Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2022 SAM #7463
SOLICITATION NOTICE

Z -- 676-22-120 Repair Campus Fire Dampers (VA-22-00064922) at the Tomah VA Medical Center Tomah, Wi

Notice Date
5/5/2022 1:05:00 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25222B0029
 
Archive Date
07/04/2022
 
Point of Contact
(414) 844-4860, Donita Grace, Contract Specialist, Phone: Kristi Kluck, Fax: Contracting Officer
 
E-Mail Address
donita.grace@va.gov
(donita.grace@va.gov)
 
Awardee
null
 
Description
PRE-SOLICITATION NOTICE Solicitation 36C25222B0029 Project: 676-22-120 Repair Campus Fire Dampers Location: Tomah VA Medical Center 500 E. Veterans Street Tomah WI 54660-3105 The intent of this project is to repair existing dampers, test, label and document smoke and fire dampers and install access panels for ease of access for future inspection. The Contractor shall furnish all labor, equipment, tools, materials, and supervision necessary to perform all work repairs in strict accordance with this Statement of Work. All work shall be performed in accordance with all current NFPA, Local, State, and Federal building codes and all stated specific requirements. Repair Fire Dampers: SERVICES TO BE PROVIDED: Based on current campus facility drawings, failure report, and other information provided to contractor, Contractor agrees to provide the following services with respect to building's dampers: See Attachment -A Fire Damper Failure Report for details of work to be accomplished for each location. Use all commercially reasonable efforts to locate and, once located and accessed, operate (i.e., actuate) identified dampers in the facilities and repair/replace as noted. Remove and reset fusible links on fire dampers, to verify such Fire Damper fully closes and if necessary, replace any fusible link that is compromised (per National Fire Protection Association Code Lubricate all moving parts on each Damper. Clear each damper of any debris that would impede such damper's normal operation. Coordinate with COR and local fire department to place facility fire alarm system in ""test mode"", if necessary, to conduct inspection of the smoke and/or combination Dampers. Manually activate actuators on electric and pneumatic smoke and/or combination Dampers to verify proper operation of such damper. Identify on VA provided spreadsheet and drawings for the locations of each damper and place identification stickers/labels on ceilings or other location to assist in locating such dampers following inspection. 2. Install Access Panels/Doors Not used... Installation of access panels as noted in Attachment A. This portion of work requires diligent prior coordination and planning of demolition and installation. Supplied Interim Life Safety Management (lLSM) forms will be completed and forwarded to the COR/CCR for all work locations l week prior to start of work. ICRA barriers will be required for all construction work. Although not required, the use of a ""shark tank"" style ICRA barrier system is 2recommended due to the number of locations. Access panels will match existing surface A stamped metal tag will be affixed to each damper with report cross-reference number. A tag will be affixed to Ceiling grid or wall to identify Damper location for ease of inspection. Digital photographs of each damper before and after performance of the inspection services (showing each Damper opened and, where operable, closed). Period of Performance is 45 calendar days after Notice to Proceed (NTP). The NTP shall be issued approximately 14 calendar days after award once required payment and performance bonds and certificate of insurance is provided. The North American Industry Classification Code (NAICS) for this procurement is 236220 Commercial and Institutional Building Construction with a size standard $39.5 Million applies. Estimated price range for construction is between $25,000 and $100,000.00. Pursuant to Public Law 109-461, this solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible vendor IAW VAAR Subpart 819.70; https://www.va.gov/oal/library/vaar/vaar819.asp#8197001 (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in VIP CVE-VetBiz database at:  https://www.vip.vetbiz.gov.   The solicitation, specifications and drawings will be posted on SAM.gov | Contract Opportunities on, or about May 13, 2022. A pre-bid site conference and a site walk-through for this solicitation is tentatively scheduled for the week May 18, 2022 (exact time and location shall be provided with the formal solicitation package). All interested offerors, subcontractors and suppliers are strongly encouraged to attend. Vendors are responsible to monitor and download the solicitation and any amendments associated with this solicitation from SAM.gov | Contract Opportunities Point of Contact: Donita Grace donita.grace@va.gov and Kristi.Kluck3@va.gov. // END OF DOCUMENT//
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee2d8e246317476f8fa7f1119917b98b/view)
 
Place of Performance
Address: Tomah, WI 500 E. Veterans Street Tomah VA Medical Center Tomah, WI, 53214-1476
 
Record
SN06318491-F 20220507/220505230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.