DOCUMENT
H -- Fire Stop Barriers - Attachment
- Notice Date
- 2/11/2014
- Notice Type
- Attachment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;Lebanon VAMC;Acquisitions (Bldg 19);1700 South Lincoln Ave;Lebanon PA 17042-7529
- ZIP Code
- 17042-7529
- Solicitation Number
- VA24414Q0462
- Archive Date
- 3/13/2014
- Point of Contact
- Carl Devitz
- E-Mail Address
-
8
- Small Business Set-Aside
- N/A
- Description
- THIS OPPORTUNITY IS AVAILABLE ONLY TO SMALL Businesses. The Lebanon VA Medical Center is soliciting bids under Solicitation No. VA244-13-Q-0462 for the following: General requirements: Provide all labor, materials, equipment, supervision and quality assurance necessary to perform a service contract for quarterly inspections, and all associated repairs of the fire stop barriers at the Lebanon VA Medical Center located at 1700 South Lincoln Ave. Lebanon, PA 17042. Quarterly inspections shall be conducted during the months of April, July, October and January. This service includes, but is not limited to the following: 1.1 hour rated barriers and 2 hour rated barriers as shown on hospital supplied drawings (undated), install Hilti brand fire stop materials as per ASTM-814 specifications. Because of the complexities of older facilities, engineering judgments may be utilized for sealing penetrations that have unique configurations. All engineering judgments will be submitted to the chief engineer for approval. The contractor will provide the best possible solution for the chief engineer while maintaining life safety as its primary goal. 2.Building 1 floors G thru 6 includes all smoke and fire walls as shown on supplied AutoCAD drawings. 3.Building 17 floors 1 through 5 includes all smoke and fire walls as shown on supplied AutoCAD drawings. 4.Building 18 floors B thru 5 includes all smoke and fire walls as shown on supplied AutoCAD drawings. 5.Building 19 floors G through 3 includes all smoke and fire walls as shown on supplied AutoCAD drawings. 6.Building 101 first floor includes all smoke and fire walls as shown on supplied AutoCAD drawings. 7.Building 102 first floor includes all smoke and fire walls as shown on supplied AutoCAD drawings. 8.In order to ensure that the scope of work remains as indicated noted drawings are to be signed by the contractor and by engineering service. 9.Contract cost to be based on normal maintenance activities. Contract cost does not allow for renovations or large modifications, such as missing wall membrane larger than 12 inches by 12 inches. If such modifications are encountered, the contractor is to notify the chief engineer for direction, and then, if applicable, to request any appropriate contract adjustments. 10.Unless caused by the contractor, no stoppages of the contractor's work will occur. 11.Smoke walls are to be sealed on one side of the penetration only. Fire rated walls are to be sealed on both sides of the penetration. 12.Penetrations will be accessible. 13.Contract does not include construction of access panels. If hard ceilings prevent the contractor from access to rated barriers, the contractor will notify the chief engineer to discuss the installation of access panels, and, if appropriate, to provide price quotes for possible contract adjustment purposes. 14.Contract does not include the removal/replacement of obstructions; such as piping, electrical conduit, and ductwork. If obstructions are encountered, the contractor will provide solution recommendations to the chief engineer. In some cases it may be impossible to remove the obstructions without effecting operations. 15.Adequate storage space, at this facility, for contract material will be provided, after the contractor first discusses the storage space location with the chief engineer. 16.As discussed above, any work over and above contract specifications must be covered via contract amendment or separate purchase order before any such work is completed. Failure to conform with this statement will result in nonpayment for the additional work performed. The Solicitation documents will be available for download from the web https://www.fbo.gov on or about February 14, 2014. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Government will not provide paper copies of the solicitation. Offerors will be responsible for downloading their own copy of the solicitation package, subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the Interested Vendor Listing at https://www.fbo.gov, "Interested Vendor List". Individual copies of the Interested Vendor List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the RFQ will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed. All requests for information or questions regarding the solicitation must be submitted in writing to the Contracting Officer via mail or by email: carl.devitz@va.gov no later than Close of Business, February 28, 2014. No telephonic or fax requests will be honored. In accordance with FAR Part 36.204, the magnitude of this project is between $30,000 and $70,000. NAICS Code 238990 with a small business size standard of $14 million. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. The government is also contemplating the use of two option periods for this requirement. Option period will be subject to the availability of funds and continued need for the service. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. Contractor must have a Dun & Bradstreet rating of seven (7) or lower.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA24414Q0462/listing.html)
- Document(s)
- Attachment
- File Name: VA244-14-Q-0462 VA244-14-Q-0462.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1201671&FileName=VA244-14-Q-0462-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1201671&FileName=VA244-14-Q-0462-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-14-Q-0462 VA244-14-Q-0462.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1201671&FileName=VA244-14-Q-0462-000.docx)
- Record
- SN03286605-W 20140213/140211234931-92f6446ec3435213f46d2ff42758e72f (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 |