Wyoming Bids > Bid Detail

Z2DA--T4 700K Mental Health Second Floor Arch Upgrades Project 442-22-009

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159892605882735
Posted Date: Nov 15, 2022
Due Date: Dec 19, 2022
Solicitation No: 36C25923R0004
Source: https://sam.gov/opp/83a2dfd0fb...
Follow
Z2DA--T4 700K Mental Health Second Floor Arch Upgrades Project 442-22-009
Active
Contract Opportunity
Notice ID
36C25923R0004
Related Notice
36C25923R0004
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 15, 2022 01:47 pm MST
  • Original Published Date: Nov 15, 2022 11:58 am MST
  • Updated Date Offers Due: Dec 19, 2022 11:00 am MST
  • Original Date Offers Due: Dec 06, 2022 11:00 am MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 15, 2023
  • Original Inactive Date: Mar 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Cheyenne , WY 82001
    USA
Description

STATEMENT OF WORK 2014 AMBULATORY CARE, DENTAL, STAIRWAY, IT CLOSETS PROJECT PROJECT NO. 442-14-06S 1 STATEMENT OF WORK MENTAL HEALTH 2nd FLOOR CORRIDOR UPGRADES COWBOY, DOUGLAS FIR PROJECT NO. 442-22-005 Overview The purpose of the project outlined in this Statement of Work (SOW) herein is to update the common area finishes of the Mental Health Department located on the 2nd floor of Cowboy and Douglas Fir buildings at Cheyenne VA Medical Center. The existing finishes have exceeded useful life and are due for replacement. The project is located at the Cheyenne VA Medical Center Campus at 2360 East Pershing Blvd., Cheyenne WY, 82001. This is a high visibility project for our Veterans, staff and guests requiring attention to detail, quality control, and professional, experienced workmanship. Project Quality Assurance, Quality Control (QA/QC) and work sequencing is the responsibility of the General Contractor (Contractor). The Contractor shall provide and execute QA/QC and work plan to best accommodate VA requirements for Outpatient setting in a 24/7, 365 day a year operation. This SOW provides the scope and expectations for the Contractor to construct the project as outlined herein, in the contract, drawings, documents, attachments (including any addendums), specifications, and all regulatory codes. All work shall be planned and scheduled to minimize the construction activity impact on the operation of the medical center. All work shall be conducted with strict adherence to Cheyenne Medical Center and Veteran s Health Administration regulations and infection control requirements. All outages and shutdowns shall be closely coordinated with the Contracting Officer Representative (COR) with minimum 2 weeks notice, per the contract requirements. Approach/Scope Below is a rough outline of the scope of work and schedule requirements for completion of work. Contract scope occurs in an Outpatient setting which functions under regular business hours (7a 5p) Monday through Friday. The Contractor shall provide all resources to complete the scope/tasks such that ALL work is completed Monday through Friday between the hours of 5p through 6:30a/weekends. Work shall be neatly, safely, temporarily terminated, and ready for start of business at 7a on the Monday of each week for the duration of the project. This includes Interim Life Safety and Infection Prevention protocols. It is the responsibility of the Contractor to field verify conditions prior to bid in conjunction with all contract documents, specifications, drawings, sketches, supplemental information, etc. The approximate affected area is 4,100 SF and includes BUT is NOT limited to the following work: Contractor shall be responsible for testing suspect ACM terrazzo and mastic, previously identified as such in ACM Sampling Reports provided. If positive, develop and implement an Asbestos Abatement Plan. Air monitoring and testing during and after asbestos abatement Lead based paint XRF testing, air monitoring and testing during renovations resulting in disruption of suspected lead-based paint. Adhere to the requirements of OSHA 29 CFR 1926.62 Lead in Construction . (Refer to previous LBP Survey by Thomas R. Homan dated March 16, 2004) Asbestos abatement and chain of custody disposal of defined areas of suspect ACM terrazzo mastic, accent border and integral cove (refer to Buys & Associates Environmental Consultants ACM Sample report dated November 24, 2010 and Asbestos Reinspection Report dated November 5-7, 2018). Demolish and dispose of existing floor finishes (carpet, suspect ACM terrazzo border and integral cove, LVT, VCT and sheet flooring). Refer to VA provided supplemental floor plan. It is the responsibility of the CONTRACTOR to verify this information for bid accuracy upon walk through. Minor floor prep (potential for increased floor prep where terrazzo border was abated/removed). Install new LVP in corridors, waiting room, kitchen, and group room/where indicated. Remove and salvage existing handrail/crash rail and bumper turn over approximately 250 LF of ea. to VA for repurposing. Provide and install new handrail/crash rail and wall bumpers in color and size identified on finish schedule and as approved by VA Interior Designer. Note the new wall bumper elevation will need to accommodate new 6 resilient base height. Remove, salvage/dispose/replace wall hung items, light and receptacle trim plates, pictures, signage, etc. for paint scope. (Temporary storage in CFED training room or as identified by COR). Coordinate this work with COR prior to start of work. Provide new artwork with gallery locks, cleats, hardware and hang in locations identified by COR/Interior Designer (approximately 36 pieces of framed or lithograph photos with offsets). Refer to Great American art cutsheet attached for basis of design. Sand, prep, prime and paint of ½ door frames and jambs (corridor side) (paint color 3). Re-seal all door frames, windows, casework, etc. with joint sealant. Remove Acrovyn wall protection and patch/retexture all damaged areas of wall. Sand, prep, prime and paint corridor walls. Accent/wainscot paint from FF to mid handrail/crash rail height (paint color 2) and a separate field paint from mid handrail to ceilings (paint color 1). All walls to be properly prepped, painted corner to corner. Demo and dispose of Kitchen cabinets, range, sink, flooring install new cabinets, new stainless- steel sink in Mental Health kitchen (refer to VA provided drawings). Demo laminate casework reception station, patch, texture and paint gypsum board walls, floors where required at Mental Health Waiting/Reception counter. Re-move existing laminate at identified window-sill locations (approximately 8 locations) re-skin with solid surface 1/4 as identified in finish schedule. Provide and install new window treatment blinds (refer to cutsheet for Webbglide roller shades as basis of design) (approximately 8 locations). Provide and install one (1) decorative wayfinding sign at Mental Health Reception/Waiting area. (Refer to Exhibit for Wayfinding Sign photo). Remove abandoned double door frames in locations as outlined on drawings. Infill recessed locations in corridors approximately (6) locations as outlined on drawings. Specifications 000110 Table of Contents 000115 List of Drawings 010000 General Requirements 01326.15 Project Schedules 01 33 23 Shop Drawings, Product Data and Samples 01 35 26 Safety Requirements 01 42 19 Reference Standards 01 45 00 Quality Control 01 57 19 Temporary Environmental Controls 01 58 16 Temporary Interior Signage 01 74 19 Construction Waste Management 01 81 13 Sustainable Construction Requirements 02 41 00 Demolition 02 82 13.19 Asbestos Floor Tile and Mastic Abatement 07 92 00 Joint Sealants 08 31 13 Access Doors 08 71 00 Door Hardware 09 05 16 Sub-surface Preparation for Floor Finishes 09 22 16 Non-Structural Metal Framing 09 23 00 Gypsum Plastering 09 24 00 Portland Cement Plastering 09 29 00 Gypsum Board 09 65 13 Resilient Base and Accessories 09 65 19 Resilient Tile Flooring 09 68 00 Carpeting 09 91 00 Painting 10 14 00 Signage 10 26 00 Wall and Door Protection 10 44 13 Fire Extinguisher Cabinets 12 3 200 Manufactured Wood Casework 12 36 00 Stone Countertops 22 05 11 Common Work Results for Plumbing 22 40 00 Plumbing Fixtures 26 05 11 Requirements for Electrical Installations 26 27 26 Wiring Devices 27 05 11 Requirements for Communications Installations 27 10 00 Control, Communications and Signal Wiring Project Deliverables Submittals for Division 1 and all other sections as outlined in project specifications Asbestos Abatement Plan Plan for Renovating in Areas with suspected Lead Based Paint Quality Control Plan Project CPM Schedule Pre-Construction Meeting (Risk Assessment, Life Safety and ICRA, QA/QC Plan see spec for Pre-Con Agenda topics) Closeout Documentation including Flooring Maintenance Manuals Contractor Responsibilities Contractor shall supply all labor and materials necessary to provide a complete, quality project in adherence to all VA specifications and requirements as outlined in the contract/contract documents. It is the responsibility of the Contractor to properly assess the contract documents and existing site conditions for the installation of the work. Contractor and/or Sub-Contractors shall be responsible for quality control, workmanship of all contract work. If there is a discrepancy between the specifications and the construction drawings, the specifications or the more stringent condition shall apply. Contractor and/or Sub-Contractors shall be responsible for reviewing all drawings and specifications and shall submit Requests for Information (RFI s) directed to the VAMC s Contracting Officer for any discrepancies or clarifications needed to provide a complete and working system PRIOR to the bidding of the work. Contractors shall adhere to the VAMC s facility security requirements, including preparation of a fire safety plan, protection of all existing facility improvements and coordination with the COR. All requests for any clarification shall be forwarded by the VAMC s Contracting Officer (CO) and copy the Contracting Officer Representative (COR). Contractor and/or Sub-Contractors shall be responsible for the accuracy and scope of the specifications, drawings, and cost estimates in relation to areas or items addressed in this SOW. Any deficiencies in the documents shall be brought to the attention of the Contracting Officer prior to bid receipt. Contractor and/or Sub-Contractors shall perform all necessary investigations and work to determine and verify work can be performed as specified. Contractor and/or Sub-Contractors shall provide material submittals to the Engineer of Record and COR for review and approval prior to purchase or installation. Contractor and/or Sub-Contractors are responsible for providing all labor, materials, tools and equipment necessary to perform this work. The medical center must remain operational throughout the construction period. Any required shutdowns shall be the coordinated through the COR and a minimum of 2 weeks prior to the proposed date of the shutdown. All work performed and specified shall comply with applicable Local, State, and Federal code requirements, and VA Master Construction Specifications as found in the VA Technical Information Library Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov). It is the responsibility of the Contractor to understand and comply with all applicable municipal, county, state, and federal codes, laws, ordinances, standards, rules, and regulations. The Contractor will submit a sequenced work plan for approval from the COR prior to the start of work. The Contractor shall adhere to all specifications, approved drawings, contract documents. The Contractor will be held responsible for any damages to VA property and shall replace any damage in full. The Contractor shall meet the safety requirements of OSHA and VA. The Contractor shall meet all deadlines for construction. The Contractor shall identify to the COR any possible problems and or deficiencies if they foresee a future problem related to the construction of the project. Safety & Training: Comply with the requirements of the appended Construction Safety Policy and the Div. 01 Safety Requirement s specification. A competent person must always be on site who has completed OSHA s 30-hour construction safety course per VA directive 2011-036. All other employees of general Contractor must at a minimum has completed the OSHA 10-hour construction worker course and /or other relevant competency training, as determined by VA CP with input from the ICRA team. Submit training records of all such employees for approval before the start of work. Security Requirements: THE CONTRACTOR SHALL COMPLY WITH AGENCY PERSONAL IDENTITY VERIFICATION PROCEDURES IDENTIFIED IN THE CONTRACT THAT IMPLEMENT HOMELAND SECURITY PRESIDENTIAL DIRECTIVE-12 (HSPD-12), OFFICE OF MANAGEMENT AND BUDGET (OMB) GUIDANCE M-05-24, AND FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATION (FIPS PUB) NUMBER 201. THE CONTRACTOR SHALL INSERT THIS CLAUSE IN ALL SUBCONTRACTS WHEN THE SUBCONTRACTOR IS REQUIRED TO HAVE ROUTINE PHYSICAL ACCESS TO A FEDERALLY CONTROLLED FACILITY AND/OR ROUTINE ACCESS TO A FEDERALLY CONTROLLED INFORMATION SYSTEM. Every worker must wear a valid VA ID badge at all times to work on this site. The VA Police will issue day badges to workers who produce valid IDs. Right-to-work documentation will be required for workers who are not US citizens. Infection Control Requirements: All personnel involved in the construction or renovation activity shall be educated and trained in infection prevention measures. The Contractor is responsible for ensuring compliance with this training requirement. Waste materials shall be removed in containers with tightly fitting lids or covers that are taped in place and are wet wiped down before removal. Implement the requirements of VAMC s Infection Control Risk Assessment (ICRA). Infection Prevention and/or Safety personnel may monitor dust in the vicinity of the construction work and require the Contractor to take corrective action immediately if the safe levels are exceeded. Establish and maintain a dust control program as part of the Contractor s infection preventive measures in accordance with the VA requirements. All equipment, tools, material, worker s clothing, etc. transported through occupied areas shall be made free from dust and moisture by vacuuming and wipe down prior to entering all existing hospital areas. Vacuum and wet mop all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA (High Efficiency Particulate Accumulator) filtration. Using a HEPA vacuum, clean inside the barrier and vacuum ceiling tile prior to replacement. Any ceiling access panels opened for investigation beyond sealed areas shall be sealed immediately when unattended. Medical Center Infection Control personnel may monitor for micro-organisms associated with construction dust (e.g. aspergillosis) as appropriate during construction. A baseline of conditions may be established by the medical center prior to the start of work and periodically during the construction stage to determine impact of construction activities on indoor air quality. Construction areas shall maintain a sealed barrier between the construction areas and the working areas of the hospital. Above ceiling spaces shall be sealed to the deck above in order to achieve an isolated workspace. There shall be no standing water during construction. This includes water in equipment drip pans and open containers within the construction areas. All accidental spills must be cleaned up and dried within 12 hours. Remove and dispose of porous materials that remain damp for more than 72 hours. All work will be performed per the Contractor submitted and approved VA schedule, updated on a weekly basis, and the COR shall be notified at least 2 weeks in advance the proposed areas that will undergo construction. All scheduling of areas will be coordinated with the relevant hospital personnel by the COR to minimize impact to normal hospital functions. Coordination to include, but not limited to: Office of Information and Technology, Biomed Electronics Technician, and O&M Electrician. Fire sprinkler lines will be down less than four hours unless otherwise approved by the COR. All sprinkler line shutdowns shall be coordinated with the COR at least 2 weeks in advance. Final Cleanup: Upon completion of project, or as work progresses, remove all construction debris from above ceiling, vertical shafts and utility chases that have been part of the construction. Perform HEPA vacuum cleaning of all surfaces in the construction area. This includes walls, ceilings, cabinets, furniture (built-in or free standing), partitions, flooring, etc. All work performed cleaned by the Contractor per Cheyenne VA hospital standards prior to turning the area over for use by the VA. Place of Performance VA Medical Center, Cheyenne 2360 E. Pershing Blvd, Cheyenne, WY 82001 Travel The Contractor shall not charge travel costs to the Government. Hours of Work Requirements for night and weekend work. This work must be coordinated with the COR. Work requiring shutdown, interruption, infection control, or potential interruption of power to critical areas of the Medical Center will require extensive coordination and planning with the COR and will require at least 2 weeks notice. Major shutdowns will have to occur on weekends. Schedule and General Requirements Construction shall be completed 120 calendar days from Notice to Proceed. This period of performance includes considerations for long lead equipment times and phasing of the project. Federal Legal Holidays: The following Federal legal holidays are observed by this facility: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 18 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Historic Preservation Where the Contractor or any of the Contractor's employees, prior to, or during the construction work, are advised of or discover any possible archeological, historical and/or cultural resources, the Contractor shall immediately notify the COR verbally, and then with a written follow up. - END OF SOW-


Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • 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 >