Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2024 SAM #8149
SOLICITATION NOTICE

Y -- 630A4-14-427 (UPGRADE ELEVATORS - BROOKLYN) (VA-24-00059898)

Notice Date
3/18/2024 1:07:20 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224B0032
 
Archive Date
06/25/2024
 
Point of Contact
Torell Camp, Contract Specialist, Phone: 718-584-9000
 
E-Mail Address
Torell.Camp@va.gov
(Torell.Camp@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Presolicitation Notice Presolicitation Notice Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 5 This is a public synopsis of a forthcoming solicitation in accordance with FAR 36.213-2. This is NOT a solicitation, and no solicitation documents are currently publicly available. Pre-Solicitation Notice for Solicitation 36C24224B0032; Project # 630A4-14- 427 Upgrade Elevators as required in statement of work, drawings, and specifications, located at the VA New York Harbor Healthcare System Brooklyn Campus, 800 Poly Place, Brooklyn, NY 11209-7104. This project will be 100% set-aside for SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES. Competition for this procurement is restricted to verified SBACert SERVICE- DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) contractors. The SDVOSB must be a small business under the relevant NAICS code and must be registered and verified in Veteran Small Business Certification (sba.gov). Scope of Work: Full requirements to be included in solicitation. Prospective Contractor shall provide all necessary labor and materials for the Upgrade Elevators Project at the New York Harbor Healthcare System- Brooklyn Campus. Contractor shall upgrade the existing elevators in Building #1 (P6, S5, S9, S10 and S11). Installation includes new flood protection systems, gibbs, guardrails, controller and drive, selector, wire ways, conductors, traveling cable, hoist machine, hoist ropes, normal and final terminal stopping devices, car operating devices, limit switches, car leveling devices, emergency stop switches, hall position indicators, operating panels, position indicators, hall push buttons, hoist way doors, hoist way door panels, car doors, door operators, top of car operating station, new or refurbished elevator cabs, ADA compliant elevator car intercom/communication system, security camera, pit switch and disconnect switches. The project includes installing smoke detectors, heat detectors, sprinklers, shunt trip breakers as required to comply with latest NFPA codes for fire service operation and fire service elevator recall. Elevators S5 and P6 serve the Basement, 1st, 2nd, 3rd, and 4th floors in Building #1. Elevators S9, S10 and S11 serve the Ground and 1st through 16th Floors in Building #1. Contractor shall also upgrade the existing 20 elevators for flood protection in Building #1 (P1, P2, P3, P4, P5, P6, S1, S2, S3, S4, S5, S6, S7, S9, S10, and S11) and in Building #15 (OPC P1, OPC P2, OPC P3 and OPC S1). Installation includes new flood protection systems and security cameras. Elevators OPC P1, OPC P2, OPC P3 and OPC S1 serving the Basement, Ground and First floors in Building #15 have already been modernized; therefore, this work is excluded from the scope of this project. Information regarding the modernization of these elevators is included in the contract documents. Contractor is asked not to include the price of the modernization of these elevators in the cost proposal. Contractor needs to install new flood protection systems and security cameras as mentioned above in #3. All work must be conducted with as minimum disruption to the medical center operation as possible. Hazardous materials abatement is required to be completed prior to proceeding with demolition of ACM. The scope of required abatement is depicted on the contract drawings. Hazardous materials abatement shall be completed in accordance with all applicable state and federal regulations and in accordance with the contract documents. Provide the COR with copies of all hazardous materials disposal manifests on the same day that the materials are transported off-site. Copies of completed manifests, documenting proper disposal of all hazardous materials, must be furnished within 21 calendar days of the materials leaving the site. Upon completion of the hazardous materials abatement, demolition of each elevator is to be conducted during normal business hours. Waste disposal in landfills shall be minimized to the greatest extent possible. Of the waste that is generated, as much of the waste material as economically feasible shall be salvaged, recycled, or reused. The demolition contractor shall use all reasonable means to divert construction and demolition waste from landfills and incinerators and facilitate their salvage and recycling. Provide documentation of the disposition of all materials generated by the project, including weight tickets for both recycling and landfilled construction and demolition (C&D) waste. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information - TMS Code 20939. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Proper construction and safety signage shall be utilized throughout the construction site, where applicable, during the construction phase. All associated debris and waste must be properly disposed of immediately. Storage of construction debris and waste, on the facility, is prohibited unless otherwise authorized by the VA. Contractor is responsible for any and all damages amounting from work done on site, to be repaired by contractor at no expense to the Government. Contractor shall keep the construction site tidy and in order, daily. All piles of material and dirt shall be well managed and contained within the construction site, without negatively impacting the surrounding area. All work shall conform to NFPA 101 Life Safety Code, NFPA 99, Healthcare Facilities Code, current Infection Control standards, and all other VA Standards and Criteria. IAW VAAR 836.204 Estimated Construction Cost Range is $5,000,000-$10,000,000. The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, size standard: $39.5 million. Bid bonds will be required to respond to the IFB once released. Prospective contractors must be registered and certified online with Veteran Small Business Certification (sba.gov); and must be registered at https://www.sam.gov in accordance with 38 CFR Part 74 and VAAR 819.70 to be eligible for award. There will be a site visit held for this project and all prospective bidders are strongly encouraged to attend. Details of the site visit will be included in the solicitation document. It is anticipated that the solicitation will be issued on/about April 02, 2024. Information for Bid details, Specifications, Drawings and Contract Forms will be available in electronic format only at: https://www.sam.gov. All interested parties (subs & primes) should register for a user account which lets you save searches, follow changes to opportunities, and join interested vendor lists. To preserve the integrity of the procurement process, all questions, and requests for information must be submitted in writing to Torell Camp, Contract Specialist via email at Torell.camp@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dac130a2d3574262ac5071287cb4bb38/view)
 
Place of Performance
Address: NYHHS Brooklyn VA 800 Poly Place, Brooklyn, NY 11209, USA
Zip Code: 11209
Country: USA
 
Record
SN07000324-F 20240320/240318230046 (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.