SPECIAL NOTICE
Y -- PROJECT 526-15-112 Renovate and Modernize E.R.
- Notice Date
- 6/14/2022 12:22:00 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Response Due
- 6/28/2022 1:00:00 PM
- Archive Date
- 10/01/2022
- Point of Contact
- Patricia Cordero, Contracting Officer
- E-Mail Address
-
patricia.cordero@va.gov
(patricia.cordero@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- THIS NOTICE IS A MODIFICATION TO A PREVIOUSLY POSTED PRE-SOLICITATION NOTICE FOR THE RENOVATE AND MODERNIZE E.R. PROJECT AT THE JAMES J. PETERS DVA MEDICAL CENTER, BRONX, NY. THE SOLICITATION NUMBER IS 36C24222B0004 DESCRIPTION OF WORK: Project No. 526-115-112; Renovate and Modernize ER at the James J. Peters VA Medical Center, Bronx, New York.� CONSTRUCTION SERVICES GENERAL SCOPE/Statement of Work. The renovation of an approximately 9000 S.F. space on the 1st floor F Wing of the Main Hospital (Building 100) of the James J. Peters VA Medical Center to completely renovate the existing Emergency Department.� The work will be phased as shown on the contracting drawings and work must be done with minimal disruption to the surrounding areas. The work includes but not limited to the construction of barriers to comply with infection control and life safety regulations, selection demolition, general carpentry, electrical, plumbing and med-gas, fire protection and detection, HVAC, telecommunication, security systems, installation of millwork and/or casework, and interior finish work in accordance to the supplied specifications and drawings. In addition to the work laid out by the contract documents, the contractor shall also include the replacement of the Emergency Room outer canopy.� This shall include the demolition of the existing canopy and an installation of a new canopy that will cover almost the entire the sidewalk section outside the ER, especially the new ambulance entrance.� The contractor shall provide engineered shop drawings for this canopy and shall include electrical work to replicate optimal lighting conditions under the canopy as well as a lit �Emergency Room� sign.� Prior to installing the canopy, the contractor shall replace the sidewalk and curb outside the emergency room, taking care not to damage the top of the Breeching Tunnel nor the fresh air intakes.� The 6� steel tube columns may be rehabbed and reused if existing condition is not deteriorated.� A template of canopy can be provided upon request, but the contractor can submit their own proposed template for approval. All offerors must include the outer canopy work in their submitted bid as a separate line item in the base bid clearly labelled �Base Bid (A)� amount is $__________ plus Outer Canopy work �Base Bid (B)� amount of $ ___________, with a total Base Bid (A+B) of $______________. There are no bid alternates for this solicitation.� Award will be based on total Base Bid (A+B) Anteroom and smoke barrier wall will be constructed along the perimeter of the project before any construction work commences.� All proper infection control and life safety measure will be provided and coordinated with Infection Control and Safety Officer. Work is expected to be completed within __760____ calendar days from NTP As per VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors: Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor�s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be�collected�by the VA;�contractors�shall, at all times,�adhere to and ensure compliance with�federal laws designed to protect contractor employee health information�and personally identifiable information.� Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool.� Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact�and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces.� Contractors�shall, at all times,�adhere to and ensure compliance with�federal laws designed to protect contractor employee health information�and personally identifiable information.� Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. Notable skill trades: General Construction, Electrical, Mechanical, Plumbing Applicable NAICS Code: 236220. Estimated Completion Time:� 760 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB).� Prospective contractors must be registered and certified in the Center for Veterans Enterprise (CVE) VetBiz Registry database prior to submitting a bid: http://www.vetbiz.gov Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors.� Prospective contractors must be approved under NAICS Code 236220, with a Size Standard of $39.5 Million. The NAICS Code selected has been approved as the most appropriate for the project related tasks and SOW. This NAICS Code will not be subject for discussion or change. The cost range for this project is between $2,000,000 and $5,000,000. A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around July 1, 2022.� The bid submittal address, date and time will be included in the solicitation.� Specifications and plans will be available for download from the Sam website at https://www.sam.gov� Amendments to this solicitation will be posted on the Sam.gov website as well. Bidders are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of bid opening. All bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted.� E-mail questions concerning the solicitation to Patricia Cordero at patricia.cordero@va.gov.� Responses to this notice must include your firm�s capability statement in writing (email) and must be received no later than June 28, 2022 at 4pm Noon EST. Email: Patricia.Cordero@va.gov.� No telephone inquiries will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c525df94fd834472a877ea90362774ea/view)
- Place of Performance
- Address: Bronx, NY 10468, USA
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN06357264-F 20220616/220614230111 (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 |