Request for Proposal for Elevator Upgrades at Richmond VAMC, Virginia.

From: Federal Government(Federal)
36C24624R0048

Basic Details

started - 26 Apr, 2024 (1 day ago)

Start Date

26 Apr, 2024 (1 day ago)
due - 13 May, 2024 (in 14 days)

Due Date

13 May, 2024 (in 14 days)
Bid Notification

Type

Bid Notification
36C24624R0048

Identifier

36C24624R0048
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103380)VETERANS AFFAIRS, DEPARTMENT OF (103380)246-NETWORK CONTRACTING OFFICE 6 (36C246) (4416)

Attachments (24)

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.

2 CONTINUATION PAGE regard to the fire alarm system, if needed will the VA provide programming for new Shunt, Primary, Secondary, and Fire Hat modules? If not, can you please supply your 3rd party fire alarm contractor. Please refer to Attachment+A+-+COMBINED+SPECIFICATIONS.pdf page 57 of 82, 14 21 10 Modernization of Traction Elevators, 2.7.C In regard to elevator controllers, is the VA requesting the same equipment as was installed in the previous modernization project or will other Non-proprietary equipment be accepted for consideration? The RVAMC is not requesting sole sourcing for P5, P6, and P7 modernization to match the equipment that exists for P1, P2, P3. In lieu of geared machines will the VA accept proposals including gearless machines? Please refer to Attachment+A+-+COMBINED+SPECIFICATIONS.pdf page 44 of 82 and beyond, 14 21 10 Modernization of Traction Elevators for specification on traction hoist machine. When will we have the opportunity to visit the site again to
gain additional information in the elevator shafts, in the elevator machine room and access the roof? Site visit was concluded on 4/10/2024 at 1:00PM EDT. No additional site visit is planned for this project. See attached pictures for elevator shaft. Elevator Machine room photos were previously provided in existing conditions pdf. Where will we be able to store the elevator equipment to be installed? Contractor may store items in entrance to machine room, on rooftop (with appropriate protection from adverse weather) and in a 15ft x 25ft laydown area at the east end of the VA (see attached site map). Final location to be determined after award. Will there be a dumpster provided to dispose of the existing equipment, if so, then where will it be located, if not, then can we provide one and where can it be located? Please review Attachment+A+-+COMBINED+SPECIFICATIONS.pdf page 5 of 82 1.8 Disposal and Retention. Also please see response to elevator equipment storage. Please provide the company name and contact information for the companies that handle your HVAC, fire protection, fire suppression and electrical for the disconnects for the elevators. Please refer to Attachment+A+-+COMBINED+SPECIFICATIONS.pdf page 57 of 82, 14 21 10 Modernization of Traction Elevators, 2.7.C for Fire Alarm contractor. Will we be able to use a crane to move the elevator equipment over the roof and through the machine room door on the roof? Yes The base proposal states 180 days. The lead time for this equipment is well over 180 days and the installation is not achievable in 180 days during normal regular time business hours. Will the schedule be extended? Yes, the contract will be extended for verifiable material delays due to no fault of the contractor. On page 8 of 73 under paragraph (b) Specific Instructions TAB B: Technical Capability lists Four Subfactors required. Subfactor 1 - Management Approach Subfactor 2 - Corporate Experience Subfactor 3 - Key Personnel Qualifications Subfactor 4 - Quality Control Plan Then under the Evaluation Factors for Award - Technical Capability section starting on page 10 of 73 there are Six Subfactors listed. Subfactor 1 - General Qualifications Subfactor 2 - Corporate Experience Subfactor 3 - Key Personnel Qualifications Subfactor 4 - Contractor Responsibility Items Subfactor 5 - Subcontractor List and Qualifications Subfactor 6 - Project Management Plan Please advise which section should be followed for the preparation of the Technical Proposals. You should follow evaluation factors stated under Specific Instructions to prepare your pdf submittals tabs. Your Submittal must address the six subfactors which are factors used for ratings. In addition to Key Personnel Qualifications and Corporate Experience which were stated twice, all other factors must be addressed in your submission tabs. Past Performance references On page 9 of 72 paragraph (b) 2. Part II - Past Performance under subparagraph b. it states. "The references must return the survey directly to the Government Contracting Officer listed on the questionnaire, via email." Solicitation attachment C - the Past Performance Questionnaire does not include any instructions or information on it to direct the references for how and to whom to return the forms to. Inform your references to submit directly to Contract Specialist, Moses Deng at moses.deng2@va.gov and cc Contracting Officer, Robert Ragos at Robert.ragos@va.gov Additionally, under Evaluation Factors for Award on pages 13 & 14 - paragraphs 2.3 and 2.4 appear to suggest that CPARS can be used for the Past Performance evaluations if available and that the Past Performance Questionnaires would only be used for projects that do not have a CPARS available. Yes. Please clarify the following: CPARS can be submitted in lieu of the Past Performance Questionnaires. Yes. If the Past Performance Questionnaires are required, please advise if previously completed Questionnaires can be utilized and submitted with our bid or if a new questionnaire must be filled out and submitted directly from the reference. Previously completed Past Performance Questionnaires must be of recent to be acceptable. Recent past performance is defined as projects completed within the last ten years, with the actual completion date being not earlier than March 26, 2014. Questionnaire must be submitted directly from the reference to the contacts listed in answer to question #11 We would like to pose a few more questions related to JV agreements for this opportunity. Please see the two questions below. Sub-Factor 1.1 requires the prime contractor to be a licensed general contractor. Please confirm that an SDVOSB joint venture bidding on this opportunity can rely on the capabilities and certifications by each individual venturer, as opposed to only considering the joint venture s qualifications, as required by 13 C.F.R. 128.402(f). An SDVOSB joint venture registered with SBA can rely on the technical capability and qualifications of partners in the joint venture to satisfy Technical Capability. Please confirm that an SDVOSB joint venture offeror may use the aggregated past performance and experience of its individual venturers to satisfy the corporate experience and past performance requirements, as required by 13 C.F.R. 128.402(f). An SDVOSB joint venture registered with SBA can rely on the past performance and experience of partners in the joint venture to satisfy Technical Capability, Sub-Factor 2 Corporate Experience. See below for additional information: Sub-Factor 5 Subcontractor List and Qualifications (Excerpts from Solicitation) CRITERIA and SUBMISSION REQUIREMENTS: Provide a list of subcontractors intended for use on the project, including the firm(s) (1.) entity name and address (2.) point of contact information (name, email and phone number), (3.) role as a joint-venture partner or subcontractor, (4.) planned role in the project, (5.) experience in the discipline(s) to be performed (including the number of years corporate experience in the discipline, (6.) the type/nature of the agreement (i.e. contract) that the prime contractor has with the subcontractor, and (7.) ability of the subcontractor to provide adequate resources to successfully complete the project. Information provided will be evaluated to ensure qualifications meet any minimum qualification requirements outlined in the Specifications, as well as to gauge the overall suitability of the subcontractor to the work being performed, and the business arrangement between the subcontractor and prime offeror. The offeror shall review the Specifications to determine all qualifications requirements. Is this project tax exempt? No. If they are in acceptable condition, is it possible to re-use the mechanical safeties as the sling is being re-used? No. Please clarify if you would just like the entrances cleaned and polished or cladded with new stainless steel. Existing stainless-steel panels to remain, in the lobbies and within the cab, shall be cleaned, buffed, and polished. Specifications are requiring bi-weekly maintenance for 12 months. Can this be monthly as bi-weekly seems excessive. No. Please refer to Attachment+A+-+COMBINED+SPECIFICATIONS.pdf page 80 of 82, 3.8.B Do you require HEPA Filters? No. Contractor shall not expose patients, visitors, and staff to dust, odors. What is required for electrical work? New disconnects? Pit Lights? Machine Room lights? New GFCI outlets? Sump Pump? Any fire alarm augmentations? Whatever is necessary to meet the requirements of Specification 14 26 26. Are the elevators hooked up to a generator? Yes Is there any work that needs to be done on off hours or weekends? Any work that would disrupt the normal hospital operations (Power outages, material moves that require closing off areas, etc.) and work that may pose safety risks to patients/staff/visitors (i.e. Crane operations). Where and how many employees will be allowed to park their personal vehicles? Parking is limited and is on a first come, first served basis. Parking is permitted in the parking garage as well as in parking lots 8A thru 10B and 15A thru 15C. See attached site map. Do you require a new self-closing, self-locking machine room door? No. Can key personnel positions be dual hatted? Ex. Superintendent would also be SSHO, and Project Manager would be CQC. Yes. Please identify any required permits. If permits are required, who is responsible for obtaining and paying for them? Contractor is responsible for obtaining and paying for any permits required to comply with Federal, State or Local regulatory/code requirements. Permits required by the VAMC (Hot Work, Lift Permit (if cranes will be utilized), Penetration (thru firewalls), Confined Spaces, etc.) may be obtained through our Safety Office located in 2K-133. Will a certified engineer be required on site during construction? If so, will the engineer be required on site full time? If not, please provide requirements. Contractor is responsible for all inspections/certifications required to satisfy contract and code requirements. If using a crane is not possible are there any restrictions on using a helicopter? Helicopters are prohibited. If our proposed crane plan could not land the equipment at the elevator penthouse exterior door, can the craned material be transported across the roof? The roof is a reinforced concrete roof. It can support the transport of project materials. However, the contractor shall ensure transporting project material does not damage the roof and the existing equipment on the roof. 01 33 23, 1.3C Submittal Register - Can the VA please provide the initial submittal register as stated in the specifications to provide clarity on the extent of the submittals required for the project? The VA advises that the SOW and Specifications are reviewed to ensure the contractor is aware of what needs to be submitted for the project. 01 33 23 1.3.A should be reviewed as well. 01 33 23, 1.10D/E Review of Submittals The specifications reference 15 working days (3 weeks) for VA review of submittals/re-submittals and 10 working days (2 weeks) for VA review of RFIs. Can the VA please confirm these review periods are accurate? The up to date 01 33 23 is dated 11/2023. The review periods are accurate. What software will be utilized on the project for submittal transfers? Will the Prime contractor be responsible for purchasing and maintaining this software? 01 33 23 1.6.E addresses submittal transfer software and who is responsible. It is the VA s preference to utilize Procore. Will the VA require any construction management software to be utilized on the project? Will the Prime contractor be responsible for purchasing and maintaining this software? 01 33 23 1.6.E addresses submittal transfer software and who is responsible. It is the VA s preference to utilize Procore. 01 35 26, 1.7 SSHO The specifications call for a full time SSHO to maintain a presence onsite. Can the VA please confirm that the awarded prime contractor must fulfill this requirement? Must the SSHO be employed by the Prime contractor? Can the SSHO perform any physical work onsite, or will they strictly be required to supervise work? 01 35 26 1.7.D established the requirement of when the SSHO or Equally qualified designated representative/alternate needs to be onsite. 01 35 26 1.7.D refers to FAR 52.236-6 addressing who employs the SSHO. The SSHO shall perform their duties as specified in 01 35 26. 01 35 26, 1.12 Infection Control Can the VA please provide more details on the extent of the infection control wall requirements for the project? Can the prime contractor utilize Starc Wall systems or something similar? Please refer to 01 35 26 1.12.B for scope area classification. 01 35 26 1.12.B.2 provides information on the classification requirements. Contractor shall not expose patients, visitor, and staff to dust, odors, or any other particulate dispersed due to construction. Please identify the ASME 17.1 and IBC code years applicable to this solicitation. The latest code year is applicable to this solicitation. Do the elevators currently operate on emergency power? The penthouse power distribution panel is fed from an ATS. Do the elevators currently receive a pre-transfer signal from the ATS (Automatic Transfer Switch)? The new controllers will require a pre-transfer signal from the ATS. Yes. If no pre-transfer signal currently exists, does the ATS have the capability to time delay and send a pretransfer signal to the elevators it serves? Additionally, where is the ATS located within the building for each elevator identified in the solicitation? Conductors will need to be run in conduit and programmed to function. Contractor needs to know length of run, quantity or runs, and potential routing. Pre-transfer signal already exists for the elevators being modernized. Are there specific manufacturers the VA is interested in? Are the prime contractors to include elevator equipment in their bids that meet the buy American act, are nonproprietary, and are universally maintainable? The VA is not requiring any specific manufacturers for the elevator equipment. It is preferred by the VA to match the already modernized Equipment. Please review 36C24624R0048_1 Section 2.6 for Buy American Requirements. -------------------------------------------------------------------END-------------------------------------------------------

100 EMANCIPATION DR  HAMPTON , VA 23667  USALocation

Office Address : 100 EMANCIPATION DR HAMPTON , VA 23667 USA

Country : United StatesState : VirginiaCity : Hampton

You may also like

J030--FY24: Elevators Maintenance and Repair Services Base Period

Due: 27 May, 2024 (in 28 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Request for Proposal for Elevator Upgrades at Richmond VAMC, Virginia

Due: 29 Apr, 2024 (Tomorrow)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 238990All Other Specialty Trade Contractors
pscCode Z1DAMAINTENANCE OF HOSPITALS AND INFIRMARIES