J012--Fire & Smoke Damper Repair Services

expired opportunity(Expired)
From: Federal Government(Federal)
36C24122Q0111

Basic Details

started - 22 Nov, 2021 (about 2 years ago)

Start Date

22 Nov, 2021 (about 2 years ago)
due - 30 Nov, 2021 (about 2 years ago)

Due Date

30 Nov, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24122Q0111

Identifier

36C24122Q0111
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103245)VETERANS AFFAIRS, DEPARTMENT OF (103245)241-NETWORK CONTRACT OFFICE 01 (36C241) (3840)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATON AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this source sought/RFI is to gain knowledge of businesses that are capable of satisfying the following work requirements: Statement of Work Fire and Smoke Damper Repair Services INTRODUCTION The vendor shall provide all labor, material, tools and supervision necessary to perform the fire and smoke damper repair services at the VA Boston Healthcare System, West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132 The fire and smoke dampers to be repaired are listed in Attachment 1, Damper Inventory Report list. Based on the Damper Inventory Report list, the vendor shall provide the following replacement and repair services. Damper Repairs: The vendor shall provide damper repairs in accordance with the attached Damper Report (attachment A). The vendor shall replace all dampers in need of complete replacement with Dampers listed by
Underwriters Laboratory as UL555 (Fire Dampers), UL555S (Smoke Dampers), UL555C (Ceiling Dampers). The vendor shall determine the proper rating, size, expansion clearance, retaining angle, sleeve requirements, duct to sleeve connections and location for the replacement damper. Re-Inspection Services: The Vendor shall perform the Inspection Services in a workmanlike manner. While performing such Inspection Services, the vendor shall utilize reasonable infection control procedures. Without limiting the foregoing, vendor shall adhere to Customer s infection control risk assessments ( ICRAs). Damper Accessibility. Reasonable effort will be made to provide the vendor with accessibility to Dampers. However, vendor shall adhere to the following guidelines: If a duct penetrating a fire/smoke wall is accessible, but has no access panel, vendor shall cut and install an access panel, with Government s approval, and carry out damper inspection as far as possible. If the only access point is longer than an arm s reach away from the Damper, vendor shall perform a visual inspection to the limit allowable, including inspecting the frame for signs of kinking or twisting, looking for rust or build-up of any kind that may keep the Damper from closing, and looking for obvious obstructions, such as wire or conduit running through the damper. Vendor shall record observations. If the Damper is completely occluded by layers of utilities and is totally inaccessible, record that fact. If a Damper is inaccessible, the Damper will still be located, mapped on drawings, labeled at its physical location, and included in the Report. For all work outlined in Exhibits, the Government shall be responsible for all MEP and heavy carpentry work, included but not necessarily limited to: Movement of pipes Movement of medical gas lines Movement of conduit or any wiring Movement of any HVAC equipment, including ductwork Installation of access ceiling hatches in plaster ceilings Concrete work as needed to facilitate damper installation, frame removal, or other items where fixed structure(s) limit access REPORT: Upon conclusion of the performance of the Inspection Services, Vendor shall provide owner with access to an excel report ( Report ), which is intended for the owner to provide for submission to applicable agencies, such as the local authority having jurisdiction (AHJ), Insurance Agencies and/or the Joint Commission. The Report shall include A field report listing each Damper that had a replacement actuator installed or damper repaired or replaced, the damper s location, and damper s identifier number. The name and signature of the vendors Service Technician that performed the Repair Service, as well as the date of the service. A check list completed by the Service Technician that all post-installation Test Functions (See item h.) were completed. The original of the field report will be left with the Owner. Drawings with any changes After Contract Award the Vendor is required to provide a Payment Bond, a Performance Bond, 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 30 days after NTP. This period of performance includes 30 days for all submittals to be approved prior to beginning construction. As part of this solicitation the General Vendor (GC) shall submit an electronic PDF preliminary schedule showing the methodology for accomplishing the project within the period of performance. GENERAL REQUIREMENTS General Vendor shall furnish & post a board where 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 nearest hospital including directions, etc. General vendor shall coordinate in advance with VA Project Engineer (COR) regarding ALL work above ceilings in public corridors, offices, any general public occupied spaces, etc. All work within interior spaces, particularly patient care buildings, including public corridors in patient care buildings, the general vendor 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. SAFETY PRECAUTIONS The Vendor 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. Vendor is solely responsible for determining the legal requirements that apply to activities, and shall ensure safe and healthful working conditions for its employees. Vendor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Vendor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits 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 National Fire Protection Agency (NFPA) 10 and NFPA 241. Vendor shall keep certification on site at all times of extinguisher inspections. The Vendor 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 vendor to prevent accidental operation of any existing smoke detectors or sprinkler heads. The Vendor 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 Vendor 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 Vendor 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, Vendor shall immediately notify the Contracting Officer's Technical Representative (extension 5138) as well as the Contracting Officer. The Vendor 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 Vendor 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. Contract is responsible for daily cleanup of all areas affected by construction. Construction areas in use or affected shall be returned to condition in which they were turned over or initially found. VA Housekeeping shall not be dispatched for cleaning associated with vendor construction. Vendor shall take every precaution in preserving flooring, finishes, equipment, and furniture in areas of construction. Vendor shall repair or replace any damage incurred during construction at their expense. Vendor shall use freight elevators for transmission of materials and personnel. Vendor shall take every precaution in preserving the elevators, including the hoist way 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 expense of the vendor, within the work day of incurred damage. SECUIRTY REQUIREMENT All vendor personnel shall obtain a short-term identification badge issued by the COR or government designated representative. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the vendor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, vendor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. The Vendor shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in standard acquisition guidelines. Per the VA handbook 6500.6, no VA sensitive information will be transferred, shared, or stored with said vendor. As such, no additional mechanisms will be needed to ensure the protection of information. Place of Performance: 1400 VFW Parkway, West Roxbury, MA 02132 Period of Performance: the contractor will have 30 days to complete the required work. There are no options. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 12 pm EST time on November 30, 2021. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 811310 and a small size standard of $8,000,000.00

,
  02132  USALocation

Place Of Performance :

Country : United StatesState : MassachusettsCity : Boston

You may also like

Fire & Sprinkler System Service and Repairs-ACF

Due: 30 Jun, 2025 (in 14 months)Agency: DPS-Dept of Public Safety

Fire Hydrants, Valves, Repair Kits, & Services

Due: 01 May, 2024 (in 6 days)Agency: Oklahoma City

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode J012Maintenance, Repair and Rebuilding of Equipment: Fire Control Equipment