United States - Y1da--630a4-14-427 (upgrade elevators - brooklyn) (va-24-00059898)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 May 2024
Opportunity publication date
14 April 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

FOR OFFICIAL USE ONLY
Statement of Work- Construction
Project Title: Upgrade Elevators BK
Project No.: 630A4-14-427

Introduction:
The scope of work for project 630A4-14-427 is to be performed at VAMC Brooklyn in accordance with the Statement of Work, Specifications, Drawings, Federal, VA and NFPA Codes. 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 730 days after NTP. This period of performance includes a reasonable duration for all submittals to be approved prior to beginning construction. As part of this solicitation, the General Contractor (GC) shall submit an electronic PDF preliminary schedule showing the methodology for accomplishing the project within the period of performance.

Scope of Work:
Provide all necessary labor and materials for the Upgrade Elevators BK Project at the New York Harbor Healthcare System- Brooklyn Campus.
Contractor shall upgrade the existing elevators in Building #1 (P6, S5, S9, S10 and S11). Installation includes new flood protection systems, gibbs, guardrails, controller and drive, selector, wire ways, conductors, traveling cable, hoist machine, hoist ropes, normal and final terminal stopping devices, car operating devices, limit switches, car leveling devices, emergency stop switches, hall position indicators, operating panels, position indicators, hall push buttons, hoist way doors, hoist way door panels, car doors, door operators, top of car operating station, new or refurbished elevator cabs, ADA compliant elevator car intercom/communication system, security camera, pit switch and disconnect switches. The project includes installing smoke detectors, heat detectors, sprinklers, shunt trip breakers as required to comply with latest NFPA codes for fire service operation and fire service elevator recall. Elevators S5 and P6 serve the Basement, 1st, 2nd, 3rd, and 4th floors in Building #1. Elevators S9, S10 and S11 serve the Ground and 1st through 16th Floors in Building #1.
Contractor shall also upgrade the existing 20 elevators for flood protection in Building #1 (P1, P2, P3, P4, P5, P6, S1, S2, S3, S4, S5, S6, S7, S9, S10, and S11) and in Building #15 (OPC P1, OPC P2, OPC P3 and OPC S1). Installation includes new flood protection systems and security cameras.
Elevators OPC P1, OPC P2, OPC P3 and OPC S1 serving the Basement, Ground and First floors in Building #15 have already been modernized; therefore, this work is excluded from the scope of this project. Information regarding the modernization of these elevators is included in the contract documents. Contractor is asked not to include the price of the modernization of these elevators in the cost proposal. Contractor needs to install new flood protection systems and security cameras as mentioned above in #3.
All work must be conducted with as minimum disruption to the medical center operation as possible.
Hazardous materials abatement is required to be completed prior to proceeding with demolition of ACM. The scope of required abatement is depicted on the contract drawings. Hazardous materials abatement shall be completed in accordance with all applicable state and federal regulations and in accordance with the contract documents.
Provide the COR with copies of all hazardous materials disposal manifests on the same day that the materials are transported off-site. Copies of completed manifests, documenting proper disposal of all hazardous materials, must be furnished within 21 calendar days of the materials leaving the site.
Upon completion of the hazardous materials abatement, demolition of each elevator is to be conducted during normal business hours.
Waste disposal in landfills shall be minimized to the greatest extent possible. Of the waste that is generated, as much of the waste material as economically feasible shall be salvaged, recycled, or reused. The demolition contractor shall use all reasonable means to divert construction and demolition waste from landfills and incinerators and facilitate their salvage
and recycling. Provide documentation of the disposition of all materials generated by the project, including weight tickets for both recycling and landfilled construction and demolition (C&D) waste.
All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information - TMS Code 20939. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s).
Proper construction and safety signage shall be utilized throughout the construction site, where applicable, during the construction phase.
All associated debris and waste must be properly disposed of immediately. Storage of construction debris and waste, on the facility, is prohibited unless otherwise authorized by the VA.
Contractor is responsible for any and all damages amounting from work done on site, to be repaired by contractor at no expense to the Government.
Contractor shall keep the construction site tidy and in order, daily. All piles of material and dirt shall be well managed and contained within the construction site, without negatively impacting the surrounding area.
All work shall conform to NFPA 101 Life Safety Code, NFPA 99, Healthcare Facilities Code, current Infection Control standards, and all other VA Standards and Criteria.

Opportunity closing date
15 May 2024
Value of contract
to be confirmed

About the buyer

Address
242-NETWORK CONTRACT OFFICE 02 (36C242) UNITED STATES
Contact
torell.camp@va.gov

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?