SOLICITATION NOTICE
Z -- 512A5-25-003 Repair 23H Fire Damage
- Notice Date
- 1/14/2025 1:27:35 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525B0003
- Response Due
- 1/28/2025 9:00:00 AM
- Archive Date
- 03/29/2025
- Point of Contact
- Brandon Parker, Contract Officer, Phone: (410) 642-2411 ext.22818
- E-Mail Address
-
brandon.parker2@va.gov
(brandon.parker2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Solicitation No. 36C24525B0003: The Department of Veterans Affairs (VA) Perry Point VA Medical Center located at Perry Point, MD intends to issue an Invitation for Bids (IFB) to award a single, firm fixed price contract for Construction Services. This project consists of the contractor providing all labor, materials, equipment, permits, transportation, and supervision necessary for the construction services for Project Number 512A5-25-003 �Repair Fire Damage�. Competition for this procurement is restricted to Service-Disabled Veteran Owned Small Businesses (SDVOSB). SDVOSB Firms that submit bids on SDVOSB set asides that are not verified will be deemed nonresponsive (Invitation for Bid). The magnitude of construction is $25,000.00-$100,000.00. The firm must be a general construction firm approved under NAICS: 236220, size standard: $39.5 million. The offeror shall obtain all necessary licenses or permits required to perform this work in the State of MD. Prospective contractors must be registered and current in the following websites: Veteran Small Business Certification and https://www.sam.gov to be eligible for award. Bids will be accepted from only responsible and responsive contractors. There will be a pre-bid site visit for this project which will be held at the Perry Point VA Medical Center, Perry Point, MD 21902. All interested parties are encouraged to attend the site visit. The date of the site visit will be confirmed in the solicitation. All questions generated from the site visit shall be submitted in writing to the contracting officer to brandon.parker2@va.gov. Prospective contractors may acquire solicitation documents, which are only available in .pdf electronic format by registering and downloading plans and specifications from the Contractor Opportunities website. Solicitation documents will be available on or about 1/28/2025. Approximate bid opening date is 02/18/2023. Firm site visit and bid opening dates will be provided on the solicitation once issued. There will be a public bid opening. Bidders are advised that award will be made to the responsive/responsible bidder with the lowest price. The procurement is subject to availability of funds. Note for Joint Venture (JV) Offerors: In accordance with VAAR 852.219-73(f) joint ventures may be eligible so long as the joint venture meets the requirements of 13 C.F.R. 128.402. In order to comply with 13 C.F.R. 128.402(e) JV offerors must include in their Volume I a certification, signed by an authorized official of each partner to the joint venture, stating that the parties to the joint venture (1) have entered into a joint venture agreement that fully complies with paragraph (c) of 13 CFR � 128.402 and (2) will perform the contract in compliance with the joint venture agreement. Failure to submit the certification will render the offeror ineligible for award. Scope of Work Building 23H Fire Damage Repairs 512A5-25-003 Work Item 1: The contractor shall provide all supervision, labor, materials, and equipment to replace the acoustical ceiling tiles, flooring, gypsum board walls, and wall base that were previously removed as part of the fire damage cleanup. Attachment 1 contains a detailed breakdown of the projected repair area included in each room for ceiling tiles, flooring, drywall, paint, and wall base. Approximate total areas for repairs under project to be included in bid: 1610 SF of new gypsum board wall installed on existing metal studs/hat channel. 1640 SF of acoustical ceiling tile (including minor repairs to existing suspension grid) 578 LF of rubber wall base 1184 SF of carpet tile and mastic 250 SF of luxury vinyl plank flooring and mastic 6685 SF of wall patching/skim coat and painting. 4th Floor office suite to be fully repainted after wall repairs. Coordinate color selections with COR. Contractor shall include the removal and reinstallation of existing wall paintings, door tags, TV mounts, bulletin boards, and other signage/artwork as required to repair and repaint walls. VA to provide temporary storage location. Contractor to provide and install a new grid-supported HVAC supply diffuser (2x2) with manual damper and flexible ductwork in room 409 to replace one removed during demolition phase. Coordinate with existing duct size. Contractor shall remove and replace all electrical receptacle and switch cover plates within the work area that were damaged during the water damage remediation phase. Replacement cover plates shall be type 302 stainless steel matching the type and color removed. Oversize plates are not acceptable. Contractor shall remove and rebuild the existing 2HR rated UL shaft-wall system (UL U415 System B) around the existing generator exhaust pipe (including 1 Type X gypsum liner panel, 2½ CH metal studs, and 2 layers of 5/8 Type X gypsum board). Contractor shall include all accessories required for the complete installation of all finish systems, including but not limited to stainless-steel flooring transition strips, light-gage or wood furring/blocking, and ACT suspension grid accessories/pieces for repairs. All joints between gypsum board and other materials shall be fully caulked prior to painting. Work areas are currently isolated from the rest of the hospital with temporary partitions (hard wall or plastic sheeting). Contractor shall provide for any supplemental infection control barriers and ICRA preventative measures required by the work. Level 3 Infection Control Risk Assessment (ICRA) Controls (including negative pressure exhaust) will be required during all drywall and flooring work to control dust and fumes. Work Item 2: The contractor shall engage the services of a Maryland State licensed abatement contractor to remove approximately 1300 SF of residual black mastic from previously removed tile flooring on the 4th floor upper level (rooms 406-410 and 4th floor corridor). Existing mastic is non-friable and has been previously scarified by mechanical means, but a residual base layer remains that must be removed by chemical means. VA will provide their own VPIH consultant to conduct background air monitoring and clearance testing for internal purposes. Contractor shall provide their own separate CIH in accordance with OSHA to conduct continuous air monitoring and final TEM clearance after removal of material. Contractor shall provide legal disposal of all asbestos waste per COMAR 26-11-21-08 Asbestos Waste Disposal. Records of hazardous waste disposal (such as manifests, hazardous waste profiles, LDRs) MUST be provided by approved waste transporter and signed by an approved VAMHCS Manifest signer from the VAMHCS Safety Department ONLY. All records provided to COR and VAMHCS GEMS Coordinator at VAMHCSGEMSProgram@va.gov 10-day NESHAPS notification to MDE and the EPA for demolition or renovation (40 CFR § 61.145, Figure 3, Notification of Demolition and Renovation), Provide completed copy to VAMHCS Projects COR. Prepare and submit asbestos abatement plan to VAMHCS Projects COR for approval before proceeding with work. Work Item 3: The contractor shall seal existing penetrations within the work area between floors with the appropriate fire-rated material and/or fire caulking. This scope specifically shall include: Installation of a UL-listed 2hr fireproofing assembly around an existing generator exhaust pipe penetration through the concrete floor at the 2nd, 3rd, and 4th floor levels (located in the corner of room 1G-108, 227, 323, and 409). Approximate floor penetration is roughly 18 x18 with a 12-14 diameter insulated pipe passing though. Basis of Design UL Firestop Assembly shall be C-AJ-5210 . Infill/Fireproofing around all existing radiator steam pipe penetrations within the work area. Approximate 4 diameter hole with ½-2 diameter pipe. Basis of Design UL Firestop Assembly shall be C-AJ-1551 . Contractor shall include infill of (2) penetrations at each radiator (located below windows within work area) in proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ccd2e7bb05db49658d2272d721accf50/view)
- Place of Performance
- Address: Perry Point VAMC 361 Boiler House Road, Perry Point, MD 21902, USA
- Zip Code: 21902
- Country: USA
- Zip Code: 21902
- Record
- SN07312205-F 20250116/250114230109 (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 |