VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
X1dz--west Philly Clean Storage Rooms - Upgraded Nco 4 Specialized Team (va-24-00075338)
Description
This Is Not A Solicitation Announcement. This Is A Request For information Only. this Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of The Solicitation And Bids Are Not Being Accepted At This Time. the Department Of Veterans Affairs (va), Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified Sources Capable Of Providing Service Work For Lease Alterations Based On The Government Requirements Identified In The Sow Statement Of Work That Is Identified Below. The Work Location For Lease Alterations Will Be For The West Philadelphia Clinical Annex, Located At: 6232 Market Street, Philadelphia Pa 19139. Interested Contractors Are Encouraged To Apply, Sending Their Responses To This Rfi, To The Lease Contract Specialist: Tyler Karns, Who Will Receive Responses By Email At: Tyler.karns@va.gov. all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. Any Costs Associated At Preparing A Response To This Rfi Are Your Own Responsibility. vendor, Otherwise Identified As The Contractor, Shall Provide The Following Services For The Lessor Relating To The Sow Listed Below: statement Of Work (sow) clean Storage Rooms background: The West Philadelphia Clinical Annex Requires Lease Alterations To Two (2) Clean Storage Rooms That Include The Following Requirements: Installation Of One (1) Air Handler Unit To Be Incorporated Into The Existing Hvac System That Will Be Integrated Into Rooms 123a, 137, And 143 (medication Room) To Maintain A Controlled Temperate Climate To Safely Store Medicine. Additionally, The Electric To The Front Door Shall Be Re-run To An Electric Panel Within The Va Suite, Allowing The Control Of The Electric Panel To Be Monitored By Va Staff. place Of Performance: 6232 Market Street, Philadelphia Pa 19139. period Of Performance: The Installation Should Take Place Within 120 Days Of Award Unless Specified Otherwise By Va (lco) Lease Contracting Officer. the Contractor: Designated As Working For The Lessor, Will Be Responsible For Providing The Necessary Design, Labor, Material, And Equipment To Complete The Following Required Tasks Below: provide Ae Design Drawings / Plans: Shall Be Issued Sealed By The Architect/engineer (a/e) Prior To Construction Issued To Va Cor. A/e Shall Meet The Va Cor Onsite Prior To Start Of Design Drawings / Plans. A/e Shall Provide 75% Plan Review Within 3 Weeks Of Initial Meeting With Va Cor. Va Shall Review 75% Plans For 2 Weeks. A/e Shall Return 100% Plans Sealed Construction Documents Within 2 Weeks Of Plans Returned From Va. Va Cor Will Conduct A Proficient Review Of 100% Plans For 2 Weeks, Meet With Va Contracting Providing His Analysis Of The Final Design Plans Prior To Obtaining Va Lco Final Approval. notice To Proceed Issued: Once Lco Approves Final Ae Drawings, The Va Cor Will Send An Email Titled: Notice To Proceed - Start Construction, Notifying Lessor, That Construction Efforts For Alterations Can Begin Dependent On Any Other Details The Cor Deems Important. pre-construction Risk Assessment: The Ae Shall Complete The Pre-construction Risk Assessment And The Construction Contractor Shall Conform To Icra Requirements. (contractor To Adhere To Va Medical Center Memorandum 138-41 And Medical Center Policy 111-15. Form Vha-icra-2023-1.0 Shall Be Used For The Icra Permit.) (5.) Upon Receipt Of Notice To Proceed - Start Construction, The Lessor S Contractor Will Provide The Following Alterations: install One (1) Air Handler Unit To Be Incorporated Into The Existing Hvac System additional Alterations Will Be Made For Two (2) Clean Storage Rooms That Include Rooms 123a, 137, And 143 (medication Room). positive Air With (4) Four Changes Per Hour. always Maintain A Temperature Range 66â°f - 75â°f. always Maintain A Humidity Range Of 30% - 55%. flooring Shall Be Welded Seam Sheet Flooring With 4-inch Integrated Cove Base With Metal Cap. wall Shall Be Gypsum Board With High Build Glazed Coating (epoxy Paint) And Rigid Wall Protection (sheet) Installed 4 -0 Aff. ceiling Shall Be Gypsum Board With Epoxy Paint Finish. doors Shall Be Solid Core Wood With Interior Hinges Or Otherwise Non-removable Pins. doors Shall Have A Best Mortise Ez Lock, Cypher Lock, With 7-pin Core Or Equitant. all Walls Shall Be Extended To The Deck Above For Security Reasons. This Can Be Done On One Side Preferably On The Exterior Wall Side Of The Room. install Valves For Hyperchlorination Of Water System. hyperchlorinate Water System After Shutdown To Install Plumbing For Humidity Control. contractor Will Need Access And Va Supervision While Performing Work Inside Medication Room, Room 143. The Contractor Will Give 2 Weeks Notice To Va Cor For Work Inside The Medication Room. Clinic Front Door Electric Run To Va Panel currently, The Electric For The Front Door Is Run From An Electric Panel That Is Not Under Va Control. The Electric To The Front Door Shall Be Re-run To An Electric Panel Within The Leased Space Of The Va Suite That Can Be Controlled And Operated By The Va Staff. additional Requirements The Contractor Shall Provide The Following Tasks For Successful Project Completion:: contractor Personnel Shall Be Osha 30 Certified And Abide By All Applicable Safety Regulations Established By Va And Federal Policies. contractor Shall Obtain Lifts, Cranes, And Necessary Equipment To Complete This Project. - If A Crane Is Needed, A Lift Plan Must Be Submitted To The Cor And Approved By Fms Prior To Scheduling The Work. contractor Will Coordinate To Ensure Access And Va Oversight Of The Room While Performing Work Inside Medication Room, Room 143. The Contractor Will Give Two (2) - Weeks Notice To Va Cor For Work Inside The Medication Room. Contractor Shall Perform All Tasks Within The Va Clinic Outside Clinical Hours. Work Outside The Va Clinic May Take Place During Normal Working Hours But May Not Interfere With Clinical Operations. Contractor To Adhere To Va Medical Center Memorandum 138-41 And Medical Center Policy 111-15. Form Vha-icra-2023-1.0 Shall Be Used For The Icra Permit. The Ae Shall Complete The A/e Shall Complete The Pre-construction Risk Assessment And The Construction Contractor Shall Conform To Icra Requirements. Lifts Or Cranes Must Be Removed From Government Property Daily, There Will Be No Designated Area For Lifts Or Cranes To Be Stored At The Medical Center. Contractor Must Establish Proper Access And Va Participation Delegated By The Cor, While Performing Work Inside Drug Room. Contractor Must Provide Valid Insurance To Perform Any Work On-site And Name The Lessor As Additional Insured. Any Roof Top, Ceilings Or Exterior Wall Penetrations Must Be Patch And Sealed. Fire Or Smoke Wall Penetration Shall Be Fire Caulked. All Work Should Be Accomplished In Accordance With Federal, State, Local, Osha And Va Guidelines, Codes, And Regulations. Damage And Clean Up: Any Damage Caused By The Contractor To The Facility Including But Not Limited To Walls, Ceiling Surfaces, Furniture, Utility Lines, Etc. Shall Be Repaired To Match The Existing Conditions. Contractor Shall Be Responsible To Make These Repairs At Their Own Expense. Contractor Is Responsible For Clean-up Of The Work Site And The Disposal Of All Waste And Excess Materials Daily. Contractor Shall Not Utilize Va Waste Containers To Disposal Of Their Waste And Materials. interruptions Scheduled: Execute Work To Interfere As Minimally As Possible With Normal Functioning Of The Community Based Outpatient Clinic, Including Operations Of Utility Services, Fire Protection Systems And Any Existing Equipment, And Work Being Done By Others. Use Of Equipment And Tools That Transmit Vibrations And Noises Through The Building Structure, Are Not Permitted In Buildings That Are Occupied By Veterans Or Vha Staff, Except As Approved By Cor In Writing. (cor Contact Information To Be Provided Later.) dumpster Site Coordination: Lessor Shall Coordinate Dumpster Locations With The Va Parking Operations To Ensure Minimal Disruption To Va Site Use. The Storage Of Materials And Equipment By The Lessor Must Be In Approved Designated Areas. The Va Does Not Have Space For On-site Storage, Nor Is The Va Responsible For Oversight Of Designated Storage Areas. site Security And Safety: The Lessor Shall Designate A Minimum Of One Site Safety And Health Officer (ssho) At The Project Site That Will Be Identified As The Ssho To Administer The Lessor S Safety Program. The Designated Ssho Must Meet The Requirements Of All Applicable Osha Standards And Be Capable (through Training, Experience, And Qualifications) Of Ensuring That The Requirements Of 29 Cfr 1926.16 And Other Appropriate Federal, State, And Local Requirements Are Met For The Project. Cmcvamc Inspectors Will Perform Continuous Inspections Of The Work Site In Accordance With Contract Requirements. all Deficiencies Noted By The Cmcvamc Inspectors Will Be Reported To Cor For Contractor Correction. parking: Contractor Will Have Available Parking Assigned By Va Cor. questions: Will Be Responded To By Contacting The Lease Contract Specialist, Tyler Karns, He Can Be Reached By Email At: Tyler.karns@va.gov. /***************************************end Of Sow***********************************************/ disclaimer this Rfi Will Be Conducted In Accordance With Intent For Market Research Purposes Which Are Under Federal Acquisition Regulation (far) Part 10. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Tyler.karns@va.gov No Later Than, 12:00 Noon Eastern Standard Time (est) On April 4st, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Tyler Karns. information Will Only Be Accepted By Responding With A Complete Response Sending An E-mail To The Lease Contract Specialist, Tyler Karns, At The Following Email Address: Tyler.karns@va.gov. this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Contact
Tender Id
36C24425Q0518Tender No
36C24425Q0518Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov