Virginia Bids > Bid Detail

3910--Pneumatic Tubes Campus Wide

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159771448799843
Posted Date: Feb 15, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24623Q0466
Source: https://sam.gov/opp/2d91e3b02a...
Follow
3910--Pneumatic Tubes Campus Wide
Active
Contract Opportunity
Notice ID
36C24623Q0466
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2023 03:50 pm EST
  • Original Response Date: Feb 27, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3910 - CONVEYORS
  • NAICS Code:
    • 333922 - Conveyor and Conveying Equipment Manufacturing
  • Place of Performance:
    W. G. Hefner VA Medical Center Salisbury , 28144
    USA
Description
DEPARTMENT OF VETERANS AFFAIRS
Network Contracting Office 6 (NCO 6)

Sources Sought 36C24623Q0466
OVERVIEW
The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for services to complete the below scope of work. The place of performance will be the hospital campus of the W. G. Hefner VA Medical Center in Salisbury, North Carolina. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice; the purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. The magnitude of construction for this project is currently between $2,000,000 and $5,000,000 but is subject to revision prior to release of a solicitation.
SCOPE OF WORK
Provide construction services to perform all work associated with specifications to perform all operations necessary to design, produce, and expand Swisslog Healthcare s current pneumatic tube system at the Salisbury VA Medical Center. The expansion will add additional pneumatic tube systems to floors in buildings 2, 8, 42, and 43 on the VA Medical Center Campus in Salisbury NC.
General: The work covered by this document and accompanying specifications consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in designing, producing, and expanding Swisslog Healthcare's current pneumatic tube system located in bldgs. 2, 20, and 21 to additional floors in bldg. 2, and bldgs. 8, 42, & 43 on the VA Medical Center Campus in Salisbury NC. Work includes, but not limited to, installation of a pneumatic tube system throughout buildings and associated pathways, equipment, millwork, carpentry, painting, plumbing, HVAC, fire suppression, electrical, and communications. All work, including final cleanup and completion of any punch list items, shall be performed within two hundred and ten (210) calendar days of receipt of the Notice to Proceed. Work shall be performed in accordance with specifications and drawings as they apply to industry standards. Contractor will provide user training, maintenance training and a train the trainer program.

DEMOLITION & MOBILIZATION:
Site Preparation: Contractor to conduct Site Survey before mobilizing. Coordinate with COR of location of material and/or office support elements.
Dumpster shall be located on site and always covered. Coordinate with COR for location.
All debris shall be removed from site and if exposed outside of construction area it shall be
covered and always protected.
Infection control measures shall be always deployed.

ARCHITECTURAL
Contractor shall submit shop drawings produced by the subcontractor of all required
equipment locations and site modifications. The COR shall be informed of any site differing conditions.
New materials shall match existing space if condition exists

STRUCTURAL
All partitions, walls, floors, and ceilings shall remain structurally sound.
Walls shall consist of 20-gauge metal studs with 518th sheetrock and must be constructed in a
way as to not protrude more than necessary into existing spaces.
New ceilings and replacement ceiling tiles shall match existing. Ceiling tiles will be replaced
when work is not being conducted above ceiling to maintain a clean space.

MECHANICAL/PLUMBING
All penetrations shall be properly sealed with preapproved fireproofing methods.
Piping and fittings for sprinkler systems shall be in accordance with NFPA 13 and NFPA 99.
Mechanical, plumbing, and fire suppression system modifications will be coordinated with the COR and VA Hospital a minimum of seven (7) workdays prior to start of work.
If welding is required, Contractor shall submit the welder's certifications and other requested documentation to the COR for CO's approval prior to work.
HVAC piping, ductwork and equipment modifications shall be conducted in a way as to not corrupt the current system's performance.
Mechanical, electrical, and fire suppression work shall be performed by a licensed individual and conform to Building Code and VA Hospital specifications.

ELECTRICAL
Electrical modifications will be coordinated with the COR and VA Hospital a minimum of seven (7) workdays prior to start of work.
New work will be tied into predetermined locations decided by the subcontractor's provided electrical engineer and the VA Hospital's electrical shop.
Locations will be on dedicated circuits and connected to emergency power.
Bolt-in circuit brakers shall be used for panel connections.
Electrical work shall be performed by a licensed individual and conform to Building Code and VA Hospital specifications.

COMMUNICATION
New data lines will be tied into predetermined cabinets decided by the VA Hospital's electronic shop.
Communication work shall be performed by a licensed individual and conform to Building Code and VA Hospital specifications.
CAT 6a data cables with a type B punch down will be used, unless otherwise stated, per VA's Ol&T department

FINISHES
Low VOC paint and other applicable finishes shall match existing spaces.
Necessary millwork modifications shall be performed in a way as to not impede the VA's staff and patients and accurately cut for sizing and penetrations.
All finishes shall conform to Building Code and VA Hospital specifications. Samples to be provided upon request.
MATERIALS AND ITEMS PROVIDED BY PNEUMATIC TUBE VENDOR:
Design simulation, existing conditions coordination, submittals, and support as required
VFD Regenerative blower package with maintenance stand
Recessed stations with Nexus panel and RFID
Desktop station with RFID
Ultra-Station in Pharmacy with two active lanes
Dedicated carrier storage rack for Pharmacy
Transfer units
Carrier Tracking Systems
Empty Carrier Call storage lane
NexSeal RFID carriers with foam insert (colors TBD)
6" pneumatic tubing, fittings, and related hanging materials as required
Zip wall fire resistant dust barriers as required
Core drilling, horizontal and vertical
Fire stopping of fire rated penetrations
Warranty on all parts and labor
Maintenance and user training
Contractor shall assume responsibility for additional items and materials not covered by the vendor

TECHNICAL REQUIREMENTS
Progress Reporting: The Contractor shall report construction progress daily to the Contracting Officer's Representative (COR). Any delays must be communicated to the COR as soon as possible after they occur. This report must be in writing. The format of this report will be discussed during the pre-construction meeting. Any changes to this scope of work must be approved IN WRITING, by the Contracting Officer, before the Contractor is authorized to begin work on the proposed change

Supervision by Contractor: The Contractor shall provide a Site Superintendent carrying a 30-hr OSHA card who shall be on-site whenever work is being performed. The Site Superintendent shall be separate from the prime sub-contractor and employed by the prime contractor. Responsibilities of the Site Superintendent are as follows:
Oversight of project and preliminary approval of all material submittals and change order requests.
Daily inspections of progress. The results of the daily inspections shall be submitted to the COR in a daily report.
Coordination of a weekly meeting with the COR.

REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK.
All work which does not conform to the requirements of the Contract will be considered unacceptable. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness or any other cause, found to exist prior to the final acceptance of the work, shall be remedied or removed immediately and replaced in an acceptable manner

PROJECT SCHEDULE: Details of the project schedule pertaining to the definitions of percent completion will be submitted and milestone noted for progress payments.

PERFORMANCE REQUIREMENTS:

A jobsite supervisor carrying a 30-hour OSHA card must be on-site whenever work is being performed. A photocopy of that card along with a State or Federally issued photo ID must be provided before any work begins on-site.
Vendor will clean up daily before leaving the worksite.
Smoking is not permitted in the building or near entrances.
Tube system must be fabricated before arrival. On-site fabrication is not allowed. Modifications may be made in COR designated areas only.
Vendor arranges a work schedule with us so we can make the appropriate notifications a minimum of ten (10) working days in advance of arrival.
Any removed debris will be disposed of daily by the vendor, in the vendor provided dumpster.
Tools and equipment will not be left un-attended or left overnight.
No restroom facilities are in the immediate area. It is the contractors' responsibility to provide and maintain any portable restroom facility deemed necessary for the project.
SAFETY
SAFETY AND LIABILITY: Contractor assumes all responsibility for the safety of the workers on the job site. Site Superintendent shall meet the following requirements: A minimum of 1-year safety work on similar projects; 30-hour OSHA construction safety class or equivalent within the last 3 years. Some work will be in shafts, special safety consideration will need to be taken and addressed.
LIABLE CONTRACT ITEMS: Contractor is only responsible for initial items included in this Statement of Work and for any repairs to damage caused by the workers during construction. Contractor will be responsible for all damages caused by construction, regardless of whether the item was originally included in the scope of work. Damaged work area shall be restored to its original condition.
PORT ABLE EXTENSION CORDS: Portable extension cords shall be sized in accordance with manufacturer ratings for the tool to be powered and protected from damage. All damaged extension cords shall be immediately removed from service. Portable extension cords shall meet the requirements of NFPA 70. (GFCI) Ground-Fault Circuit Interrupters shall be always provided for any plug-in at VAMC electrical outlets.
INFECTION CONTROL:
Class I includes inspection and non-invasive activities, e.g., small scale removal of ceiling tiles and painting (but not sanding).
Class II includes small scale, short duration activities that create minimal dust, e.g., access to chase spaces or computer cables.
Class Ill includes any work which generates a moderate to high level of dust or requires demolition or removal of any fixed components or assemblies (e.g., removal of floor coverings) or new construction.
Construction personnel will use a designated entry and exit site.
Only authorized personnel should be allowed to enter the construction area
Doorways and walkways must be kept free of debris.
Appropriate personal protective equipment (PPE), such as hardhat, goggles for eye protection, face mask or shield, (possibly shoe covers, a hairnet, and a clean gown or Tyvek suit), will be donned before entering the site.
All PPE for infection prevention and control must be removed at the site of exit to prevent carrying dust to other areas within the facility. Clothes and shoes should be free of loose sand or debris once the PPE has been removed.
Walk-off mats will be placed at any entry/exit and must be changed frequently (checked at least twice daily) to prevent tracking of dust/debris into clean areas. Walk-off mats must be placed where they will not interfere with routine staff and patient traffic, e.g., immediately inside the construction area.
Contractor is responsible for keeping the construction entrance/exit zones clean. This may include wet/damp mopping and/or vacuuming with HEPA filtered vacuum at the end of each workday, or more frequently. Dry sweeping may not be performed because dust can accumulate in the building ventilation system or migrate into patient areas. However, under limited circumstances in locations sufficiently removed from patient areas, a wax-based sweeping compound, which has an NFPA Health Code of no higher than Code 1, may be used to control dust during broom sweeping activities.
The Infection Control Practitioner will make periodic unannounced compliance rounds. Issues needing attention will be discussed and corrected as soon as possible.
No food or beverages should be taken into the construction area.
During demolition and other dust-producing construction activities, dust will be vented to the outside of the building or personnel must use a HEPA-equipped air filtration unit 24 hours/day.
Proper containment of construction waste, i.e., using a tightly covered container, is mandatory.
Unless otherwise approved by the facility, the shortest exit route to the outside should be taken when construction waste is being transported.
Appropriate barrier systems for dust control must be in place before any construction starts.
A job in patient areas or hospital hallways taking 5 Minutes or longer to complete requires dust barriers and barricades.
Once the project has been completed, Infection Control will be invited to do a walk-thru inspection to ensure cleanliness in the area.

The Contractor shall maintain an adequate inspection system and perform such periodic inspections as will ensure that the work performed under the contract conforms to contract requirements. The Contractor shall maintain complete inspection records and make them available to the Government. All work shall be conducted under the general direction of the COR as supported by the Contracting Officer and is subject to Government inspection and test at all places and at all reasonable times before acceptance to ensure strict compliance with the terms of the contract. Government inspections and tests are for the sole benefit of the Government and do not relieve the Contractor of responsibility for providing adequate quality control measures; of responsibility for damage to or loss of the material befo

POINTS OF CONTACT
Contracting Specialist (CS)
Mark Griffin | mark.griffin2@va.gov
Department of Veterans Affairs
VISN 6 Network Contracting Office
1601 Brenner Avenue
Salisbury, North Carolina 28144
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2023 03:50 pm ESTSources Sought (Original)

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 >