MODIFICATION
Y -- RENOVATE CMOP WAREHOUSE
- Notice Date
- 8/5/2024 8:16:41 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAC FACILITY PURCHASING SUPPORT (36S797) HINES IL 60141 USA
- ZIP Code
- 60141
- Solicitation Number
- 36S79724R0003
- Response Due
- 9/5/2024 2:30:00 PM
- Archive Date
- 10/05/2024
- Point of Contact
- Brandy Hudson, Contract Specialist
- E-Mail Address
-
brandy.hudson@va.gov
(brandy.hudson@va.gov)
- Awardee
- null
- Description
- SOW for Renovation Project at Hines (Great Lakes) CMOP DATE: 3/28/2024 INTRODUCTION The Hines, Great Lakes, Consolidated Mail Outpatient Pharmacy (CMOP) consists of approximately 141,849 square feet of VA owned space. CMOP occupies a portion of Building 37, which in total is approximately 550,000 square feet and primarily utilized by the VA Service and Distribution Center. The original building construction was in 1942 and is located on the Hines VAMC campus. GOALS The goal of this project is to meet the requirements of our current Swing space lease agreement by enclosing the space. Replace two (2) obsolete revolving doors with three (3) turnstiles and a Smoke and Fire Curtain. Install a personnel exterior egress door on the SDC side of building 37 north wall. Install a personnel exterior egress door on the CMOP Production side of building 37 north wall West of current Egress door. Install fire suppression inside the walk-in refrigerator/freezer in CMOP. CURRENT CONDITIONS The current Swing space is enclosed on two sides by chain link fencing. Parts are no longer available to make repairs if the revolving doors break down. No personnel exterior egress door on the SDC side of building 37 North wall. The personnel exterior egress door on the CMOP Production side of building 37 North wall. CMOP walk-in Refrigerator and Freezer do not have fire suppression system installed. The Great Lakes CMOP operates two full eight hour shifts during the work week and occasionally on weekends. JUSTIFICATION The Swing Space needs to be permanently enclosed to provide environmental control and in accordance with Lease agreement. CMOP is unable to find a contractor to service the revolving doors as parts are no longer available so they will not warranty the work. Personnel exterior egress door on the SDC side of building 37 North wall is required to meet NFPA 101 Chapter 7 Fire Evacuation Distance Standards. The personnel exterior egress door on the CMOP Production side of building 37 North wall current location does not meet NFPA 101 Chapter 7 Fire Evacuation Distance Standards. Walk in Refrigerator and Freezer are required to have fire suppression system installed to meet NFPA 13(07): 4.1, 8.1.1(1). OBJECTIVE The objectives of this project are to: Demo/insulate/install/construct/ Swing Space, Revolving Doors/Turnstiles/Smoke and Fire Curtain, Exterior Egress Doors, and Fire suppression in Walk-in Refrigerator and Freezer for compliance, safety, and security of GL-CMOP. Construction Impact: Develop plans to create safe barriers around the construction space to accommodate life safety and dust control. Contracting Officer s Representative Pursuant to VAAR Provision 852.270-1 the Contracting Officer s Representative (COR) must be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements (including Government drawings, designs, and specifications); monitor Contractor's performance and notify both the CO and Contractor of any deficient findings; coordinate availability of Government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR (a copy of which is sent to the Contractor) states the responsibilities and limitations of the COR and especially regarding changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms, prices, and conditions of the resulting contract. SCOPE CMOP requires construction services to complete demolition and construction based upon the following Scope and the ATRIAX Architectural and Construction drawings and specifications, titled A/E Services- Warehouse Renovation Design IDIQ#VA770-17-P-1447, Project Number 765-16-02, dated 06/21/2024 and will be referred to as Specifications. The project phasing and scheduling will be dependent upon CMOP production requirements. CMOP needs to have construction completed while maintaining existing workload. The construction will be accomplished through a competitive bid process, most likely to SDVOSB contractors. Attached are copies of the renovation design plan in PDF as well as the existing CMOP layout in CAD. The scope of work for this project includes all labor, tools materials, transportation, management, and documentation to complete the following: Swing Space Storage The Swing Space Storage area is approximately 18,750 square feet (150 x 125 ) of space to utilize for warehouse type storage. The room is currently in a temporary type status, and CMOP needs to convert it to a permanent storage room. Attached is a layout of the space. The Contractor shall follow the Atriax Specifications. To include but not limited to all aspects of the following: Demolition of Swing space from the warehouse roof decking to the warehouse floor including two sides that are chain link fencing. Brick wall and gypsum wall not included. Approval from SDC before any demolition to Fire Sprinklers System. All construction aspects to include finishes. Installation of a new install roof HVAC unit. Install electrical equipment, lighting, occupancy sensors, etc. Plumbing as needed per Atriax Specifications Electronics as specified Fire Safety as specified h) Fire Suppression modify as specified. i) No items shall be abandoned in place. Revolving Doors To include but not limited to: All aspects of demolition and replacement of two Revolving doors with Turnstiles/ Smoke and Fire Curtain according to Atriax specifications. Repair any wall, ceiling, or floor damage and repaint wall from corner to corner if necessary. Exterior Egress Doors To include but not limited to: Install an Emergency Egress metal personnel door frame and door in two (2) locations according to specifications to include hardware on North side of Building 37 following the Architectural drawings to the specifications. Install emergency exit signage in designated locations per Architectural drawings and stated specification. Install exterior door pad and sidewalk from building 37 North side Production to Doors 23 &24 sidewalk, making sure it will be at the same elevation of the existing sidewalk from Doors 23 and 24 following the Architectural drawings to the specifications. Fire Suppression for Walk-in Refrigerator and Freezer To include but not limited to: Install fire suppression to meet NFPA 13(07):4.1,8.1.1(1). The Contractor shall follow the Atriax Specifications. GENERAL REQUIREMENTS General All work conducted under this scope of work shall comply with the VA Master Construction Specifications (MF04) found at http://www.cfm.va.gov/TIL/spec.asp as well as national codes, and industry standards. All work shall be scheduled in coordination with COR and Facility Manager, including access to any secured areas. Work can be done during normal working hours as long as it does not negatively impact production schedules. When work is in progress, the contractor shall ensure that staff traffic in the area is not be impeded. All utility shutdowns shall be requested at least 1 week in advance through the SDC maintenance office. Safety Requirement- The vendor shall comply with all local, state, federal laws, and safety regulations. Compliance with OSHA and other applicable laws and regulations for the protection of contractor s employees (exclusively the contractor s obligation), and the Government assumes no liability or responsibility for the contractor s compliance or non-compliance with such responsibilities. The vendor shall provide their employees with all necessary personal protective clothing and equipment (PPE). The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, then the contractor shall immediately correct the conditions to which attention has been directed. Such notice (when served to the contractor or his representative) at the site of the work shall be deemed sufficient for the aforementioned purpose. If the contractor fails or refuses to comply promptly then the Contracting Officer may issue an order stopping all or any part of the work and hold the contractor in default as provisioned elsewhere in this contract. Weapons, Firearms, and Ammunition Contractor s employees are prohibited from possessing weapons, firearms, or ammunition upon themselves or on Government property while at GL-CMOP. Fire Prevention and Safety Contractor s employees shall comply with the Occupational Safety and Health Act (OSHA) and the Fire Prevention and Health Program. Standards of Conduct The Contracting Officer or COR shall refer to the Contractor for immediate action (including, but not limited) to remove any contract personnel from the work site whose personal or professional conduct jeopardizes or interferes with the regular and ordinary operations of the GL-CMOP facility. Breaches of conduct include but are not limited to intoxication or debilitation resulting from drug use; theft; dereliction; negligence in performing tasks or other conduct resulting in complaints by staff or management. Illegal Substances Illegal substance possession, use, or distribution will not be tolerated on any government installation, including the GL-CMOP. This includes prescribed medical marijuana. The contractor shall ensure its employees who have access do not possess, use, or distribute illegal substances. All vendors are required to adhere to all local, state, and federal laws concerning possession and/or use of illegal substances. Vendors found to be in possession of illegal substances will be barred from the installation and subject to arrest and prosecution by federal and local authorities. Parking It is the responsibility of the Contractor to park in the appropriate designated parking areas. The VA will not validate or render reimbursement for parking costs or violations incurred by the Contractor under any conditions. Smoking Policy (includes all tobacco products) Vendor is advised that the Government has placed restrictions on the smoking of tobacco products in Government facilities. Vendor s employees and visitors are subject to the same restrictions as Government personnel. Smoking is permitted only in designated smoking areas. DELIVERABLES The contractor must provide a detailed report of all provided equipment, work, progress, reports and/or services completed to the COR GL-CMOP 5th and Roosevelt, Building 37 NW Dock 18, Hines, IL 69141-3030 24 hours before performance and acceptance testing begins. POC contact information provided by the CO. Contractor must provide a list of names of those who will be working on-site to facilitate security pass approval a minimum of 1 week prior to on-site work and repairs. Report must include a list of equipment and components installed, inspected, condition of systems inspected, recommendations for repairs, maintenance, or integration. QUALIFICATIONS The Contractor shall provide an on-site qualified/ working foreman who will report daily activities to the COR/Project Manager. All work shall be coordinated and scheduled ahead of time with the Project Manager. Contractor shall provide personnel who have the knowledge, experience, qualifications, and working experience to perform the functions outlined in this SOW. Additionally, electricians and plumbers shall be certified and meet all local ordinance, code, and permit requirements. LIABILITY OF DAMAGES The contractor must be liable for all damages to government equipment and property when such damage is due to fault or negligence of the contractor. The contractor must be responsible for all damages or injury to persons that occur because of the contractor s fault or negligence. The contractor must take proper safety and health precautions to protect the work, the workers, the public, and the property of others. CONTINUITY OF FACILITIES OPERATION Business Hours Work must be performed according to specifications rendered by the Government point of contact and Contracting Officer s Representative (COR). Work must be scheduled with GL-CMOP COR limiting impact upon production and staff during working hours. Typically, working hours are Monday through Friday, 6:00 am to 12:00 am. Holidays The following federal holidays are observed: however, circumstances may warrant approval for work on these days upon authorization. New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day When a holiday falls on a Sunday then the following Monday must be observed as a legal holiday. When a holiday falls on a Saturday then the preceding Friday is observed by U.S. Government agencies. Specific holiday dates for a given year are available on the OPM.GOV website. Identification All contract personnel must present a government picture-ID and sign in to receive a contractor identification badge before any on-site work performed detailing the work performed and must return to the same location to sign out and turn-in the same badge along with a documented service report for services performed. The badge must be always worn in a visible location on the worker while on the premises of VA property. Weather Delays In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard then work may be rescheduled to a date and time satisfactory to the COR. Climate or weather postponement will cause neither any penalties to be assessed to the Contractor, nor must there be any additional cost to the Government. SCHEDULE - Time for Construction Site Visit within 2 weeks of contract award Provide proposed Schedule within 2 weeks of site visit. CMOP to provide comments within 7 days after proposed Schedule. Period of performance is Six months. Provide As-built drawings within 60 days of construction completion. LOCATION Great Lakes CMOP, Building 37 5th Ave & Roosevelt Road Hines, IL 60141 VA PERSONNEL COR: Carren Christianson, Facility Manager Great Lakes-CMOP Building 37 Dock 18 5th Ave & Roosevelt Road / Hines, IL 60141 carren.christianson@va.gov 708.786.4495 Hines CMOP, Site POC: Andrew Comingore Same As COR Contracting Officer: Regina Rockwood
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ff3f52cea4747d2b5932ae819bd3ebf/view)
- Record
- SN07155892-F 20240807/240805230112 (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 |