Indiana Bids > Bid Detail

Z1DA--PIV Office Renovation & Relocation Project (# 583-23-504)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159990951589041
Posted Date: Jul 6, 2023
Due Date: Aug 7, 2023
Solicitation No: 36C25023Q0845
Source: https://sam.gov/opp/db71a04104...
Follow
Z1DA--PIV Office Renovation & Relocation Project (# 583-23-504)
Active
Contract Opportunity
Notice ID
36C25023Q0845
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 06, 2023 09:32 am EDT
  • Original Published Date: Jun 20, 2023 03:46 pm EDT
  • Updated Response Date: Aug 07, 2023 12:00 pm EDT
  • Original Response Date: Jul 07, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 06, 2023
  • Original Inactive Date: Aug 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Richard L. Roudebush VAMC 1481 W 10th St Indianapolis , IN 46202
    USA
Description

Introduction. This statement of work describes the PIV Office Relocation
Project within Building 1 at the Richard L. Roudebush VAMC.

Specific Requirements. The contractor shall accomplish the following:
The prime contractor and subcontractors shall provide all tools, equipment, material, labor, and supervision necessary to meet compliance with all documents provided by the VA.
The prime contractor and their subcontractors shall be responsible for renovating Room C-6068A, C-6068B, C-6068C, and C-6068D as follows:
Affected spaces on C-6:
N Ã

Construct the exterior walls of Rooms C-6068A and C-6068B up to the deck so that the rooms have a two-hour fire rated penetration using Gypsum board and fire caulk.
In Rooms C-6068A through C-6068D - Replace the entry door to each room with a solid core wood door. Each entry door shall have one lock set that is key operated from the interior of the protected area. Each entry door shall have a mortise lock with a deadlock feature. Each door shall be equipped with a magnetic door contact and shall be compatible with VA Systems. Wood species of door and finish must be in compliance with the VA facility standard selection (red oak species with black/jet/onyx/ebony stain and nickel finish hardware).
Rooms C-6068A through C-6068D Provide a motion sensor camera on the inside of each of the entry doors to monitor the door entrance. Cameras shall allow VA Police to monitor the four rooms remotely. The rooms shall be monitored locally or regionally by PACS, SDI, IDS, SSTV. Each room shall be equipped with motion detection, (microwave, Passive Infrared,) Dual Technology Intrusion Alarm. All security features shall be compatible with existing VA system.
In rooms C-6068A through C-6068D Each room shall be equipped with electronic physical access control system (PACS). PIV areas require a secondary or dual authentication reader (designation is high per the PACS designation table). All Security features shall be compatible with VA Systems.
In rooms C-6068A through C-6068D Each room shall be equipped with SSTV to cover the area. PIV areas require a fixed camera, Passive Infrared Camera-dual technology. All Security features shall be compatible with VA Systems.
Relocate existing furniture from the existing PIV Room location on C-B066 to Rooms C-6068A through C-6068D.
Note: contractor will not relocate any computers, monitors, phones, printers and PIV equipment from the existing PIV Room location on C-B066 to Rooms C-6068A through C-6068D. This will be done by VA staff.
Contractor shall replace windowsills in rooms C-6068A, C-6068C, and C-6068D to solid surface material, which must be in compliance with the VA Specs.
Remove all existing Carpet and vinyl flooring and replace with LVT vinyl flooring in Rooms C-6068A, C-6068B, C-6068C, and C-6068D that must be in compliance with the VA specification, VA Design Guides and Manuals, State and Local Code.
Remove and replace all existing cove base and install 6.0 height rubber base with integrated cove; rubber base cove to harmonize with LVT flooring and to in compliance with VA Specs.
Patch and sand all Holes, Cracks, gouges in the existing drywall in rooms; C-6068A, C-6068B, C-6068C, and C-6068D.
Where patch and paint is required contractor shall make the assumption paint is lead-based and safe practices shall be enforced.
Paint all walls the color of VA facility standard selection in rooms C-6068A, C-6068B, C-6068C and C-6068D, some spaces may incorporate 2/two paint colors.
Install a new quad electrical receptacle in room C-6068A so that all three desks have their individual outlet; placement will be determined by COR. New receptacle shall be hooked to emergency power.
Install a new quad Data receptacle (Cat 6 Alpha) in room C-6068A so that all three desks have their individual outlet; placement will be determined by COR.
Contractor shall verify that the planned equipment utilizing the circuit will not exceed the rated amperage of the circuit.
All lights in C-6068A shall be replaced with Cree LED lights
Remove drywall, plaster and asbestos approx. 40 liner feet in C-6068A, C6068C chases, this task shall be done by a licensed/ qualified company that includes a CPIH to monitor the removal.
In Rooms C-6068A, C-6068C install new fiberglass insulation that meets or exceeds VA spec.
In Rooms C-6068A, C-6068C Contractor shall rebuild chase back to match existing.
Contractor shall provide all technical literature and/or descriptions of all materials, equipment and tools proposed for used by the Contractor and shall be submitted to the Contracting Officer representative (COR) or employee designee for approval prior to contract start and whenever a change is requested.
All finish selections shall refer to attachment.
All work areas shall be cleaned and arranged for immediate customer use upon completion.
All ISLM and ICRA Precautions will be enforced.
The prime contractor/subcontractor(s) shall provide all approved submittals equipment M&O manuals electronically on a CD.
Provide three hardcopies of the equipment M&O manuals.
Provide one hardcopy set of red-lined as-built drawings for VA review and approval.
Safe and compliant disposal of removed/demolished construction material and provide a monthly waste report to the COR.

Place of Performance: Richard L Roudebush - VA Medical Center, 1481 West 10th Street, Indianapolis IN 46202. The project includes work in rooms C-6068A through C-6068D and C-B066 located within Building #1.

Qualifications of Contractor:
The prime contractor/subcontractor(s) shall have completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Project superintendent shall have completed an OSHA approved 30-hour construction safety training.

The prime contractor/subcontractor(s) shall be equipped with all
necessary tools, equipment, materials, labor, supervision, and Personal Protective Equipment (PPE) necessary to perform all required work in a safe, effective, and timely manner. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E.

Work Hours

Maintaining the operational capability of the medical center is of paramount importance. The prime contractor shall coordinate all activities with the VA COR prior to commencing all work.
Normal working hours for the medical center are defined as 0800 1730, excluding Saturday and Sunday. Designated off-shift hours are defined as 1730 0600, Monday through Friday, excluding federal holidays. Some work may be required to be accomplished on off-shift hour.

Infection Control Risk Assessment (ICRA) Requirements. The prime contractor/subcontractor(s) shall comply with all PCRA/ICRA/ILSM requirements when working within the 6th floor C-South project area.

Period of Performance. The prime contractor/subcontractor(s) shall complete all specified contract work within 90 calendar days.

Safety:
The Contractor shall be thoroughly familiar will all rules and regulations governing safety. A 30-hour OSHA Competent Person shall be present for all work and all additional workers shall have a minimum of a 10-hour OSHA Certification. All welders, pipefitters, carpenters, electricians, etc. performing work must present a valid certification for their respectable trade.
All work associated with this project shall be in compliance with all VA regulations concerning Safety, Infection Control Requirements, Interim Life Safety Measure Requirements, Parking, Personnel Access, and proper removal/safe disposal of construction waste and debris as listed in the specifications and drawings. The Contractor shall abide by all ICRA requirements that are put into place by the VA infections prevention team. The COR shall provide requirements and forms to Contractor.
All work will be performed in accordance with ICRA, but it will be the responsibility of the Contractor to keep the construction areas clean and to not damage the existing equipment. If during the work, equipment is damaged, the Contractor will be responsible for any repairs/replacements that are required safety plan must be provided and approved before any work begins.
Any confined space entry must adhere to OSHA 1926 Subpart AA. A VA confined space permit will be required prior to and entry into confined space.
All surveys must be high visibility vests while surveying
All contractors will be required to adhere to the VA COVID 19 safety standards that are currently in place. Currently only a mask is required inside the facility, but this requirement may change in the future.
Safe and compliant disposal of removed/demolished construction material.

Security
The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract.
The contractor shall wear a VAMC badge at all times when they are on VA property. General Contractor s or subcontractor s employees shall not enter the project site without an appropriate badge. Contractor personnel may be subject to inspection of their personal effects when entering or leaving the project site. Before starting work the General Contractor shall give two weeks notice to the COR so that security arrangements can be provided for employee badging.
If required COR will assign only one electronic key to the Project Manager/ Supervisor at their discretion. Access to rooms will be identified by the Engineer/COR and be limited to just those rooms needed for the project/job. They will be required to refresh their key to ensure that available rooms are updated. There is a fee of $120 to replace a lost or damage key.
Health screenings may be required of those entering VA property, dependent on VA directives, Federal emergency response, and CDC testing guidelines. Health screening may be used in an attempt to identify a potential health impact that may be transferrable to VA personnel or patients prior to documentable symptoms. In the event that health screening activities are implemented at the Facility Level, the Contractor, their personnel, and their subcontractors must adhere to all Facility directions and guidelines at all times when they are on VA property. Prior to starting work, the Contractor shall give three days notice to the COR so that current health screening activities at the VA Facility may be identified and communicated to Contractor personnel prior to mobilization (i.e., restricted entrances, limited delivery windows, etc.).
The C&A requirements do not apply, and that a Security Accreditation Package is not required.

10. Parking. Parking is only authorized in the F-lot, if the contractor needs additional parking spots than they can park over at CSR.

Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >