DOCUMENT
Y -- VA263-16-R-0094 Carpet Bldg. 48 1st Floor (to include asbestos removal) 656-16-837. Sole Source Pre-solicitation Notice. - Attachment
- Notice Date
- 2/16/2016
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Richard Digatono;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26316R0094
- Response Due
- 3/3/2016
- Archive Date
- 6/10/2016
- Point of Contact
- Richard Digatono
- E-Mail Address
-
d.Digatono@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Contractor shall furnish all labor, materials, tools and equipment required to completely and satisfactorily remove approx. 3,010 S.F. of existing carpet and base material and install approximately 2,900 SQ/FT of Armstrong 51839 Fortress white VCT flooring and approximately 900 linear feet of Johnson Brown Vinyl base. Tile and base to be purchased by contractor. Vendor is to install approximately 128 Sq/Ft of VA owned Constellation #710 Shooting Star carpet and install approximately 50 linear feet of carpet base to match existing height of old carpet base. Carpet base to be created by contractor/subcontractor from VA material. The carpet base shall have Navy Blue sewn top and sides to include around convector covers to give a neat and clean appearance. This shall be completed by the contractor/subcontractor. This project will be implemented in six phases. Each phase will comprise of relocation of occupants, removal of furniture, carpet removal and abatement of the old VCT, VCT installation and replacement of furniture. Contractor has five (5) business days to complete each phase. VA has five (5) business days between each phase for Fixture, Furniture and Equipment (FFE) and patient relocation. Abatement containment shall be erected within the boundaries of each phase existing walls are the construction barriers. Doors to remain closed and locked at all times when materials are not being transferred through doors. Patching and painting of all damaged walls due to tape removal base removal cuts etc. shall be completed by contractor and accepted by the Contracting Officer's Representative (COR). Finished patching and painting shall be free of flashing equivalent to a level 5 finish. Vendor is to skim coat the floor as needed using Ardex feather finish cement based underlayment or an equivalent floor leveling product, anticipate 1.500 S.F. of space of floor leveling at an average of 1/8" depth. All rooms will require some leveling. Onsite visit and verification of site conditions for all areas required before bid. Contractor to notify COR and allow for COR inspection of floor leveling prior to install if finished flooring. Terrazzo locations will be covered with VCT and Vinyl base. Prepare (clean as needed) Terrazzo to accept VCT and Vinyl base to be installed free of defect. All gaps between vinyl base Terrazzo base and wall to be caulked with a matching color caulk by the contractor. Caulk shall match vinyl wall base color. Vendor is to supply all tools, glues, transition strips and other material needed to complete this project. Contractor shall adhere strictly to State and Federal OSHA standards. Contractor is to send OSHA 10 cards carrying employees. Contractor is responsible for the safeguarding of their tools and equipment. All tools and equipment are not to be left unattended and are to be secured when the contractor is not present at the work site if not being supervised by the contractor. Licensed asbestos abatement contractor to remove approximately 3,010 square feet of asbestos containing mastic under floor tile and carpet in Building 48, first floor. The work will be completed in six separate phases. The Contractor shall: Vendor to abide by MPCA, MDH, MNOSHA, EPA, and OSHA rules and regulations. Vendor will provide proper negative air units operational for the duration of the job, and set up appropriate barriers for the scope of the project. All appropriate critical barriers and containment are to be utilized at all times. Upon completion of the mastic removal, area will be mopped twice with a tide solution. Vendor will provide a project report to include copies of au licenses, permits, qualifications, fit tests, and certifications of all those working on this project, to include a copy of their current asbestos license from Minnesota. Also to be included in report are daily log and any air monitoring that occurred during the project as well as the waste manifest. The IH shall perform continuous air monitoring, inspection and testing outside and inside regulated areas, provide onsite analysis of air samples, ensure that asbestos contractor workers are clean shaven, and conduct pre-abatement and post-abatement inspection with the VA IH. Vendor to obtain certificate of workers acknowledgement and affidavit of medical surveillance, respiratory protection and training/accreditation for each worker that is on site to do the job. Conduct clearance monitoring. Provide VA with a final report which includes all applicable from the following: air monitoring methodology, certificate of visual inspection, clearance air sampling sign-in sheet, certificate of air clearance, sample location drawings, certificate of completion, laboratory analysis results, contractor's license, contractor's insurance certificate, contractor's state notification and amendments, contractor's asbestos-related work project permit, contractor's asbestos project plan, contractor's daily sign in sheets, contractors daily log, contractor's enclosure sign-in sheet, worker's certificates/licenses/medical clearance, OSHA personal air sampling record, landfill manifest, on-site monitor qualifications, air monitoring notification, and PLM bulk laboratory reports.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26316R0094/listing.html)
- Document(s)
- Attachment
- File Name: VA263-16-R-0094 VA263-16-R-0094_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2561245&FileName=VA263-16-R-0094-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2561245&FileName=VA263-16-R-0094-000.docx
- File Name: VA263-16-R-0094 J_A B48-1 Carpet b.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2561246&FileName=VA263-16-R-0094-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2561246&FileName=VA263-16-R-0094-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-16-R-0094 VA263-16-R-0094_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2561245&FileName=VA263-16-R-0094-000.docx)
- Place of Performance
- Address: St. Cloud VA Medical Center;4801 Veterans Dr;St. Cloud, MN
- Zip Code: 56303
- Zip Code: 56303
- Record
- SN04020730-W 20160218/160216234419-3ff81e8a24ea6a020151f07cb3754d4a (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 |