DOCUMENT
Z -- Mechanical Door Replacement VAMC Manchester 100% SDVOSB Set a Side - Attachment
- Notice Date
- 8/12/2011
- Notice Type
- Attachment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Veterans Affairs;VAMC Bedford;200 Springs Road;Bedford MA 01730
- ZIP Code
- 01730
- Solicitation Number
- VA24111RQ1170
- Response Due
- 9/12/2011
- Archive Date
- 10/12/2011
- Point of Contact
- David Bullerwell
- E-Mail Address
-
rings
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DEPARTMENT OF VETERAN AFFAIRS STATEMENT OF WORK MECHANICAL ROOM DOOR REPLACEMENT 1.0INTRODUCTION The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. The contractor shall provide all the equipment, material and labor to remove and replace existing doors and frames as outlined. These doors and door frames are confirmed to contain lead based paint and will have to be removed and disposed of in compliance with all required local, state, and national regulations associated with the abatement and disposal of lead painted products. 2.0BACKGROUND It is believed that all of these doors are original to the buildings construction date of 1948. The single doors are used for outside access to the basement mechanical rooms to Building #2 room M2, Building #3 room M3, Building #4 room M4, Building #5 room M5, and Building #6 room M6. Including the double doors located on the west side of Building #7 room G1. This is an exit door from the boiler plant. All of these doors are no longer weather tight and have windows and louvers that do not meet the VA's current security requirements. All of the door frames are mounted into masonry and\or concrete material. All doors have tested positive for lead paint. All work to remove, dispose, and replace these doors is to comply with Federal, State, local, VA, EPA, and OSHA requirements. Worker safety plans, respiratory programs, medical monitoring, and work plans are to be submitted for review and acceptance prior to the start of work on site 3.0SCOPE Contractor shall provide lead abatement services and the removal and replacement of exterior doors as scheduled in amendment A. The replacement frames and doors will be steel insulated and have fire rating of 90 minutes. All rated door assemblies must be clearly labeled on the hinge side of the frame and installation certified. The doors will be supplied primed ready for painting; the government will paint all finished doors and frames. All work performed on the removal of lead based material and the installation of the new doors and frames shall be performed during regular working hours. The contractor must comply with all applicable NFPA, OSHA, EPA, and VA codes along with all Federal, State, and Local rules and regulations throughout the course of this project. It is recommended and expected that the prospective bidders visit the site to evaluate the existing installation to develop an accurate estimate for bidding and the development of an accurate work plan. There will be one opportunity to visit the site and review the existing conditions coordinated by the COTR. Task #1: The contractor will provide all the labor, material and supplies to complete this project. The contractor is responsible for all fees and permits necessary for the work of this project. The Contractor will provide timely submittals to the COTR per section 6.0 below. Upon approval of Notice to Proceed, the contractor will be allowed to start work on the removal and the replacement of the mechanical room doors on one building at a time, ensuring that the setup of the required containments, monitors, and signage is in place. Only one building will be worked on at a time, ensuring that all mechanical rooms will be secured at the end of each work shift. The sizes of all the identified areas to be repaired are approximated and may vary. All the areas to be repaired will require complete removal of all loose and damaged material. The areas will need to be properly prepared with back filling, and repair, etc. before installation of new doors. All site activity will have prior approval and be coordinated with the COTR including but not limited to the issuing of all ICRA's, ISLM's, Hot Work permits, approval, of all hazardous chemicals and MSDS, etc. to ensure the safety of all Medical Center employees, visitors, patients as well as all contractors. All work will be performed as to minimize the interference of the daily operation of the Medical Center. Task #2: Finish work will include the patching and painting of any surfaces that have been affected by the removal or installation of doors or frames. All work areas will be left clean, neat and safe at the end of each work day, this is mandatory; there will be no exceptions for the daily clean up requirement. All construction waste shall be appropriately stored. The Contractor shall arrange for all waste to be recycled or disposed of in accordance with all Federal, State, or local laws and regulations including the local VA GEMS Coordinator. 4.0APPLICABLE REFERENCES AND DIRECTIVES 4.1The provisions of all applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at www.va.gov/facmgt. 4.2Specifications: 01 00 - General Conditions 4.3Specifications: 01 33 - Shop Drawings 4.4Specifications: 02 41 - Demolition 4.5Specifications: 02 83 - Lead Based Paint Removal and Disposal 4.6Specifications: 08 34 - Doors and Frames 4.7Specifications: 09 91 - Painting 5.0 PERFORMANCE REQUIREMENTS There is no bulk storage on VA property; however there is some space for the parking of temporary storage trailers and dumpsters with permission applied for through the COTR. The contractor must supply their own storage trailers and dumpster. Contractor vehicles, including those of their employees, are to park in parking lot D or E. The only exception to this rule is that one vehicle carrying equipment of material which is for immediate use may temporarily park near the work site. All work must be scheduled with the COTR a minimum of two weeks in advance of all construction activities. Permission for this exception is required from the VA Police. Smoking is only allowed in designated location. VA personnel familiar with the facilities physical plant and structures will be available during the field investigations. The contractor will be required to provide competent traffic control persons at all times during any construction activity. This work must be completed with the least amount of disruption to the daily operation of the Medical Center and avoid any unnecessary inconvenience to patients, visitors and employees. Performance Period: The period of performance is forty five days (45) after the notice to proceed. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Normal working hours are Monday thru Friday, 7 AM to 3:30 PM. Place of Performance: The work will be performed at the VA Medical Center located at 718 Smyth Road in Manchester New Hampshire on Buildings # 2, 3, 4, 5, 6, and 7. 6.0Submittals The contractor will submit a project schedule and work plan including a procedure for the removal, handling and the proper disposal of all lead containing material by a company that in licensed in the State of New Hampshire as a lead Contractor. The VA will provide the third party oversight for the door and frame removal work. This does not relieve the contractor or its sub contractors from the responsibility to perform personal monitoring of their workers in performance of this work if required by regulations. Proof of licensure for the lead contractor and all their workers and supervisors who will be working on station is required to be submitted for review and acceptance prior to the start of work on station. Additionally, worker safety plans, respiratory programs, and medical monitoring, are to be submitted for review and acceptance prior to the start of work on site. Clearance testing (wipe samples) for the work area is required for the areas where the lead painted items are removed. Areas that do not pass wipe tests are to be re-cleaned prior to any retesting. Re-cleaning is to be at no cost to the government and is to be included in the contract price. If necessary, additional retesting after the initial and first retest will be at the cost of the contractor by a laboratory acceptable to VAMC. The laboratory proposed by the contractor shall be a participant in good standing in the National Lead Laboratory Accreditation Program (NLLAP). The Contractor shall complete and submit an Activity Hazard Analysis (AHA). A blank AHA form is available at http://www.swf.usace.army.mil/pubdata/safety/PDF/blank_AHA_Form.pdf. The Contractor shall also submit proof of completion of OSHA Construction training, 10 hour course for all workers assigned to the site and 30 hours for site supervisors. The contractor will also submit a work schedule for the review and approval of the Contracting Officer or COTR. The contractor will provide submittals for all material including doors, frames, door hardware that is Best Lock compatible, all chemicals including MSDS data sheets, for advance approval before any items are brought on the VA property. The Contractors schedule shall include a minimum two week review period for all submittals. END OF SCOPE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/VA24111RQ1170/listing.html)
- Document(s)
- Attachment
- File Name: VA-241-11-RQ-1170 VA-241-11-RQ-1170_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=231617&FileName=VA-241-11-RQ-1170-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=231617&FileName=VA-241-11-RQ-1170-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-241-11-RQ-1170 VA-241-11-RQ-1170_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=231617&FileName=VA-241-11-RQ-1170-000.doc)
- Place of Performance
- Address: VAMC Manchester;718 Smyth Road;Manchester, NH
- Zip Code: 03104
- Zip Code: 03104
- Record
- SN02533443-W 20110814/110813000942-6b00bed495054a7e9459646933986569 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |