Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOLICITATION NOTICE

Z -- Endo Suite Finish (436-23-132)

Notice Date
12/6/2023 3:06:41 PM
 
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
36C25924Q0099
 
Response Due
1/12/2024 1:00:00 PM
 
Archive Date
03/03/2024
 
Point of Contact
Jared Detton (CO), Contract Specialist
 
E-Mail Address
jared.detton@va.gov
(jared.detton@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
2 Rocky Mountain Network 19 | Montana VA Health Care System (436) 3687 Veterans Drive | P.O. Box 1500 Fort Harrison, MT 59636-1500 1.877.468.8387 | 406.442.6410 www.montana.va.gov Statement of Work Endo Suite Finish Project Scope The VA Montana Healthcare System requires the services of a qualified General Contracting firm to provide construction services for the replacement of approximately 1200 square feet of existing sheet vinyl flooring with VA approved high build glazed epoxy coating on walls and epoxy/resinous anti-skid flooring with 6-inch integral base. The VA also requires the installation of a flushing faucet to be installed in one of the procedure rooms. The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Existing Site Conditions. The project will take place in an occupied healthcare facility and the build activities will require construction to be phased in such a way as to minimize impact to staff and patients. Infection Control measures will be always required as defined in ICRA assessment, Level IV, Category 4, Type C. Construction activity will require constant coordination with VA personnel. Site Investigation is required for this project to ensure accuracy of design. The Contractor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to check in with the VA Facilities Management Services department and will be escorted to review the project for not less than 4 hours by the VA Contracting Officer Representative (COR). This work can be done in advance and is intended to limit unforeseen site conditions not indicated on the drawings. The final construction shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp Work shall be completed in conformance with the period of performance and the approved project schedule. The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. Due to requirements in NFPA 101 Life Safety Code, a minimum of two egress routes for each occupied space must be maintained. To ensure the safety of VA patients, staff, and tenants, work is to be structured to allow for egress routes to be maintained throughout the course of construction. Work requiring relocation of tenants, is subject to notification requirements. If Contractor provides a schedule resulting in any violations of NFPA 101 Life Safety Code during any work, they must also submit proposed interim life safety measures for VA review. Any action necessitated by NFPA 101 Life Safety Code will be the responsibility of the Contractor. Tasks and Requirements General Contractor Requirements Submittals must be reviewed and approved by the VA prior to the start of work. Project schedule with sequencing, durations, phasing, etc. All material submittals submit to COR for approval. Health and safety plan will be submitted to the COR for review and will require approval by the VA Montana Healthcare System s Safety department prior to the commencement of work. All demolition shall be required to remove abandoned utilities back to active main. Installation shall minimize any penetrations in finished walls to the extent possible and with any such penetrations repaired to match existing construction or meet and/or exceed required sound transmission coefficient (STC), smoke/fire partition rating requirements after completion of work. Any new construction shall match surrounding finishes unless indicated otherwise. Contractor and their Sub-contractors are to provide necessary submittals and plans for approval prior to commencing with any new work not shown/provided in the construction documents. All damage to floors, walls, ceilings, or any other VA property to be repaired/replaced by the contractor. Contractor shall be responsible for all construction debris removal. The contractor shall provide their own dumpster as needed. For interior construction the contractor shall provide dump carts and HEPA carts as needed. Dump carts are to be sealed with a tight-fitting lid during travel to and from the jobsite to the designated dumpster location. Dumpster location and debris removal pathway to be approved by the VA COR. Temporary egress and life safety signage to be provided by contractor and any ILSMs required shall be coordinated with VA COR and VA safety personnel. Description of Work: Infection control measures as stated in the ICRA in the solicitation. Remove in its entirety the existing welded seam sheet vinyl. Remove all existing wall and floor ceramic tile in room 363C. Repair the walls to match the current finish level and provide a smooth and uniform wall finish. Install VA approved high build glazed epoxy coating on walls and epoxy/resinous anti-skid flooring with 6-inch integral base. Final look shall be a smooth and uniform surface. Any seams to be at door thresholds per manufacture s recommendation. There shall be no seams in the interior of the rooms. Room 362D 55 sqft Room 362F 75 sqft Room 362J 10 sqft Room 362K 50 sqft Room 363 275 sqft Room 363A 275 sqft Room 363B 40 sqft Room 363C 50 sqft Room 363E -350 sqft The floor must meet the existing elevation so the door seals will still be able to create a controlled pressure room. Walls are to be patched, repaired, and painted to match the current finish level and provide a smooth and uniform wall finish. Replacement of foot pedal faucet with an Armstrong RADA MX1-40 flushing faucet or approved equal. Faucet shall be networked to existing Snider Electric building automation system. Period of Performance This contract is expected to start upon the issuance of the Performance Notice to Proceed (NTP) and be completed within 30 calendar days of issuance. Work Schedule Normal working hours are from 8:00 AM to 4:00 PM, Mountain Time. The Contractor shall discuss work hours with the COR prior to the commencement of work. To maintain schedule, work performed over the weekend may be allowed. Contractor shall coordinate these efforts with VA COR with a minimum 48-hour notice. Privacy Statement Information Security & Privacy Requirements: The C and A requirements do not apply, and a Security Accreditation Package is not required. Incidental exposure may exist from accessing the facility.  Staff will follow all privacy and security practices. Project Management Based on the above list of work items the general contractor selected must complete, maintain, and submit the following documentation and managerial requirements: Construction schedule including sequencing and durations. The schedule will be provided to the Contracting Officer s Representative (COR) ten (10) working days prior to the start of work. Site-Specific Safety Plan (SSSP) with an emphasis on tasks to be performed during the work. The SSSP must: Include a detailed description of how the work will be performed and be submitted with sketches, supporting documents, submittals etc. Include a Job-Safety-Analysis (JSA) for all tasks associated with Statement of Work (SOW) Be reviewed and commented by VA-Safety and COR prior to commencement of work. Maintain site supervision by a competent individual(s) with OSHA-30 certificates. OSHA-30 certified technician shall be onsite anytime work is being performed. Obtain VA identification PIV badges for all employees. Contractor to consider lead-time for badge procurement. Manage job-site access and security. Implement and maintain required ICRA and ILSM measures. Appendix P01 DWG.1 Endo Suite Finish (436-23-132) P01 SPECS Endo Suite Finish (436-23-132)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/918c8b1708a64d9c99c404b3a32888e4/view)
 
Record
SN06904230-F 20231208/231206230045 (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.