from this meeting shall be addressed prior to ordering any materials or beginning the actual construction work. This meeting shall comply with the terms of Section 3.1.2 of this SOW and the terms of PG-18-1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 35 26 SAFETY REQUIREMENTS (528A4-16-205); Article 1.6 Preconstruction Conference. See section 5.2 for the timing of this meeting. The Pre-Construction Risk Assessment (PCRA) has been completed by the VA for this project and it mirrors what is required in the contract documents for this project. As stated above and in the contract documents, the contractor shall provide all documentation outlined in the contract documents including but NOT limited to the following. Refer to specifications 010000 GENERAL REQUIREMENTS and 013526 SAFETY REQUIREMENTS As per the Pre-Construction Risk Assessment, safety department want the contractor to be prepared to submit all listed items, as part of their safety plan, infection control plan, confined space plan and plan to drill through concrete as follows but not limited to: When creating dust, the contractor shall have Negative Air with HEPA filtration going out the window. When creating dust, the contractor shall provide a work plan to the VA to shut down the Air Handling Unit in the basement of building and cover all ventilation (supply, return and exhaust). When drilling through concrete the contractor shall have in their work plan to have shrouds with HEPA filtration. Lock out and tag out any electrical panels to do electrical work Bypass fire alarm daily for the devices when creating dust. Provide a confined space plan for all work to be conducted in crawlspaces. Provide a shutdown noticed and tentative duration prior to shutdown. Provide work plan on all water/sanitary disruption prior to any shutdown. All work plans are subject for approval from the VA General Construction The Contractors scope of work for General Construction shall include, but is not limited to, the procedures outlined in PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS (528A4-16-205). Work includes, but not limited to, all labor, material, equipment, and supervision to perform the required demolition, modification, construction, and/or installation of the walk-in coolers and freezers and their subsystems as described in the drawings, specifications, and this SOW. Status Meetings The Contractor shall attend periodic status meetings with the VA to discuss construction progress, submittals, and RFIs during the project. The construction phase is anticipated to be no longer than 1 year. This time estimate includes the time required to perform the preparatory administrative work (e.g., plans, schedules, submittals, etc...) Status meetings will commence after the Preconstruction Conference is held (section 3.2.3). Status meetings shall be held every two weeks for the remainder of the effort. At a minimum, status meeting attendees shall be the VAMC COR and one person from the prime Contractor. Additional personnel may be invited to the meeting as required. As part of the last status meeting the resurvey of the site will be conducted (see PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, Section 01 00 00 (General Requirements - 528A4-16-205), Article 1.8, Paragraph C). The Contractor and/or Sub Contractor shall provide meeting minutes in accordance with the terms of Section 3.1.2. Verification Final functional verification of the installed equipment 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 / AE consultant These functional tests will be based upon manufacturer data and will be checked against VA regulatory requirements as applicable. All equipment installed will be subject to these tests. For any equipment that does not pass the functional verification test, the Contractor shall troubleshoot the issue and determine if 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 subsequently damaged equipment at no additional cost to the Government. If the FboNotice cause is the result of faulty equipment (manufacturer defect), the Contractor shall coordinate with the fabricator to repair and/or replace the faulty equipment and any subsequently damaged equipment at no additional cost to the Government. Delivery Technical POC The Contractor shall coordinate all visits and meetings with and provide the required quantity of submittals to Bao Nguyen VA Western New York Healthcare System Batavia VA Medical Center 222 Richmond Avenue Batavia, NY 14020 Phone: (585) 297-1186 Cell: (716) 220-0370 Email: Bao.nguyen5@va.gov Schedule and Submittals The Period of Performance for the total effort will not exceed 360 calendar days. Independent of the not to exceed period of performance, the Contractor shall comply with the individual relative and absolute timelines identified in this SOW. The Contractor is responsible for submitting a detailed schedule in accordance with PG-18-1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 32 16.15, PROJECT SCHEDULES (528A4-16-205). This schedule must include all administrative work (preparatory as well as any permitting or shut down requests) and must also show associated predecessor and successor logic associated with all tasks performed under this contract. Government Furnished Information, Materials, & Equipment The government shall supply the following information: All BATAVIA 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e2087d9667164eaa8df8ac2fc6009e6e/view)
- Place of Performance
- Address: Batavia VAMC 222 Richmond Avenue, Batavia, NY 14020, USA
- Zip Code: 14020
- Country: USA
- Zip Code: 14020
- Record
- SN06438889-F 20220826/220824230120 (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 |