Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2023 SAM #7760
SOLICITATION NOTICE

N -- VA Orlando Pharmacy Casework _Renovation

Notice Date
2/23/2023 1:34:24 PM
 
Notice Type
Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0400
 
Response Due
3/13/2023 1:00:00 PM
 
Archive Date
04/30/2023
 
Point of Contact
Robert R Edwards, W2W Intern
 
E-Mail Address
Robert.Edwards2@va.gov
(Robert.Edwards2@va.gov)
 
Awardee
null
 
Description
A.1 Statement of Work Changes Section 1.5, paragraph 2 reads as: The pharmacy needs workstations added to the existing configuration to match existing casework, including workstations with electric sit/stand capability, pharmacy filling and checking stations, and cleanable, sound-absorbing modular walls. This would also involve reconfiguring current casework to new locations and augmenting casework for additional functionality. All casework that is augmented or new must match currently existing casework in form and functionality. The installation will include a vendor representative to conduct an onsite visit to field measure and refer to drawings of the custom modular casework layout. The vendor will provide all specified materials per pharmacy specifications for materials: laminate, countertop, modular walls, and hardware. All materials used and work performed shall conform to the laws and ordinances of the STATE, municipality, and other governing subdivision within which work under this need is performed. Section 1.5, paragraph 2. Changed to: The pharmacy needs workstations added to the existing configuration to match existing casework, including workstations with electric sit/stand capability, pharmacy filling and checking stations, and cleanable, sound-absorbing modular walls. This would also involve reconfiguring current casework to new locations and augmenting casework for additional functionality. All casework that is augmented or new must match currently existing casework in form and functionality. The installation will include a vendor representative to conduct an onsite visit to field measure and refer to drawings of the custom modular casework layout. The vendor will provide all specified materials per pharmacy specifications for materials: laminate, countertop, modular walls, and hardware. All materials used and work performed shall conform to the laws and ordinances of the STATE, municipality, and other governing subdivision within which work under this need is performed. The furniture design and requirements requested shall consider ADA laws, wheelchair accessibility, sustainability, infection control, flame resistance, indoor air quality features, and ergonomic features for long working hours and patient services. Section 1.6, paragraph 2 reads as: Furniture delivery location at the Orlando VA Healthcare System Warehouse (See Section C.3 for address) will be required by a date to be determined. Section 1.5, paragraph 2. Changed to: Furniture delivery location at the Orlando VA Healthcare System can be done at the loading docks and transported to the Pharmacy Location. Section 5.1, paragraph e reads as: e. Contractor to provide expert support in Environmental Product specifications, tracking, and documentation building to obtain Leadership in Energy and Environmental Design (LEED) Credits for ongoing projects as needed. Section 5.1, paragraph e. Changed to: This paragraph has been removed. Section 8.0, paragraph e. reads as: e. Contractor shall comply with all Environmental Product specifications, tracking, and documentation building to obtain Leadership in Energy and Environmental Design (LEED) Credits for ongoing projects as needed. Section 8.0, paragraph e. changed to: This paragraph has been removed. A.2 Questions and Answers QUESTION: The drawing that was sent out is hard to see. Can we get a CAD-Drawing and Product List? ANSWER: The SAM.gov website does not support uploading .dwg files (AutoCAD) onto the website. Reference word document FloorPlan-BASEBIDLEVELH2_IV with the .dwg file attached. Reference the pdf version Attachment: Drawing D2 Pharmacy 1-2 in the solicitation. QUESTION: The existing casework and cabinets appear to be brand specific and of dated material. Does the Government want to match the exact material, or would it be receptive to an alternative product that is very similar but superior to existing material? ANSWER: This is a Brand Name or Equal requirement; reference the Performance Work Statement (PWS) Section 2.0 - 2.5. QUESTION: Will the government consider modular pharmacy casework only or fixed casework? ANSWER: The government requires modular casework as referenced in the PWS Section 1.3 - 1.5. QUESTION: Who is the Architect-Engineering Designer of the project? ANSWER: This is not a Construction Project. There is no Architect-Engineering Designer. QUESTION: Who would be the POC for the Contractor of the Project? ANSWER: The Point of Contact will be identified after the contract is awarded. QUESTION: Would the Government consider a new design with an alternative material, such as metal cabinetry, in order to have the most modern and durable needed for such a large production pharmacy? ANSWER: See Question # 2. QUESTION: Is the government aware that the current placement and configuration may not be following ADA standards? ANSWER: Please refer to page one of this amendment. Section 1.5, paragraph 2, QUESTION: Due to the size and complexity of the SOW, would the Government extend the response date to March 31, 2023? ANSWER: No. The Government will extend until March 13, 2023. QUESTION: The Contractor shall provide all personnel, parts and labor, equipment, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the work as defined in this Performance Work Statement: a. Project management. b. Design of Area. c. Repurposing of current furniture. d. Furniture removal. e. Professional installation. f. Maintenance / Warranty. WHO WILL HANDLE THE CONSTRUCTION PHASE (PAINT, FLOORING, CEILINGS, TRADES, ETC.)? VA FACILITIES MGT OR CONTRACTOR? IF CONTRACTOR, HAS THAT PHASE BEEN AWARDED YET? WHAT IS THE OVERALL BUDGET APPROVED FOR THIS ENTIRE PROJECT, INCLUDING BOTH CONSTRUCTION AND EQUIPMENT REPLACEMENT AND/OR RELOCATION? ANSWER: This is not a construction project. QUESTION: The installation is composed of three separate implementation phases. IN EACH PHASE, WILL ANY CONSTRUCTION (PAINT, FLOORING, CEILINGS, TRADES, ETC.) NEED TO HAPPEN BETWEEN TEAR OUT AND INSTALLATION? ANSWER: This is not a construction project. QUESTION: Furniture delivery location at the Orlando VA Healthcare System Warehouse (See Section C.3 for address) will be required by a date to be determined. THIS WILL ADD COMPLEXITY, COST AND RISK OF DAMAGE TO NEW EQUIPMENT HAVING TO BE MOVED MULTIPLE TIMES FROM FACTORY TO LAB. ARE YOU WILLING TO CONSIDER A MORE COORDINATED LOGISTICS PLAN THAT ALLOWS A SINGLE SHIPMENT OF EACH PHASE FROM FACTORY TO LAB? ANSWER: Please refer to page one of this amendment. Section 1.5, paragraph 2 QUESTION: Finishes and Colors Brand Name or Equal Solid Surface Countertops Beige Tempest 1530TM Casings, end panels, backsplash/side splash: Manufacturer: Wilsonart Williamsburg Cherry (7936K-07), with PVC edge banding to match laminate. Shelves and Laminate Countertops - Wilsonart - Wild Cherry (7054-60) IS THE GOVERNMENT SET ON LAMINATE, OR WOULD YOU BE OPEN TO AN ALTERNATE MATERIAL THAT MANY NEW PHARMACIES ARE MOVING TO, SUCH AS STEEL WITH FENOLIC COUNTERTOPS? THESE MATERIALS WOULD BE COMPARABLE IN PRICE AND CARRY A MUCH LONGER WARRANTY AND LOWER INSTALL COST DUE TO THE FACT IT IS MUCH EASIER TO ASSEMBLE IN THE LAB AS MUCH OF IT IS PRE-ASSEMBLED IN THE FACTORY. PICTURES INCLUDED. ANSWER: See Question # 2. QUESTION: Contractor shall be responsible for all safety and security guidelines within the area where work is being performed, including securing any contractor-owned tools or equipment and any on-site storage being utilized. WILL HARD HATS BE REQUIRED? ANSWER: This is not a construction project. QUESTION: Contractor to provide design services such as space planning, schematic design, specifications, finish boards, 2D/3D Rendered models, construction drawings, and installation layouts in AutoCAD, Sketch Up, Revit, and Adobe Creative Suite Programs. ALL OF THESE PROGRAMS OR 1 OR THE OTHER? ANSWER: Any program will suffice as long as it meets the government requirement per the PWS Section 5.1, line d and Section 8, line d. QUESTION: Will the government be providing the trades required for utilities disconnect and reconnect, such as plumbing, electrical, data connections, etc.? The scope of work does not specify whether the Government or the contractor will be required to perform this work? ANSWER: No, all work will be done in-house. QUESTION: Will the list of attendees for the site visit be posted? ANSWER: No, this is not required. QUESTION: Is the VA going to provide a drawing with the current floor plan? ANSWER: Drawings were provided with initial solicitation. QUESTION: May we get the name of the new workflow filling equipment system being implemented on the first and second floors? ANSWER: The equipment getting installed on the first floor is Scriptpro for dispensing, and the second floor is receiving Scriptpro for filling and verification, Pyxis Carousel, and Pyxis Safe Equipment. QUESTION: Who is going to remove the existing and install the new workflow-filling equipment systems on the first and second floors? ANSWER: This requirement does not address the removal of the existing and installation of the new workflow-filling equipment systems on the first and second floors. QUESTION: Are we expected to integrate any existing modular casework with new modular casework? ANSWER: Yes, as outlined in the PWS Section 1.5. and Section 8.0 paragraph p. QUESTION: May we get the name of the current modular system? ANSWER: Solid Surface Countertops Beige Tempest 1530TM Casings, end panels, backsplash/side splash: Manufacturer: Wilsonart Williamsburg Cherry (7936K-07), with PVC edge banding to match laminate. Shelves and Laminate Countertops - Wilsonart - Wild Cherry (7054-60) QUESTION: There's a link on the SAM website page of the project that opens to a document with a .dwg file image on it. May we get a link to the reference file in the drawing? ANSWER: See Question #1. QUESTION: Does the VA have an expected time frame for completion? ANSWER: The contractor is responsible for proposing a timeframe. QUESTION: Does the VA have an expected time frame for completion? ANSWER: See Question #23. QUESTION: Are all countertops to be solid surface? Page 10 lists finish for solid surface countertops as well as Laminate countertops. If both are to be provided, please clarify which areas need to be solid surface and plastic laminate? ANSWER: The Pharmacy filling/dispensing areas will require solid surface. The use of any laminate countertops will be finalized during the design phase as outlined in the PWS. QUESTION: Is pharmacy casework to be pre-wired having electrical components built into casework? ANSWER: Yes. QUESTION: Who is responsible for installing, moving or demo to the jboxes in the ceiling to support the power needed for the pre-wired workstations? ANSWER: All utilities will be handled by VA Facility Management Service (FMS). QUESTION: Does this scope of work include the final connections for electrical? ANSWER: See Question # 27. QUESTION: At the beginning of each phased de-installation of casework, the electrical feeding that area will need to be terminated for installers to handle the pre-wired casework.  Will this be the responsibility of the VA or the bidder? ANSWER: See Question # 27. QUESTION: Will this project scope include a demo of existing electrical floor boxes and adding new to power casework needs if necessary? ANSWER: See Question # 27. QUESTION: Will this project s scope of work include the plumbing cut-off and connection for new sink fixtures? ANSWER: See Question # 27. QUESTION: Within the scope of this project, who is responsible for the removal of computers, equipment, medications, and other VA property that is not a part of the casework being removed or relocated? ANSWER: This would be handled by VA personnel. QUESTION: Are LEED credits needed for this project? ANSWER: Please refer to Page one of this amendment. Section 5.1, QUESTION: Within the scope of this project, who is responsible for the data being run and terminated into the casework? Who is responsible for connecting the switches at the facility panel? ANSWER: See Question # 27. QUESTION: Section 5.1 Contract Tasks (t.) states that an automated take-off report generated from AutoCAD is required for products purchased by government. We use AutoCad but the takeoff report is not part of our product options.  We will provide a detail of the products manufactured and provided.  Is this sufficient? ANSWER: See Question # 14. QUESTION: Is there an estimated time frame for when this project may occur? ANSWER: The project will initiate following the contract award and Kick-off meeting QUESTION: During the installation, what are the preferred working hours? Also, are weekends allowed since each phase will need to be completed as quickly as possible to keep the pharmacy operational? ANSWER: Refer to PWS, Section 1.6 Period of Performance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f815128401c478db056f1a412300325/view)
 
Place of Performance
Address: Orlando, FL 32827, USA
Zip Code: 32827
Country: USA
 
Record
SN06599568-F 20230225/230224211923 (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.