Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
MODIFICATION

Y -- 630A4-13-403 REPLACE CONDENSER WATER PIPING BUILDING 4 | BROOKLYN VA MEDICAL CENTER 800 POLY PLACE BROOKLYN, NY 11209

Notice Date
1/14/2021 12:31:16 PM
 
Notice Type
Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221B0014
 
Response Due
2/16/2021 1:00:00 PM
 
Archive Date
05/26/2021
 
Point of Contact
Vladimir S Stoyanov, Contracting Officer
 
E-Mail Address
vladimir.stoyanov@va.gov
(vladimir.stoyanov@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK Project #630A4-13-403 Replace Condenser Water Piping Bldg. 4 INTRODUCTION The scope of project 630A4-13-403 Replace Condenser Water Piping Bldg. 4 consists of the replacement of condenser water piping from the Chiller plant to the Cooling Towers located on the roof on the east side of Building 4 at the VA Brooklyn Medical Center. Work will include but is not limited to, replacement of valves controlling flow in these lines, electrical heat tracing of the piping, and installation of Centrifugal separator/cleaner package. In addition, support piers will be installed with this piping located on the roof, as opposed to the present system of most of the piping located within Bldg. 4. Off hours and weekends may be required per COTR's judgment based on minimizing major disruptions to the facility and staff. All work to be performed in accordance to the provided SOW, drawings, specifications, and any other provided documents. Work to be performed at VAMC Brooklyn in accordance with the Statement of Work, Specifications, Drawings, Federal, State, and Local Codes. After Contract Award, the contractor is required to provide a Payment Bond, a Performance Bond, an Insurance certificate, a Schedule of Values, and a Realistic Construction Schedule within 10 days. Once received and confirmed, the period of performance for the above-mentioned project will begin with a Notice to Proceed (NTP) issued at a Pre-Construction Meeting (Pre-Con) and shall not exceed 260 days after NTP. This period of performance includes a reasonable duration for all submittals to be approved prior to beginning construction. As part of this solicitation, the General Contractor (GC) shall submit an electronic PDF preliminary schedule showing the methodology for accomplishing the project within the period of performance. GENERAL REQUIREMENTS General Contractor's employees and sub-contractor employees shall not enter the VA Medical Center site or project site without an appropriate VA issued PIV badge. See Construction Security Requirements in the specifications for more full requirements. General Contractor shall furnish & post a board were directed by the Contracting Officer, VA Project Engineer (COTR) and VA Safety Specialist that includes, but is not limited to, a copy of Rates and Wages, the Davis-Bacon poster & schedules, ILSM/ICRA/GEMS/Patient Safety signed determinations, Site-Specific Emergency Contact information, Construction site fire response procedures & evacuation plan, post the number of accident-free days, emergency force contact information with the nearest hospital including directions, etc. All utility tie-ins and interruption of utility systems require prior approval and scheduling with VA Project Engineer (COTR) and M&O Foreman. The GC shall submit a request to interrupt any utility systems to the VA Project Engineer (COTR) in writing at a minimum of three (3) weeks in advance of the proposed interruption. The GC shall not proceed with mobilization or construction until after Veteran Affairs' acceptance of all required submittals and coordination drawings. The GC shall supply a master submittal list to track all required submittal items and provide the VA Project Engineer (COTR) an updated master submittal list weekly until the submittal process is completed. All submittals shall include appropriate project information, GC signature, adequate descriptive literature, catalog cuts, shop drawings, and other data necessary for the Government to ascertain that the proposed equipment and materials comply with the contract document requirements. Catalog cuts submitted for approval shall be legible and clearly identify equipment being submitted (i.e., highlight, cloud, etc.). It is the GC's responsibility to provide submittals that meet all necessary Federal, State, and Local code requirements in order to be approved. Failure to meet these requirements is the responsibility of the contractor and does not justify a request for a time extension. The GC shall submit a Site Superintendent Designation Letter designating the site Superintendent to be dedicated to this project only. The Site Superintendent shall be physically present at the construction site at all times, including when their sub-contractors present, work activities are ongoing, materials are being delivered, etc. The GC shall submit, via e-mail, a list identifying key GC personnel, their responsibilities, contact info, and 24 hour/7 days per week primary and secondary contacts.  Superintendent Communications:  At all times during the performance of this contract, the GC's designated Site Superintendent is to be available by cell phone. After-hours phone number shall be posted at the construction site. Before placement and installation of work subject to accept checks and tests, the GC shall coordinate and notify the VA Project Engineer (COTR) in sufficient time to enable testing personnel to be present at the site in time for proper testing and field inspection.  This includes notification prior to closing walls, ceilings, chases, etc. Such prior notice shall be not less than two (2) weeks unless otherwise designated by the VA Project Engineer (COTR). The general contractor shall coordinate in advance with VA Project Engineer (COR) regarding ALL work above ceilings in public corridors, offices; any general public occupied spaces, etc. For all work within interior spaces, particularly patient care buildings, including public corridors inpatient care buildings, the general contractor shall utilize HEPACART (or equal) environment ceiling access containment carts with embedded negative air-machine, impeller fan, HEPA filters, and windows. No above the ceiling work shall be performed without the proper HEPACART (or equal) environment ceiling access containment carts in any interior spaces. This is a requirement for ALL work outside the negative air pressured construction partitioned area. The general contractor shall coordinate in advance with VA Project Engineer (COR) regarding pulling of all cabling/wiring/fiber above ceilings within all interior spaces, particularly patient care buildings, including public corridors inpatient care buildings, the general contractor shall utilize HEPACART Cabling Access Point (CAP) (or equal) product in the ceiling to feed cable cleanly through a slot in the ceiling with minimal impact. This shall be installed within the HEPACART (or equal) environment ceiling access containment carts, and cabling/wiring/fiber pulling only can then be performed via the HEPACART Cabling Access Point (CAP) (or equal) product. Removal of the cabling access point shall be performed within the environment ceiling access containment cart. The following are required for this project: Work to be completed per provide drawings, specifications, and SOW. OFF Hours as determined by VA COR. The contractor is responsible for all terminations on both ends of all IT cabling, equipment, and ports being installed. Contractors working on site must be compliant with Privacy training. When coming on-site all contractors must read and sign ""VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information"" a signed copy of the training will be provided and maintained by the COR. This training needs to be completed annually. Coordination with VA security contractor for all security requirements. As per specifications, alternate bid No. 1 to include using polypropylene (PP-R) piping (Aquatherm) to replace the existing condenser water piping. Drawings called for only a section of the pipe on the roof to be replaced, but this alternate bid should include the entire system including Aquatherm flange connections. Alternate bid No. 2 not shown on the specifications shall include all items from Alternate bid No. 1 in addition to removal of painting of the structural frame on the roof and associated abatement work prior to the painting. SAFETY PRECAUTIONS The contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers' health and safety. The requirements include but are not limited to those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. The contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. The contractor shall assume the responsibility to guard against causing fires and/or explosions and to protect Government Property. The contractor shall perform the work in a manner consistent with the area security and fire safety regulations, especially with regard to exit and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. The necessary number and appropriate types of portable fire extinguishers are required per the National Fire Protection Agency (NFPA) 10 and NFPA 241. The contractor shall keep certification on-site at all times of extinguisher inspections. The contractor shall receive from the COR a permit for all cutting, welding, and soldering 24 hours in advance. All permits shall be prominently displayed during all construction. All necessary precautions shall be taken by the contractor to prevent the accidental operation of any existing smoke detectors or sprinkler heads. The contractor shall comply with an Infection Control Risk Assessment (ICRA), which will be developed with the COR and the Infection Control Practitioner assigned to the project at the Preconstruction Conference. Multiple ICRA's may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding on each phase. The contractor shall also comply with an Interim Life Safety Measures (ILSM) & Green Environmental Management System (GEMS) which will be developed with the COR. HAZARDOUS MATERIAL REPORTING The contractor shall maintain hazardous material inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR's 355, 370, & 372) to be stored and used on this Medical Center. Hazardous materials must be inventoried when received and at the project's completion. The amounts used shall be maintained for the project duration and for the calendar year (ending 31 December). Hazardous Materials Inventories, Material Safety Data Sheets, and material quantities used shall be submitted to the Contracting Officer for approval. In the event of a spill, the contractor shall immediately notify the Contracting Officer's Technical Representative as well as the Contracting Officer. The contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provisions of 40 CFR Part 761. ENVIRONMENTAL PROTECTION In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers' Manual EM 385-1-1, ""General Safety Requirements"" as well as the specific requirements stated elsewhere in the Contract Documents. The contract is responsible for the daily cleanup of all areas affected by construction. Construction areas in use or affected shall be returned to the condition in which they were turned over or initially found. VA Housekeeping shall not be dispatched for cleaning associated with contractor construction. The contractor shall take every precaution in preserving flooring, finishes, equipment, and furniture in areas of construction. The contractor shall repair or replace any damage incurred during construction at their expense. The contractor shall use freight elevators for the transmission of materials and personnel. The contractor shall take every precaution in preserving the elevators, including the hoistway and lobby doors, interior finishes, and shall conduct all good practices in observing lifting and motor components tolerances. Any damage incurred to any elevator component due to negligence will be repaired at the expense of the contractor within the workday of incurred damage.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/31fdb50eac374b31b682f3b891b1fb85/view)
 
Record
SN05892010-F 20210116/210114230105 (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  © 1994-2020, Loren Data Corp.