Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2019 FBO #6550
DOCUMENT

S -- 528A4-19-212 CANTEEN BURIED PIPING - Attachment

Notice Date
10/30/2019
 
Notice Type
Attachment
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24220Q0067
 
Response Due
11/6/2019
 
Archive Date
2/4/2020
 
Point of Contact
Tanya Baldwin
 
E-Mail Address
baldwin@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
The Batavia New York Veterans Hospital located at 222 Richmond Avenue, Batavia NY 14020 is seeking interested Small Business Concerns and Other Than Small Business firms for a firm-fixed price contract to perform construction services to correct a floor drain and grease trip in the VA Canteen. NOTE: THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PLANNING PURPOSES. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE OR AN INVITATION FOR BID. RESPONSES IN ANY FORM ARE NOT OFFERS. THE GOVERNMENT IS UNDER NO OBLIGATION TO ISSUE A SOLICITATION AS A RESULT OF THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. All interested firms should monitor this website (http://www.fbo.gov) for any future solicitation or updates for this requirement. A synopsis for this requirement may be posted on or around November 18, 2019. RESPONSES REQUESTED FROM INTERESTED FIRMS: Interested firms should indicate their interest in writing, as early as possible, but no later than November 6, 2019 with the following minimum information. Indicate which set-aside you qualify for under NAICS code 562998 All Other Miscellaneous Waste Management Services, Size Standard $7.0M: 8(a), HUBZone, SDVOSB, VOSB, WOSB, Small Business or Other Than Small Business. Contractors may suggest a different NAICS code for consideration. A positive statement of your intention to submit an offer/bid when the solicitation is issued. DUNS Number or Cage Code. Provide evidence of recent experience (past 5 years) in work similar in type and scope as the Prime contractor. For each contract/project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses. Contractors shall be registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ prior to any contract award. Provide responses via email to tanya.baldwin@va.gov NLT November 6, 2019 at 3:30 PM EST Page of 6 SCOPE OF WORK Canteen Buried Piping CONSTRUCTION SERVICES Project # 528A4-19-212 Period of Performance: 1 months from NTP to completion General Information: Project Description: Project Overview The Batavia, New York Veterans Hospital is requesting construction services to correct a floor drain and grease trap in the VA Canteen. The Canteen is in room G25 (REFER TO DWG-1 through DWG-3) at the Batavia, New York Veterans Hospital is located at 222 Richmond Avenue in Batavia, N.Y. 14020. General Description: The Canteen Services are NOT part of the Veterans Administration Hospital as they lease space from the VA and provide services to our Veterans, Staff and Families including a convenience store, cafeteria and barber shop. This contract will entail working concurrently inside of the project area while the Canteen is open for business. This contract will need to work during normal business hours where the Canteen will be open for business and this project shall anticipate doing extremely obtrusive work such as saw cutting the floor off hours. The Canteen staff will allow us the room that we need to complete our scope of work. The objective as part of this scope is to have all this work completed concurrently with Canteen operations and to fully re-open the Canteen for business in 4 weeks. It is encouraged that the contractors walk the site during the pre-bid walk through to understand the scope of work for this project. The services that are required as part of this contract are as follows; Refer to drawing DWG-1, DWG-2 and the scope of work below. Grease Trap and Floor Drain Under Equipment Area 1 Saw cut the floor to remove the old grease trap and relocate the floor drain as indicated on DWG-2. The saw cut dimensions are approximately 35 square feet and the depth of work is approximately 18 inches. This will include the saw cut for both the grease trap and floor drain in Area 1. Practice extra caution after saw cutting and digging down into the earth as it is not well documented as to what is under the floors. Remove the earth around the area where you will excavate and dispose of. When work is completed, fill in the void with pea gravel around work area in the floor. Pour Portland Cement with rebar as per the specifications to match the exiting depth of the floor. Dowel the rebar into the existing floor slab. Patch and repair floors to match existing 6x6 red clay floor tile and black grout. The intake and outlet of the grease traps are 3 inches in diameter. The intake is galvanized and the outlet is cast iron. The intake elevation is 15.5 top of pipe to finished floor. The outlet elevation is 15.5 top of pipe to finished floor. Remove and replace the grease trap with a grease trap that is designed to handle 12 Gallons Per Minute and has the same inlet and outlet size. The grease trap shall be stainless steel and be accessible at the floor level with a diamond plate stainless steel cover. The grease trap shall have a capacity to hold 5 gallons of grease for every quarter (3 months). Provide submittals for approval. Saw cut the area to access the 3-inch floor drain. The floor drain shall be relocated approximately 6 feet in the direction indicated on DWG-2 (verify with VA COR). The reason for the floor drain relocation is that new coolers will be located where the current drain is presently located. Coordinate with VA COR prior to locating the floor drain. The existing floor drain to be removed is 2 inches in diameter and shall be replaced with a 3- inch floor drain. The existing 2 floor drain trap shall be replaced with 3 trap and all supporting piping shall be 3. The pipe shall be schedule 40 cast steel service weight with push rubber connection. Provide a floor drain connected to the cast steel pipe with a brass strainer. Provide submittals for approval. The floor drain piping shall connect back into the inlet piping to the grease trap as indicated on DWG-2. Floor Drain Area 2 Saw cut the floor approximately 12 square feet and 18 inches deep to locate the damaged pipe under the slab. Refer to DWG-2. Practice extra caution after saw cutting and digging down into the earth as it is not well documented as to what is under the floors. Remove the earth around the area where you will excavate and dispose of. When work is completed, fill in the void with pea gravel around work area in the floor. Pour Portland Cement with rebar as per the specifications to match the floor depth. Dowel the rebar into the existing floor slab. Patch and repair floors to match existing 6x6 red clay floor tile and black grout. Locate the 3-inch schedule 40 cast steel drain pipe that is damaged, replace the damaged section. Provide shoring under the repaired and replaced section to prevent the pipe from dropping again. Have COR verify. Provide new cast steel pipe from the floor drain to the repaired section. Special Condition Work Parameters Move all of the kitchen equipment into a storage conex as pert of this contract. Contractor to visit site prior to bidding to see what equipment shall be moved by the contractor into a storage conex. Provide hard barrier containments with negative air HEPA filtration and manometers on the exterior of the containment area for duration of work. The containments shall be fire rated with a self -closing fire rated door. containments for all saw cutting work to mitigate dust. The containment shall be drywall that is primed and painted as this will appear to be a finished wall for the duration of work. The canteen will remain in operation. All personnel in containment for saw cutting shall be wearing respirators and all other OSHA required personal protective equipment during saw cutting. This is as per the most recent OSHA silica dust working standards. Saw cutter shall NOT be gas. The saw cutter shall be electric or battery operated. Provide generator to power saw cutter if necessary. The contractor shall provide a safety plan to the VA COR to submit to safety for approval prior to work. Provide negative air with HEPA filtration. Provide temporary heat detectors to maintain the fire protections system during construction. These heat detectors shall be connected to our Batavia Fire Alarm system. The concrete pour shall have supporting rebar doweled into the existing rebar. Provide submittals for approval on all materials. The work for this project will take place during normal business hours and off business hours to accommodate the time frame for this project. All extremely obtrusive work including but NOT limited to saw cutting shall take place off hours such as after 3PM during the week or weekends. This project is on a strict time constraint and the contractor shall work to adhere to this schedule to get the Canteen back open for the Veterans Services. VA COR and the Contracting Officer shall be the only point of contact for all work pertaining to this project. Part I Construction 1. General: Construction shall take place during normal working hours and after hours to meet the construction timeframe if necessary and through coordinating with the VA COR. During construction the boiler plant will be occupied by facility personal.. GENERAL INTENTION Contractor shall repair work that is outlined under General Description at the VA Medical Center, Batavia NY. Furnish all necessary labor and materials. Visits to the site by Bidders may be made only by appointment with the Contracting Officer or COR. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Prior to commencing work, general contractor shall provide proof that a OSHA certified competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. Training: All employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA CP with input from the ICRA team. The supervisor of the work shall have a 30-hour OSHA certificate. Submit training records of all such employees for approval before the start of work. STATEMENT OF BID ITEM(S) ITEM I, GENERAL CONSTRUCTION: SCOPE OF WORK A. GENERAL CONSTRUCTION Provide all mobilization and demobilizations services. The mobilization work associated with the facilities mentioned shall be done in a safe and workmanlike manner and shall conform to all pertinent state and local laws and regulations. It is the CONTRACTOR'S responsibility to develop a work plan detailing, at a minimum, the procedures to be employed, the equipment and materials to be used, the safety plan to be used during the work, and a schedule defining the duration of the work with milestone subtasks. General Contractor to provide site supervision during all work. CONSTRUCTION SAFETY General: Contractors are required to comply with the Occupational Safety and Health Act of 1970. This will include the safety and health standard found in CFR 1910 and 1926. Questions regarding occupational safety and health issues can be addressed to the COR or Contracting Officer. Tools/Equipment: Under no circumstances are equipment, tools and other items of work to be left unattended for any reason. All tools, equipment and items of work must be under the immediate control of your employee. Signs: Signs must be placed at the entrance to work areas warning people of your work. Signs must be suitable for the condition of the work. Small pieces of paper with printing or writing are not acceptable. Accidents and Injuries Contractors must report all accidents and injuries to the COR. REFER TO 010000 GENERAL REQUIREMENTS AND OTHER SPECIFICATIONS FOR WORK PERTAINING TO THIS PROJECT. >>>END<<<
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24220Q0067/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24220Q0067 36C24220Q0067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5207304&FileName=36C24220Q0067-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5207304&FileName=36C24220Q0067-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Batavia New York Veterans Hospital;222 Richmond Avenue;Batavia;NY
Zip Code: 14020
 
Record
SN05486272-W 20191101/191030230654-40485a2405411f592f50c081034b22d9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.