SOLICITATION NOTICE
Y -- 632-19-107 Repair Steam Leak between Building 37 and Pit 6
- Notice Date
- 3/5/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24219B0027
- Response Due
- 3/19/2019
- Archive Date
- 6/17/2019
- Point of Contact
- Richard.Adu@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This notice is for Solicitation Number 36C24219B0027, Project Number 632-19-107 Repair Steam Leak between Building 37 and Pit 6 at the Northport VAMC, 79 Middleville Road, Northport, NY 11768-2200. This shall be a Service Disabled Veteran Owned Small Business(SDVOSB)Set-Aside. As a result, all SDVOSB may submit a bid, which will be considered by the agency. This project is classified under NAICS Code 236220, and has a size standard of $36.5 Million. The cost estimate range for this project is $25,000 and $100,000. Scope of Work: The scope of work shall generally consist of, but not limited to the following: This Project will remove and replace a section of damaged steam piping between Pits 6 & 7 (between Buildings 61 and 37) at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. Existing piping is believed to be 5 inches in diameter, and comprised of Schedule 40 cast iron enclosed within a rigid, non-friable Asbestos containing material insulation. The Contractor shall furnish labor and materials and perform work as required by drawings and specifications. Work includes general construction; installation of new sub-surface steam piping and insulation (approximately 10 to 25 linear feet in quantity, and a pre-engineered, direct-buried, drainable-dryable-testable system consisting of Schedule 80 piping); removal and disposal of damaged steam piping; sitework; asbestos removal; utilities survey and demarcation; grading; and certain other items. Per VA Division 33 - Utilities Master Specifications, Section 33 63 00: Steam Energy Distribution, Part 2.2: Pre-Engineered, Factory-Fabricated, Direct Buried, Drainable-Dryable-Testable (DDT) Systems, the new system will be a high temperature pre-insulated conduit system that will consist of a heavyweight, seamless high density polyethylene outer jacket, a nominal 2 high temperature foam insulation, an inner conduit casing of 10 gauge steel, mineral wool or high temperature foam insulation, and a carrier pipe which will contain a 25mm (1 inch) minimum air space between its insulation and casing. Carrier pipe guides and supports will be spaced to a maximum of 3000mm (10 feet) on centers, no greater than 1500mm (5 feet) from pipe ends, with a minimum of three guides per elbow section. As required by OSHA 29 CFR 1926.651(b)(1), the estimated location of utility installations, such as sewer, telephone, fuel, electric, water lines, or any other underground installations that reasonably may be expected to be encountered during excavation work, shall be determined prior to opening an excavation. 1. All underground utilities in the work area must be positively identified, at Contractor s own expense, by a private utility locating service. Prior to digging, the Contractor shall submit proof that the underground utilities have been marked and shall obtain approval to dig from the Resident Engineer. Before commencing or engaging in any excavation or demolition or removal of existing structures, the Contractor shall provide notice of the location and date of the planned excavation or demolition to the one-call notification system serving the Medical Center. Such notice shall be served in accordance with Code Rule 53 of the State of New York. When the exact location, dimensions, etc. cannot be verbalized, the Contractor shall pre-mark the work area to adequately identify the work site. The planned dig site will be outlined/marked in white prior to locating the utilities. Use of the American Public Works Association Uniform Color Code is required for the marking of the proposed excavation and located utilities. Digging will not commence until all known utilities are marked. Utility markings will be maintained. 2. Whenever contract work involves chipping, saw cutting, or core drilling through concrete, bituminous asphalt or other impervious surfaces, the existing utility location must be coordinated with station utility departments in addition to location and depth verification by a third party, independent, private locating company. The third party, independent, private locating company shall locate utility depth by use of Ground Penetrating Radar (GPR), X-ray, borescope, or ultrasound prior to the start of demolition and construction. Outages to isolate utility systems must be used in circumstances where utilities are unable to be positively identified. The use of historical drawings does not alleviate the Contractor from meeting this requirement. 3. Excavations will be hand dug or excavated by other similar safe and acceptable means as excavation operations approach within 3 to 5 feet of identified underground utilities. Exploratory bar or other detection equipment will be utilized as necessary to further identify the location of underground utilities. The Contractor must physically verify underground utility locations by hand digging using wood or fiberglass handled tools when any adjacent construction work is expected to come within 3 feet of the underground system. Digging within 2 feet of a known utility must not be performed by means of mechanical equipment; hand digging shall be used. If construction is parallel to an existing utility, the utility shall be exposed by hand digging every 100 feet if parallel within 5 feet of the excavation. This contract does not involve VA Patient Identifiable or Health information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. Project Completion: 120 calendar days from receipt of Notice to Proceed All other details and information shall be contained in the solicitation which shall be posted on www.fbo.gov. The solicitation will be released on or about March 30, 2019. The response submittal address, date and time will be included in the solicitation. This project requires bonding and all responses/submissions to the solicitation to be posted later shall be in hardcopies. Faxed or e-mailed bids will not be accepted. All prospective bidders must be currently registered in www.sam.gov, www.dnb.com (Duns and Bradstreet)and be registered and verified as a Veteran Owned Small Business (VOSB)in www.vip.vetbiz.gov at the time of offer submission and before award of this procurement. End of Description. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219B0027/listing.html)
- Place of Performance
- Address: Northport VAMC;79 Middleville Road;Northport, NY
- Zip Code: 11768-2200
- Country: USA
- Zip Code: 11768-2200
- Record
- SN05239615-F 20190307/190305230006 (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 |