Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2023 SAM #7940
MODIFICATION

Z -- Project # 528-22-128 PHARMACY USP800 Buffalo VAMC

Notice Date
8/22/2023 4:35:43 AM
 
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
36C24223R0096
 
Response Due
7/24/2023 8:00:00 AM
 
Archive Date
09/22/2023
 
Point of Contact
Idalia Algarin, Contracting Officer
 
E-Mail Address
Idalia.Algarin@va.gov
(Idalia.Algarin@va.gov)
 
Awardee
null
 
Description
Design - Build Scope of Work Pharmacy Contingency Compounding C-SCA (USP 800) Project (528-22-128) 07 Jun 2023 General Information 3 Location 3 Background 3 Purpose 3 Objectives 3 Definitions 4 Scope 5 Approach 17 Site Information 18 Applicable Documents 19 Government Documents 19 Veterans Health Administration Western New York Documents 20 Non-Government Publications 20 Order of Precedence 21 Requirements 22 General 22 Investigative Services 24 Detailed Design (65%) and Construction Documents (95%) 25 Construction Documents (100%) 29 Construction Support Services 29 Site Visits 29 Construction 30 Verification 32 Delivery 33 Technical POC 33 Schedule and Deliverables 33 Government Furnished Information, Materials, & Equipment 34 General Information Location Services performed under this scope will be for and conducted in part at the VA Western New York Healthcare System (VAWNYHS), Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue, Buffalo, NY 14215. Background The Buffalo VAMC was originally constructed in 1947 and is comprised of 25 buildings and structures totaling 1.1 million square feet, The facility has existing Pharmacy prepares both hazardous and non-hazardous drugs and is defined as Medium Risk based on the criteria in USP 800, The existing facility includes an anteroom, two clean rooms, a hazardous and non-hazardous room. The clean rooms contain three laminar flow hood cabinets for sterile compounding and one biological safety cabinet for sterile hazardous preparations. Purpose The purpose of this project is to investigate, analyze, design and build a United States Pharmacopeia (USP) 800 compliant, Unclassified Containment Segregated Compounding Area (C-SCA) for sterile, hazardous drug preparations as an alternate compounding site to Back-up the main in-patient pharmacy cleanroom suite. The VA already has established a schematic design (SOW Attachment s), The buffalo VAMC requires a contractor to perform design-build services to complete the design and construct the space. Objectives The objective is to evaluate the existing spaces and supporting infrastructure to develop 100% design documents and construction for pharmacy contingency compounding (C-SCA) in Bldg1, Wing A, 7th floor (SOW Attachment 02), to continue serve patients and visitors and increase the safety, provide greater redundancy, increase reliability, improve aesthetics and overall user experience Detailed information for these objectives is contained in Section 3: Requirements. Definitions Design-Build (DB) is defined by the Department of Veterans Affairs (VA) as the procurement by the Government, under one contract, with one firm, for both design and construction services for a specific project, the construction contractor hire designer as a sub-contractor to perform the design. Contracting Officer (CO): The services to be performed under this contract are subject to the general supervision, direction, control and approval of the Contracting Officer. Project Manager (COR): The Contracting Officer's Representative responsible for administering contracts under the immediate direction of the Contracting Officer. Design-Build Contract: This term, as used herein, refers to the Contract to perform the design and construction of the project. Builder: This term, as used herein, refers to the contractor under this contract or the DB team. Designer: This term, as used herein, refers to the Architect Engineer s sub-contractor firm that is a part of the DB team and hired by the contractor, The Designer shall be registered in the state of New York. Engineers shall be registered in the state of New York and have a PE. VA: The VA team is comprised of Contracting and Facilities Engineering. The Contracting Officer is the only team member with authority to make contracting decisions. The Contracting Officer s Representative will be delegated the authority to make technical decisions on behalf of the Contracting Officer. Designer-Builder team includes all partners, consultants and subcontractors to a single firm. The Designer-Builder team shall provide Engineering disciplines for the preparation of construction documents, and construction contractor capabilities for construction of the project. Scope The attachments supplied are intended to provide a starting point for existing conditions, certain required items, drawings and specifications, and design parameters to be included in the project but must be verified for accuracy. It is the DB team s responsibility to complete the documents and construction in a manner consistent with the intent of the RFP within the required time period (contract length). It shall be the responsibility of the DB team to verify all items shown on the as-built drawings provided by the VA for this solicitation. The VA will not be held responsible for differing site conditions that is the responsibility of the DB team to verify. The bridging documents provided are a basis of design and general guidance only. All systems related to the existing spaces (communications, architectural, structural, electrical, mechanical, plumbing, sanitary, fire proofing, fire protection, fire detection, building controls, slab penetrations, roofing, hazardous material abatement, etc.) are within the scope of this effort as required to support the final design. Final C-SCA is expected to be constructed in BLDG 1, 7th Floor, A-Wing (specifically existing rooms 707A, 708A, 709A). Addition to rooms (707A, 708A, 709A), the work includes the ceiling in hallway to support HVAC modifications and duct work installation. Abatement work is anticipated to be required within the construction areas as well as BLDG 1, 6th Floor, A-Wing below the proposed C-SCA area to address below slab plumbing system removals and reconfigurations. Select demolition, architectural finishes, plumbing, insulation, and fireproofing may be required on the 6th floor to restore impacted areas post remediation. Exterior work on the roof of the 10th or 11th floor will be required to install high velocity discharge fans. Exterior work will also be required for windows and building envelope modifications and exhaust duct routing and installation between the 7th floor and the rooftop fan installation location. Structural work in the ceiling of 10 or 11 architectural finishes restoration, fireproofing, etc . SOW Attachments: The following list of documents are attached to this SOW for DB team s use and incorporation into the project documents: Proposed Design Layout for new Pharmacy (See SOW Attachment 01) Proposed Location for new Pharmacy (See SOW Attachment 02) Non-Contact Visitor System Clean Room (See SOW Attachment 03) Sensitive Infrastructure Data Classification FOUO (See SOW Attachment 04) Proposed demolition detail (See SOW Attachment 05) Program guide, PG-18-15 Volume C A/E Submission Instructions for Minor and NRM Construction program dates November 2008 (See SOW Attachment 06) Touchless Door Opener (See SOW Attachment 07) Campus Map (See SOW Attachment 08) Recommend sliding door detail (See SOW Attachment 09) Emergency Release Egress Controls (See SOW Attachment 10) Hallway Construction detail (See SOW Attachment 11) Recommend ADA sink detail (See SOW Attachment 12) Root of duct work to the roof (See SOW Attachment 13) Roof condition- Wing A (See SOW Attachment 14) Proposed HVAC Detail (See SOW Attachment 15) Recommend RTU detail (See SOW Attachment 16) Recommend LED 2X4 Light detail (See SOW Attachment 17) Recommend LED 2X2 Light detail (See SOW Attachment 17) Recommend wall dimmer switch detail (See SOW Attachment 18) Recommend LED Exit sign detail (See SOW Attachment 19) Recommend pass-thru air lock window detail (See SOW Attachment 20) Recommend shoe cover dispenser detail (See SOW Attachment 21) Proposed Biological Safety Cabinet (BSC) detail (See SOW Attachment 22) 7th floor smoke and fire barriers detail (See SOW Attachment 23) Existing Floor Plan for 6th, 8th, 9th, 10th, 11th (See SOW Attachment 24) Proposed Medicine Refrigerator detail (See SOW Attachment 25) Investigative Effort Investigative effort is already developed by the VA to provide a schematic design, the VA will deliver to the DB team all the Information gathered and the associated analysis conducted under this investigative effort and the DB team shall use this information to drive the overall design approach. Also, the DB team is responsible to verify all the information gathered through the investigation by the VA and to collect all required info to finish the design. Design Effort An overview of the current, anticipated elements to be included within the design effort are listed below and serve as the basis of design (*Note that this list is subject to change based upon the outcome of the investigative efforts analysis and reports) Note that the design will need to include a project phasing plan that will limit negative impacts on campus operations and allow the hospital to continue to serve patients and visitors. All drawings shall adhere to VA project software requirements for Building Information Modeling (BIM) and Computer Aided Design (CAD) available at http://www.cfm.va.gov/til/projReq.asp. BIM software shall be Revit 2019 or the latest version available to Buffalo VAMC. The DB team shall provide a computer 3D model and prepare various 3D renderings to present to VA throughout the 65% design phase to adequately represent architectural, mechanical/electrical/plumbing (MEP), site conditions and other items in the design to aide with facility visualization and contractor coordination. The project BIM model minimum requirements shall be developed to include the systems described below as they would be built, the processes of installing them and to reflect record drawing conditions (possibly incorporating into the VA Buffalo Medical Center (VABMC). The deliverable model at the SD, DD and CD design phases shall be developed to include as many of the systems described below (but not limited to) as are necessary and appropriate at that design phase. Architectural/Interior Design Square Footage/Volume Room Names and Numbers Architectural Schedules Architectural Specialties and Woodwork Doors Windows Floors Ceilings Vertical Circulation Walls/Curtain Wall Sizes, Shapes, & Material Data General Signage Schedules Furniture Equipment Structural Mechanical HVAC Plumbing Electrical/Telecommunications Power and Lighting Other Engineering Data as Required Asbestos/Hazardous Material Info Security System Information (Access Control, Security Cameras, Panic Alarms, Overhead Paging) Life Safety Information (Fire Extinguishers, Wall Ratings, Door Ratings, Fire Protection/Alarms) Any other drawings related to this design and required to develop the 100% design All work shall be done in accordance with VA Design manuals, VA Construction standards, OSHA Safety Standards and all applicable NFPA codes. Also, the DB team shall be provided the following: VA Buffalo Medical Center (VABMC) 3495 Bailey Ave Buffalo, NY 14215 Pharmacy Contingency Compounding C-SCA (USP 800) 528-22-128 12/28/2022 10 | P a g e Demolition: The builder shall start the demolition after the designer received the approved 65% submission, the approved 65% submission shall answer all the questions, comments, and RFI from the VA engineers, Fire safety, and office of healthcare engineering. The designer shall Provide Demolition Drawings and details, the demolition shall include but not limited to: Full Interior demolition of existing three rooms (707A,708A,709A) and associated bathrooms located in Bldg1, Wing A, 7th Floor. The demolition includes but not limited to: (see (SOW Attachments 05)) Remove existing partition walls full height floor to floor between room (707A and 708A) and wall between (708A and 709A). Remove existing bathroom and sink and all associated plumbing in rooms (707A and 708A), and (707A-1). Remove all the electrical outlets, devices, switches, ceiling lights , data outlets, fire alarm devices, intercom devices, Wi-Fi etc.) and all associated boxes, wiring and parts back to their source. Remove existing medical gas outlets and all associated fittings, valves, pipes and associated parts back to their source. Remove existing sprinkler heads and all associated parts rooms 707,708,709. Remove exiting doors and door frames of rooms 707,708,709. Remove existing doors and door frames for bathroom rooms 707A-1. Remove existing Hard Ceiling and all associated parts in rooms 707,708,709. Remove existing flooring tile, any flooring finishes and all associated parts in rooms 707A,708A,709A. Remove existing Radiator heaters and all associated part and piping in rooms 707A,708A,709A. Removal of portion of the exterior window frame, glazing or panel for installation of new exhaust duct to rooftop exhaust unit. Any loose furniture and equipment will be removed by the VAMC. Full demolition of the existing acoustic ceiling grid and tiles, Lights, Sprinkler heads and supply/return diffuser etc. of the hallway outside the proposed pharmacy scope of work location, see (SOW Attachment 11) for the limit of removal. Provide drawings and details for temporary isolation and construction partition wall barrier during the demolition and construction phases. Removing water supply lines and sanitary sewer lines back the source including permanent capping or plugging of the lines. This work may not result in the creation of dead-legs in the water supply system. Develop an outage plan to accommodate plumbing, HVAC, electrical and fire protection demolition. The design shall provide phasing detail for any outage during demolition. The design shall provide the minimum outage to the area impacted by the demolition. Construction: The Builder shall start the construction after the Designer received the approved 95% submission, the approved 95% submission shall answer all the questions, comments, and RFI from the VA engineers, Fire safety, and office of healthcare engineering. The designer shall Provide construction Drawings and details; the construction shall include but not limited to: Structural: Provide structural design method, drawings and calculation to support the new exhaust roof top unit on the roof and all associated accessories and devices. Provide structural design method and calculation to physically support the exterior duct work run from 7th floor to the roof (RTU). Provide structural design detail drawings which include connections to be added to the existing roof associated with new RTU and exhaust unit. Provide structural design detail on the roof plan to support installation of the top mounted exhaust fan. Architectural: Provide Phasing diagrams detail and plan to minimize the impact to patients, employees, traffic area at the location of new construction and around associated work areas. Provide life safety plan and details, include location of existing smoke and fire barriers including doors that may be affected by the new work, include phasing drawing of how emergency egress will be maintained during the course of the project, see (SOW Attachments 23). The contractor shall be responsible for development of the construction phasing plan, infection control risk assessment plan (ICRA), preconstruction risk assessment (PCRA) and the interim life safety measures plan. Provide full drawings and detail for the demolition, see (SOW Attachments 05). Provide separate detailed equipment plan, equipment schedule and associated annotations to be coordinated with the new floor plan. BSC shall be furnished by the VA and installed by the G.C, see (SOW Attachments 22). Provide separate furniture schedule, including furniture furnished and install by others. Provide design method, drawings and associated solution to incorporate vertical exterior exhaust duct attached to the existing façade of the hospital. Coordinated w/ Structural design. Provide full detail, schedule and diagrams for the flooring plan, the floor shall be resinous meeting the requirements of the VA RE-3 flooring classification: A- Epoxy flooring basis of design manfu: Stonhard or approved equal. B- Basis of design product: Stontec ERF or approved equal. C- Floor base shall be 6 min. high integral base matching floor finish material. D- The floor design shall provide detail of flush transition from base to wall finish. E- The floor design shall provide integral demarcation line between the storage and Segregated Compounding Area (C-SCA) or a color contrasting color change between the areas. The floor finish design shall provide waterproof protection membranes, coatings or finish which prohibit liquid transferring to the floors below. Provide full drawings, detail, schedule and diagram for the reflected ceiling, the ceiling shall be: A- Suspended acoustical tile ceiling manfu: Armstrong or approved equal for the office area, see (SOW Attachment 01), also review See VA Design guidelines for size and style. B- Suspended Gypsum Board tile painted ceiling for the storage and Segregated Compounding Area (C-SCA) area (Solid ceiling with no joints), see (SOW Attachment 01). Provide full drawings, detail, schedule and diagram for the new partition walls, the partition walls shall be: A- 3-5/8 metal studs at 16 o.c. (appropriate gauge for vertical span) with 1-layer 5/8 type X GWB each side to provide a minimum of a 1-hour fire rating. (Equivalent or better than UL#419). B- The existing windows in the storage and the C-SCA spaces shall be completely sealed and locked form the interior side. C- Provide reconstruction of partition wall/chase at new hand sink as required to fit new sink and provide appropriate clearance for ADA accessibility. D- New 3-5/8 metal studs at 16 o.c. partition wall (appropriate gauge for vertical span) shall be constructed between the Storage and C-SCA spaces and the existing exterior windows to provide total environmental isolation from exterior windows. Provide Insulation batts in the stud cavity floor to floor, as well as paint finishes on the exterior and interior sides of the new partition, see (SOW Attachments 05). E- Repair to match any partitions and constructions disturbed by demolition work to coordinate with new finishes and provide appropriate new or matching fire rating or existing smoke barriers. F- Provide patching or fire sealants of ALL penetrations in existing partitions surrounding the renovated spaces to conform to code and other regulations. Provide full drawings, details, schedule, appropriate door hardware and diagrams for the new doors and door frames. The doors and frames shall be as follows: A- Automatic Sliding doors compliant with ISO Class 5 cleanroom, with electric drive operators and associated accessories. B- The VA references the use of the following sliding door manuf.: Horton type Negative, Positive, & Combination Pressure room Systems isolation doors with breakaway feature on active slider only or an approved manufacturer equivalent, see (SOW Attachments 09). C- The sliding door package frame shall not exceed 7 -0 in width x 7 -6 in height (total unit size) with a minimum clear opening width of 3 -6 wide. D- The sliding door shall include touchless operators with hand-wave motion sensor activation included on both sides of each sliding door unit. (4 touchless activation sensors are required) All hardware, controls and accessories shall be provided with the door package, see (SOW Attachments 07). E- The main door, frame and hardware entering the pharmacy area from the existing hallway shall be 3 -6 width and 7 -0 height with a minimum 1-hour fire rating. Hardware requirements as per VAM guidelines and direction from VA for security purposes. Provide full drawings, details, phasing, schedule for full renovation of the bathroom in room (707A-1), the bathroom shall be excess from the area 706-A. Provide full drawings, detail, phasing, schedule and diagram to replace the acoustic ceiling grid and tiles in hallway, also to install new LED lights, sprinkler heads and the supply/return diffusers. The pharmacy shall include stainless steel pass-thru air lock box and should be compliant with the USP 797, USP 800 Design guide, see (SOW Attachments 20) or approved equal and see (SOW Attachments 01) for VA recommended location. Provide full drawings, detail, schedule for the ceiling and partition wall paint, the paint shall be: A- The VA recommend to use for Storage and C-SCA walls and ceiling are to be Epoxy manfu: Sherwin-Williams aquarmor WBU water-based urethane gloss or approved equal. B- The VA recommend to use for office walls basis of design manfu: Sheriwn-Williams PRO industrial waterborne catalyzed epoxy high build glazed coating or approved equal. C- Provide minimum 2 coats of primer and 2 coats of finish paint or more to achieve full paint color density and required coverage. Colors selection shall be by VA. Provide full drawings, detail, schedule and diagram for the millwork/casework, see (SOW Attachment 01) for initial casework layout and detail Fire Protection: Provide full drawings, detail, schedule and diagram for the fire protection, the fire protection shall be: A- One sprinkler head in each space ( office, storage, C-SCA) or as per latest NFPA regulations. B- The sprinkler heads shall be quick response type and not be concealed. C- Provide detail to replace the existing sprinkler heads in the hallway outside the pharmacy (SOW Attachment 11), required further investigation by the designer. D- The design detail shall provide all hangers, supports, expansion of existing sprinkler line as necessary to accommodate new location of new heads see (SOW Attachments 05). Provide full drawings, details, fixtures schedule and diagram for the fire protection work in room (707A-1). The design/construction shall provide phasing detail for any outage during demolition, expansion and installation of the sprinkler heads. The design/construction shall provide the minimum outage to the area impacted by the construction. Plumbing: Provide full drawings, detail, fixture schedule and diagram for the plumbing work, the plumbing shall be: A- Provide stainless steel sink with built-in emergency eye wash station. B- The sink shall be complaint with ADA requirements. C- The sink shall be in location where show in the (SOW Attachments 01) for space and plumbing purposes, also provide reconstruction of wall chase as needed to accommodate new sink. D- The VA recommends to use this sink: model: Just Manufacturing Company JPH-ADA- 2230-CT or approved equal, see (SOW Attachments 12). E- Provide drawings and detail for all the demolition of existing plumbing fixtures. Provide full drawings, details, fixtures schedule and diagram for the plumbing work in room (707A-1). The design/construction shall provide phasing detail for any outage during demolition, expansion and installation of the sink. The design/construction shall provide the minimum outage to the area impacted by the construction. All plumbing dead legs created as the result of this project shall be removed. Mechanical: Provide full drawings, detail, mechanical schedule and diagram for the HVAC work, the HVAC shall be: A- Provide full detail, dimensions, schedule and installation method for the exhaust roof top Unit and associated accessories. B- The VA recommend to us Greenheck High Plume Exhaust fan, see (SOW Attachments 16) or approved equal. C- Provide full drawings detail, dimension, schedule of new ductwork plan. D- The HVAC Plan shall provide all the details and calculations of ACH, CFM, sizes of ductwork, diffusers etc. E- Provide full detail and schedule for the mechanical Rooms (office, storage, C-SCA) air balance chart F- The exhaust roof top unit shall be powered from electrical EM Panel source and be continuously operational 24/7. G- The exhaust roof top unit shall be designed and sized to provide a minimum of 35 ACH. H- Provide drawings, detail, diagram and calculation for the duct work from the pharmacy through the windows and up to the roof, see (SOW Attachments 13) and (SOW Attachments 14). I- The RTU shall have Automatic and manual dampers to adjust the ACH. J- All the supply diffusers shall have high efficiency particulate air (HEPA) filtration. K- the SCA shall be negative pressure and provide a minimum of 12 ACH according to the USP 800 design guide, also 0.03 minimum of water column must be maintained relative to adjacent spaces. L- The storage area shall be negative pressure and provide a minimum of 6 ACH according to the USP 800 design guide, also 0.03 minimum of water column must be maintained relative to adjacent spaces. M- The office area shall be positive pressure according to the USP 800 design guide, also 0.02 minimum of water column must be maintained relative to adjacent spaces. Provide full drawings, details, mechanical schedule and diagram for the HVAC work in room (707A-1). The VA designed the initial one-line diagram of the HVAC in the pharmacy, see (SOW Attachments 15). The design/construction shall provide phasing detail for any outage during demolition, expansion, extending and installation of the HVAC. The design/construction shall provide the minimum outage to the area impacted by the construction. The VA recommend to use the existing AHU located in room 722-A for the supply/return air. Electrical: Provide full drawings, detail, fixtures schedule and diagram for the electrical work, the electrical shall be: A- The entire pharmacy shall be powers from electrical EM panel according to the USP 800 design guide, see (SOW Attachments 02) for location of existing electrical EM Panel. B- The Existing AHU shall be updated to receive power from existing electrical EM panel located in room 722-A. C- All devices in the pharmacy shall be hospital grade rated with stainless steel cover plates. D- All wires in the pharmacy shall be hospital grade rated. E- No exposed and aluminum wires allowed by VA design guide. F- All the ceiling lighting shall include EM battery backup. G- The VA recommend to use for the Storage and office area 2x2 LED clean room, static troffer, hospital grade, flush steel, universal voltage with dimming capable basic design Lithonia or approved equal. H- The VA recommend to use for the office area 6 recessed LED downlight, hospital grade, flush steel, universal voltage with dimming capable basic design Lithonia or approved equal. I- The VA recommend to use recessed exit LED sign, stainless housing, universal voltage basic design Lithonia or approved equal, see (SOW Attachments 19). J- The VA recommend to use for the C-SCA area 2x4 LED, recessed, hospital grade, universal voltage basic design Lithonia or approved equal, see (SOW Attachments 17). K- All the switches shall be dimming capable, universal voltage, basic design Lithonia (sPODMRA) or approved equal, see (SOW Attachments 18). The pharmacy shall be included pressure/temp/humidity controlling system, see (SOW Attachments 01) for VA recommend location. The pharmacy shall be included intercom station system, also the intercom shall be stainless steel and shall be voice activate and touchless at the C-SCA area, see (SOW Attachments 01) for VA recommend location and see (SOW Attachment 03) or approved equal. The pharmacy shall be included battery charger and researchable battery pack for PPE equipment, see (SOW Attachments 01) for VA recommend location. The pharmacy shall be included shoe cover dispenser, see (SOW Attachments 01) for VA recommend location and see (SOW Attachments 21) or approved equal. The pharmacy shall be included control access door (card reader) for the main door, see (SOW Attachments 01) for VA recommend location. Provide full detail, line diagram and schedule for the TEL/DATA outlets where needed for the equipment, workstation and other units. Provide detail, line diagram and schedule for the security camera s, the cameras shall be compliant with USP 800 design guide and covering the three locations (office, storage, C-SCA) and also outside the main door. Provide full drawings, details, electrical schedule and diagram for room (707A-1). The design/construction shall provide phasing detail for any outage during demolition, expansion, extending and installation of the electric. The design/construction shall provide the minimum outage to the area impacted by the construction. Fire Alarm: Provide full drawings, detail, fixture schedule and diagram for the fire alarm work, the fire alarm shall be: A- The fire alarm devices shall be compliant with USP 800 design guide. B- The existing fire alarm system in the VA is Simplex (Johnson control). C- The pharmacy shall be included Audio/Visual device at each room (office, storage, C- SCA). D- No smoke/CO detectors required according to VA design guide and life safety. Provide full drawings and detail for the fire alarm riser and schedule. Provide full drawings, details, fire alarm schedule for room (707A-1). The design/construction shall provide phasing detail for any outage during demolition, expansion, extending and installation of the fire alarm. The design/construction shall provide the minimum outage to the area impacted by the construction. As Built and Record Documents VA Record drawings will be provided upon request. 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 responsibility to perform field investigation and verify of the accuracy of the drawings with the actual conditions. Quality Assurance/Quality Control Plan The DB team is responsible for reviewing the work done by any subcontractors that the DB team has hired to assist with the completion of this SOW. The DB team 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 Consultant to validate the work their subcontractors perform. See PG-18-15: MINIMUM REQUIREMENTS FOR A/E SUBMISSIONS (as modified for (528-22- 128)), Part I, Section D. Hazardous Materials Hazardous Material Removal is anticipated for this project. The DB team is required to perform an inspection (to include destructive investigation and testing if necessary) of the areas to be renovated to identify and test suspect materials. If no suspect materials are identified and no tests conducted, then the DB team shall document this result in writing on corporate letterhead. If suspect materials are identified and tested positive for hazardous materials, then the DB team shall submit a written report documenting the survey conducted that includes the test results. The DB team shall then be responsible for developing the appropriate abatement drawings and specifications in accordance with PG-18-15: MINIMUM REQUIREMENTS FOR A/E SUBMISSIONS (as modified for (528-22-128)), Part I, Section O. Construction Cost Estimate The DB team is responsible for the development of an independent construction cost estimate at several points throughout the design process. The DB team shall advise the Contracting Officer in writing if the anticipated cost of the construction effort is considerably different from the construction limitation dollar amount (i.e., the funds allocated for the construction effort). Personal Protective Equipment (PPE) The DB team is responsible for obtaining / providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) necessary to perform services identified in this SOW. Approach This Scope of Work has been broken down into general requirements that are applicable to the entire contract as well as several separate parts: General (Section 3.1) Detailed Design (65%) and Construction Documents (95%) (Section 3.4) Construction Support Services (Section 3.6) Site Visits (Section 3.7) Construction (Section 3.7) The DB team shall adhere to the general requirements when providing any design related services or construction services. Desig...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2fb72bbbce2f48128c61b4d1376eb3d7/view)
 
Record
SN06800843-F 20230824/230822230052 (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.