MODIFICATION
Z -- 666 | 24-AP-4277 | 666-22-107 | Install Emergency Eyewashes in HACs
- Notice Date
- 8/6/2024 10:01:03 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924R0121
- Response Due
- 9/2/2024 1:00:00 PM
- Archive Date
- 12/01/2024
- Point of Contact
- Timothy R Verburgt (CS), Contract Specialist
- E-Mail Address
-
Timothy.Verburgt@va.gov
(Timothy.Verburgt@va.gov)
- Awardee
- null
- Description
- INTRODUCTION: The Sheridan, Wyoming Veterans Affairs Medical Center (VAMC), located at 1898 Fort Road, Sheridan, Wyoming 82801, requires upgrades to 24 of its existing Housekeeping Aid Closets (HACs) to have tepid, plumbed emergency eyewashes installed. The in-scope HACs are located in Buildings 1, 2, 3, 4, 5, 6, 8, 9, 71, 71N, 86, and 87 at the Sheridan VAMC campus. Other work includes addressing electrical receptacles & lighting upgrades, plumbing work & fixtures, storage/shelving adjustments & additions, installation of Fiberglass Reinforced Paneling (FRP), and finishes work. See the drawings and specifications for full details of the project. The eyewashes must be plumbed, tepid emergency eyewashes that comply with the current versions of Occupational Safety and Health Administration (OSHA) 29 CFR 1910.151(c), American National Standards Institute/ International Safety Equipment Association (ANSI/ISEA) Z358.1-2014, Veterans Health Administration (VHA) General Safety Guidebook requirements, and all other applicable codes and standards. STATEMENT OF WORK: General Construction project shall be completed within 122-calendar days from date of full Notice to Proceed (NTP). Contractor s schedule shall utilize this entire period of performance unless otherwise approved in writing by the Contracting Officer s Representative (COR) and Contracting Officer (CO). Contractor shall provide all equipment, materials, supplies, tools, software, supervision, and labor required for this project, including, but not limited to, demolition work, providing negative pressure environment for work, and providing all new equipment, utilities, and room finishes as indicated in the plans and specifications. Safety submittals shall be completed and approved prior to the commencement of on-site construction work. Material selection submittals shall be completed and approved prior to ordering of materials for the project. The building tenants not in the construction areas will remain at work in the buildings during this construction. Patients will remain on the floor in areas not under construction, so the contractor shall make patient safety and infection control measures a priority. The contractor shall coordinate work locations and schedules with VA COR so as to minimize impact to building tenants. All electrical, carpentry, architectural, plumbing, mechanical, & finish work, product design, project management, and other work needed on this project shall be provided by the Contractor. All required electrical work, low, medium, or high voltage, shall be installed and terminated by the contractor. No wiring or cabling shall be abandoned in place. All piping, cabling, and wiring shall be labeled. All cabling and patch cabling shall match the VAMC s station standard colors. The installation must, as a minimum, be in accordance with all current versions of the applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA PUBLICATIONS (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code (IBC), National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, 6550.0 etc.). Any penetrations through any floors, ceilings, or walls, shall be fire caulked, or otherwise fire sealed, and shall be done in this contract to meet VA standards and NFPA standards. Contractor shall utilize the VAMC s station-standard fire stop products or approved equal product(s). The station-standard products are SpecSeal fire caulk product is SpecSeal SSS Intumescent Firestop Sealant; and, if needed, the SpecSeal Composite Sheet may be used in areas approved by the COR. The Contractor shall inquire of the COR if any existing eyewashes, fixtures, hardware, or any other property removed is desired to be retained by the VA for reuse elsewhere within the medical center, at the time of removal. If the VA desires to retain an item, the Contractor shall deliver it to a location designated by the COR. If the VA does not desire to retain an item, the Contractor shall dispose of it properly off-station. The new components installed shall be tested and commissioned, re-certified, and/or tested before VA acceptance. All testing parameters shall be provided by the Contractor with source references to the COR and 3rd-party reviewer before testing begins. Copies of all test reports must be provided to the COR. HVAC systems that have changes made to them as part of this project, beyond diffuser replacement, shall be tested and balanced by the Contractor. Any IT data cables installed or modified as part of this effort shall be tested after installation. Test methods and plans shall be coordinated with the COR. Any Med Gas systems modified as part of this effort shall be re-certified back to the closest shut-off in the system. The Contractor shall arrange for any required re-certification as part of this contract and shall provide plans and results to the COR for approval. Fire alarm devices that are tied into the building fire alarm system, that are replaced or relocated as a result of this work, shall be tested before that phase of the project is complete. The Contractor shall arrange for all required fire alarm testing. If a building s fire alarm system is under warranty, testing must be accomplished by the contractor who holds the warranty. Any fire sprinklers that are relocated as part of this project shall be reviewed and approved by VA Safety prior to installation. All fire sprinkler work shall be coordinated with VA Safety so as to avoid accidentally setting off the system. At the conclusion of the project, the Contractor shall provide the VA and AE with a red-lined set of construction drawings, showing any as-built variations from the plans, as called for in the specifications. The Contractor must repair any damage caused by the Contractor or their subcontractors during this project. Repairs shall be done timely and will be coordinated with the COR. Repairs shall be of equal or better quality and finish than the existing that was damaged. Contractors shall not work on weekends, or federal holidays as specified by U.S. Office of Personnel Management (OPM), unless approved in advance by the COR or CO. For approved weekend or holiday work, Contractor must adjust their workers pay accordingly at no additional cost to the VA. Safety and Security The Contractor shall follow all safety specifications and shall always have an OSHA-30 certified person on-site, at each work location, overseeing the construction. All other Contractors and subcontractors working on-site shall have at least OSHA-10 certifications. Some work will be in medical areas of the hospital, on floors with patients present, so the contractor shall plan for infection control measures to include dust containment, negative pressure, and cleanup to hospital standards. The Contractor will, with the participation of the COR, complete an Infection Control Risk Assessment (ICRA), using the VA forms and process, and Contractor shall implement all protection measures called for as a result of the risk assessment. (The current planned ICRAs for this project one for patient-care areas, and one for non-patient care areas has been provided with the bid package so the Contractor knows what ICRA protection levels are anticipated.) Contractor shall review the Limited Asbestos and Lead Paint Inspection Report for this project, which is included after Specification Section 02 82 12.13. Based on this report, and to the extent feasible, Contractor shall include in their bid an allowance for foreseen abatement work required to complete this project. For any required abatement work, the Contractor shall comply with the current Wyoming Department of Environmental Quality (WY DEQ), Wyoming state, and Sheridan VAMC standards. For work on an active mental health unit, the Contractor shall follow strict tool control and access control in construction areas. Any patients found in construction areas shall be immediately reported to ward staff and the COR. The Contractor shall read and follow the current version of the FMS Safety Plan, which outlines expectations for tool control and safety on-station, as well as stricter requirements for work on the Acute Psychiatric Ward (APU) located on the 2nd floor of Building 8 (e.g., Rule of Two minimum with one person overseeing the work at all times). Contractor shall distribute the FMS Safety plan to their workers and subcontractors. Contractor shall note this training in their daily logs. All Contractors and subcontractors must obtain a temporary contractor badge from the Engineering Office (Building 5 Room 208) when they first arrive on-site. A valid (i.e., not expired), Government-issued, photo ID (such as a Driver s License) is required to be issued a badge. Contractors who have a valid PIV Badge or CAC Badge will not need to be issued a temporary badge. Phasing The Contractor must propose a phasing plan for review and approval by both the COR and CO before beginning any work on-site for this project. Not all 24 Housekeeping Aid Closets (HACs) can be worked on concurrently. At least one HAC per floor, or if not possible, at least one HAC per building, must remain operational for Housekeeping to utilize during construction. However, Contractor is encouraged to use more than one crew, as it makes sense, so the project is completed timely. Contractor must work closely with the COR and keep them updated of any changes to their originally-approved schedule. The Contractor s schedule must allow for 48-hours minimum inspection time by the COR and/or VA for completed work, and 48-hours minimum advanced notice of planned work so COR can inform the staff in the area. Work will include: Base Bid: All work included in the drawings, the specifications, and any work required for fully-functional, code-compliant, safe installations. Alternates: There are no bid alternates for this project End of Statement of Work VA Contacts: Timothy Verburgt, Contracting Specialist, (303) 712-5707 Jennifer Crecelius, COR, (307) 675-3679 Rodney Lindberg, Alternate COR, (307) 675-3462
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c1155bf1c0248a8a0b56f93f9aef6e0/view)
- Record
- SN07157612-F 20240808/240806230115 (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 |