SOLICITATION NOTICE
Y -- REPLACE MAIN KITCHEN FREEZERS Project 526-21-111
- Notice Date
- 1/12/2024 7:15:44 AM
- Notice Type
- Solicitation
- 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
- 36C24223B0046
- Response Due
- 1/22/2024 11:00:00 AM
- Archive Date
- 02/21/2024
- Point of Contact
- Patricia Cordero, Contracting Officer
- E-Mail Address
-
Patricia.Cordero@va.gov
(Patricia.Cordero@va.gov)
- Awardee
- null
- Description
- ThinkForm Design Architect LLC 38 EAST BROAD STREET, SUITE 3 HOPEWELL, NJ 08525 P: 855.821.0274 F: 609.644.4397 ThinkFormArchitects.com January 9, 2024 Rev Re: Project # 526-21-111- VAMC Bronx, Main Kitchen Freezer Replacement Below is a compiled list of all RFI s submitted for this solicitation with VA/AE responses to RFI s 1-19. Contractors must bid accordingly. Please confirm if the new walk-in coolers and freezers are to be furnished and installed by the contractor. VA/AE Response: Yes, new walk-in coolers and freezers are to be furnished and installed by the contractor. Please confirm the basis of design for the new walk-in coolers and freezers is Bally. VA/AE Response: Yes, Bally is the Basis of Design for the new walk-in coolers and freezers. (See Specifications Section 09 06 00, Part 2.3) There is a spec section for Structural Steel Framing, but no drawings. Please provide structural drawings identifying all the Division 5 work. VA/AE Response: The structural steel framing for the exterior condensing units is listed as a delegated design submittal per spec section 05 12 00 (see paragraphs 1.4.G and 2.1). See general mechanical note M on drawing sheet M-101 for additional information and guidance. Contractor shall retain the services of a qualified professional engineer for the design and detailing of the steel dunnage. Drawing A101 detail 3 states quarry tile to match existing. Please specify the manufacturer and type of existing quarry tile so that contractor can procure the correct material price. Also provide specs for the quarry tile work. VA/AE Response: Quarry tile basis of design is American Olean, Quarry Regular, Canyon Red Square (0Q01), tile dimensions, and finish to match existing. As this project work is in the kitchen area, please specify the work hours. VA/AE Response: Off-hour work will be required for ALL demolition activities for each phase, for all construction barrier and anti-room work which will be required for all phases, and for any work that will need to be done outside of the construction site, and in the Kitchen Area for Infection Control measures (eg: work above ceiling tiles in kitchen area, relocating electrical conduit, or any work that is considered dust producing) . Also, refer to Specifications, Section 01 00 00, Part 1.6, and note L at dwg. AD100. Finish schedule has base bid and deduct alternate. Is the work in deduct alternate to be disregarded? As there is no bid form with separate bid alternates. If agency wants deduct alternate then please provide a detailed bid form with various alternates listed. VA/AE Response: The VA has chosen to move forward with a Base Bid with NO alternates for this project. Contractors must bid accordingly and pay attention to Base Bid work and all requirements. Please disregard Bid Alternates 1-4 listed in General Requirements 01 00 00 Section 1.3 . There is a spec section 07 13 00 for sheet waterproofing. Please identify this work on construction drawings. VA/AE Response: Sheet waterproofing with be installed at concrete pads on grade, see notes at Dwg.1/A100 ,, compacted sub base with 10mil plastic poly sheet There is a spec section 09 05 16 for Subsurface Preparation for Floor Finishes. Please advise if agency wants contractor to consider this self-leveling underlayment work at the new flooring work. Contractor cannot determine on his own if its required or not. VA/AE Response: Refer to floor assembly details 3 &4 /A101, which indicate the requirement for self-leveling substrate. Drawing A100 states to provide ( 4 ) temporary rollable coolers in phase 1, but phase 2 states to provide ( 2 ) coolers and ( 2 ) freezers. So please confirm which is correct and specify the correct count of temporary rollable coolers and freezers for both phases. VA/AE Response: Solicitation/Design Documents specify the following numbers: Phase I: 4 temporary coolers. Phase II: 6 temporary coolers (4 coolers installed in Phase I +2 additional coolers installed in Phase II) + 2 temporary freezers. The VA has confirmed this information as well. Please provide a detailed scaled elevation drawing for the signage work. VA/AE Response: See attached existing signage pictures below. New signage at new door should resemble old signage as a replacement in kind. . Drawing A100 states to provide Temporary Frozen Trailer for phase 2. Please provide all the details like manufacturer, model, size, capacity, etc and how long it has to be rented by contractor. Also please confirm agency will provide free electric power to run this trailer. VA/AE Response: Refer to keyed notes #8 and #9 on drawing E-101 for basis of design trailer and the requirements for the electrical contractor. The contractor will be required to provide any temporary source of power for the temporary trailers as per note below, and/or as directed by the project COR. Power for the temporary freezer trailers as well as rental period will be required for the entire duration of the project and is the responsibility of the contractor. Contractors must bid accordingly. Additional VA Response to RFI 11: Solicitation drawing E-101 note below: Drawing A100 states Condensers to be installed atop 24 depth steel dunnage. Please provide details of structural steel members/drawing to build the dunnage. Will these structural steel members have to be hot-dipped galvanized? AE Response: Refer to response to RFI #3 above. Structural steel members shall be hot-dipped galvanized in accordance with specification section 05 12 00 paragraph 2.5.A. Please provide the contact information of the current DDC controls contractor. VA Response: The existing DDC contractor is ITC. Daniel DeStefano Project Manager ITC Services 117-19 14rd College Point NY 11356 917-567-9917 718-939-8801 New concrete pads are to be constructed at the rear of the building; please advise that construction vehicles will be allowed to reach close to the location of new pads. VA Response: Installation of the concrete pads are a responsibility of the bidding contractor s means and methods for construction; there are various ways that the concrete can be transported to the site, including pump, hose, wheelbarrow, etc from the adjacent loading dock area. It is possible that a concrete truck can be parked at the closest corner of the loading dock area if space is available. Does the VA have a preferred security vendor under contract at the hospital? If so, could you provide contact information as relates to the camera installation per the contract drawings? VA Response: Ralph Ovale Vantage Burglar Alarm Corp. Complete Security Management 5440 Little Neck Parkway. Little Neck, NY 11362 Suite 3 Cell 516-779-0624 | Office 718-423-2555 | Fax 718-423-3709 Email: RalphOvale@VantageAlarmCorp.com Due to the limited access to an access point to remove any material from the basement, is the contractor allowed to leave a hoist in place at the access hatch shown to us on the walkthrough? VA response: Contractor must secure all access to the construction site including the sub-basement. A hoist will be allowed as long as the site is left secured when work is not being done. A secure chain link construction fence around outside work must be installed in order to ensure safety and security of work site. Is the contractor permitted to install a ramp at the back side of the building to install the concrete and equipment due to elevation differences? VA Response: See response to above RFI 14. Installation of the concrete pads are a responsibility of the bidding contractor s means and methods for construction. Contractors will not have access from the street (Sedgwick Avenue). During the sidewalk we reviewed some areas where we could exhaust the negative air exhaust duct but did not confirm if we have enough above the ceiling to install the temp ductwork to the window. Will ductwork below the ceiling be permitted if access is limited? VA Response: Negative pressure ductwork below the ceiling is NOT allowed anywhere inside the kitchen area. Contractors must re-route ductwork for negative pressure as necessary. RFI-5 What is the new bid date and time? VA response: The bid date is extended and the bid opening date will now be 1/22/2024@2PM EST. Attachments: Below photos showing existing signage provided by AE END OF RFI RESPONSES
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51de62fee3c84c2d95e664bf1329cc62/view)
- Record
- SN06934676-F 20240114/240112230038 (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 |