SOLICITATION NOTICE
Y -- Renovate SCI for Negative Pressure Project 526-21-120
- Notice Date
- 12/18/2025 9:51:29 AM
- 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
- 36C24226B0024
- Response Due
- 1/2/2026 1:00:00 PM
- Archive Date
- 04/11/2026
- Point of Contact
- Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 X4928
- E-Mail Address
-
Patricia.Cordero@va.gov
(Patricia.Cordero@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Page 4 of 4 THIS IS A PRE-SOLICITATION NOTICE ONLY Statement of Work James J Peters Veterans Affairs Medical Center Modify SCI for Negative Pressure and PVA Corrections 526-21- 120 Background: The Main Building, of the James J. Peters Veterans Affairs Medical� Center, 130 West Kingsbridge Road, Bronx, New York 10468, is currently seeking modification and renovation of our Spinal Cord Injury Suite. This work involves following the 100% stamped design drawings provided by the Architectural Firm West Point Engineers. This work will include a modification of the existing wing 1E to include provisions that follow ADA guidelines, PVA standards, and SCI/D specifications. The intention is for the contractor to perform all work necessary to renovate patient bathrooms and Activities for Daily Living (ADL) spaces to meet current accessibility and usability standards. All work shall be executed in accordance with the architectural drawings, design narratives, and specifications prepared by the architectural firm. All trade work must be done by a certified master plumber, master electrician, etc. and work must be completed in 8-hour increments to ensure fire safety standards. FDNY fire safety protocols must be followed, and the contractor is responsible for creating a protection plan for dust protection for pedestrians and office workers. Work is not considered complete unless a sanitation ticket is provided for the construction debris. No wiring, pipes, or construction debris is to be left abandoned. Scope of Work: Project Overview This project involves renovations of the Spinal Cord Injury (SCI) Unit located in the 1E-Wing of the James J Peters Medical Center. The work is focused on increasing compliance with the Paralyzed Veterans of America (PVA) guidelines, Spinal Cord Injury/Disorder (SCI/D) requirements, and Americans with Disabilities Act (ADA) standards. The previously awarded AE firm has completed design development based on site visits and a stamped schematic design review. Any numbers provided in the scope of work below are an estimate, but the final numbers to be constructed and completed are in the design drawings. 1. Specific Scope of Work The renovation work includes, but is not limited to, the following: Bathroom Door Modifications Modify a total of 24 patient bathroom doors located in the 1E-Wing to be automatic, low-energy, power-operated doors. Door systems must comply with PVA, SCI/D, and ADA accessibility standards. Installation shall follow the door types and hardware as detailed in the architectural design documents. Toilet Bump-Out Installations Install 12 toilet bump-outs in designated 1E-Wing patient bathrooms, per the architectural design specifications. Bump-outs must be constructed to meet accessibility clearances and maneuvering space per PVA, SCI/D, and ADA standards. Vanity Sink Modifications Lower and modify 11 patient vanity sinks in select 1E-Wing bathrooms of the SCI Center by 6 inches, as identified in the design documents. Modified sinks must meet reach and usability standards in accordance with ADA and PVA requirements. Activities for Daily Living (ADL) Space Renovation Modify existing ADL space to include a bedroom, compliant with the functional needs of SCI/D patients. Design must follow the architectural layout provided and applicable accessibility codes. Shower Room Conversion Convert Shower Room 1E-124B into a fully functional bathroom with toilet facilities, as added in the schematic design modification. Plumbing, finishes, and fixtures shall be installed per design documents. Plumbing work to be done by certified master plumbers. 2. Design Coordination and Compliance The Architectural firm has performed a total of four (4) site visits to inform design development, including one general investigation and one electrical follow-up. Contractor must follow all design drawings, narratives, and specifications exactly as provided. Clarifying questions or small-scale changes must be agreed upon by the AE and must not incur any additional cost. No substitutions or deviations shall be made without written approval from the Contracting Officer, Contracting Officer s Representative, or the Architect Firm. 3. Applicable Standards All modifications must be fully compliant with the following standards and guidelines: Paralyzed Veterans of America (PVA) Design Standards Spinal Cord Injury/Disorder (SCI/D) Design Recommendations Americans with Disabilities Act (ADA) Accessibility Guidelines Federal building and health codes Safety Requirements The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Period of Performance A period of performance is required for the specific work done. The work shall take 365 days following receipt of the Notice to Proceed (NTP). Place of performance The site for the work to be performed will be the Main building (Building 100) Wing 1E in the James J Peters Veterans Affairs Medical Center. Inspection If inspection services are required for equipment or a performed task, then an inspection shall be done by the VA COR/POC upon completion. Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection will ensure that all equipment is returned to full-functioning conditions. No invoices will be processed for payment prior to the completion of POC inspection. If the service is routine and/or performance based, then inspections may not occur for every service date but may occur periodically as part of a Quality Assurance Surveillance Plan (QASP). If this is the case, then a QASP will need to be provided as a separate document. Drawings, and Other Attachments 100% design drawings to be provided in solicitation. Government Furnished Property N/A Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. Autodesk Build Construction management platform: Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR) at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts.� There is no user, license, or subscription fee to the contractor for using this cloud-based platform. The contractor shall accomplish and complete the following tasks upon award of contract: Request access to ACC platform and ProductivityNOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete the required ACC training through ProductivityNOW platform within 12 Calendar days. Upon successful completion of the training, the contractor shall submit certificates of completion to COR NLT 2 business days. Access to ProductivityNOW eLearning will expire after 12 Calendar days after online access is granted. The contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in the contract amount provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. The contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who were granted access to the ACC platform. The contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor s ability to maintain the required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. ADMINISTRATION: Accident Reporting: In the event an accident occurs of Government personnel or property, the Contractor shall provide a report to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. Federal Holidays: Federal law (5 U.S.C. 6103) establishes the public holidays. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). Federal holidays include: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, and Christmas. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted through the Tungsten Network. A properly prepared invoice will resemble the contract line items reflected in the Price/Cost Schedule and contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Dates service performed. Location of service performed. Total amount due PROJECT MANAGEMENT: Contractor shall assign a full-time site superintendent for the duration of the project in its entirety. The site superintendent and Project Manager must have a minimum of 5 years of experience directly related to HVAC and negative pressure protocols. The Project Manager shall have the necessary training, knowledge, and experience required to help ensure the timely and successful completion of the project and all related duties. The Contractor will submit qualifications of their Project Manager to the Contracting Officer s Representative within 10-days of contract award. The Project Manager shall be the on-site representative of the Contractor and shall oversee all aspects of day-to-day project operations and shall serve as the Contractor s primary point of contact, including the ability to meet with the Contracting Officer, at the Government s convenience, for meetings to discuss project status and/or contractual issues as necessary. Applicable NAICS Code: 236220. Estimated Completion Time: 365 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered with the SBA Small Business Administration at https://search.certifications.sba.gov/ prior to submitting a bid: Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 236220 for General Construction, with a Size Standard of $45.0 Million. The NAICS Code selected has been approved as the most appropriate for project related tasks and SOW. This NAICS Code will not be subject for discussion or change. The Magnitude of Construction/ construction cost range for this project is between $1,000,000-$5,000,000 Million. A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around January 8, 2026. The bid submittal address, date and time will be included in the solicitation. Specifications and plans will be available for download from the Sam website at https://www.sam.gov Amendments to this solicitation will be posted on the Sam.gov website as well. Bidders are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of bid opening. All bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. E-mail questions concerning the solicitation to Patricia Cordero at patricia.cordero@va.gov. Interested responses and Capability Statements to this Pre-Solicitation notice must include your firm s capability statement in writing (email) and must be received no later than January 2, 2026, at 4pm Noon EST. Email: Patricia.Cordero@va.gov. No telephone inquiries will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/14b61cd9b666439ba8797f9927345087/view)
- Place of Performance
- Address: James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468, USA
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN07670122-F 20251220/251218230040 (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 |