SOLICITATION NOTICE
Y -- CON 663-CSI-021 Renovation Bldg-100 for IR Lab(Tier 1) VA Pugent Sound Health Care - Seattle Division Seattle, WA
- Notice Date
- 2/20/2025 9:58:32 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025R0041
- Response Due
- 2/28/2025 11:00:00 AM
- Archive Date
- 03/30/2025
- Point of Contact
- Kenneth R Winfield, Contractor, Contract Specialist
- E-Mail Address
-
KENNETH.WINFIELD@VA.GOV
(KENNETH.WINFIELD@VA.GOV)
- Awardee
- null
- Description
- SOLICITATION NO.36C26025R0041 CONSTRUCTION PROJECT 663-CSI-021 RENOVATE BUILDING 100, 2ND FLOOR IR LAB REPLACEMENT, VAPSHCS, SEATTLE, WA AMENDMENT 0005 VA RESPONSES TO REQUESTS FOR INFORMATION 055 THRU 078 Drawing A-601, Wall Schedule only depicts one wall type #2.� This wall is drawn without acoustical insulation.� Will the VA confirm that all new walls are to be constructed without insulation? VA RESPONSE: The wall type depicted should be sufficient for the needs of this project. Drawing AE421, Elevation #4 depicts new upper and lower cabinets with a countertop.� There are no keynotes nor floorplan references, or finish Specifications in Section 09 06 00.� Will the VA provide clear directions if these cabinets / countertops are to be fabricated and installed for this project? If so, will the VA provide material / fabrication instructions and specifications for these cabinets? VA RESPONSE: AE421 depicts cabinets, true, but these are existing fixtures within the clinical space and not new construction. Drawing AE421, Elevation #4 depicts new upper and lower cabinets with a countertop.� At the lower left of the base cabinets there appears either a tall cabinet door or possibly and under the counter refrigerator.� If this is a refrigerator, this does not appear on the equipment schedule, and there is no responsibility matrix for who may be supplying and installing this equipment.� Will the VA clarify what this cabinet / unit is supposed to be and if a refrigerator, specifications, and who supplies and installs it? VA RESPONSE: This does not depict a refrigerator; this depicts existing cabinets and countertops already in the clinical space. They are not slated for removal or replacement. The Specifications contain Section 28 13 00 Physical Access Control System.� Drawing A-601 does not depict any access control in the Door Schedule or details.� Will the VA confirm no Physical Access Control work is required for this project? VA RESPONSE: There will be no PACs work required for this project. Drawing A-601, Door Schedule does not depict a hardware set for door #134.� Will the VA provide the information required for this hardware set? VA RESPONSE: The following hardware schedule has been utilized recently elsewhere in the radiology department: 2 Heavy Duty Floor Closer Set: RIXON L27-180 (1500 LBS) WEIGHT CAPACITY 2 Intermediate Pivots: RIXON ML19 1 Set Auto Flush Bolts: TYPE 25 LESS BOTTOM BOLT x LEAD-LINED 1 Classroom Lock: F08 x LEAD-LINED x PADDLES POINTING DOWN SCHLAGE HL6-9070-US626-L-E6 1 Un-combinated Core: SCHLAGE EVEREST 80-036 626 R124 SFIC 7-PIN 1 Coordinator: Type 21A 2 Armor Plates: J101 x 1.275 MM (0.050 INCH) THICKNESS 4 Edge Guard (@ Wood Doors): J208M / J211 (VERIFY), CUT: HARDWARE 2 Floor Stops: L02121 x 3 FASTENERS 1 Set Self-Adhesive Seals: R0Y154 While not anticipated, minor adjustments to this hardware list may occur in order to match doors located along the same corridor. Drawing AS101 depicts the controlled work areas covered by the ICRA containment.� During the Site Visit, VA staff were observed moving through the future controlled area for work tasks.� Will VA staff require access through the controlled areas during the construction?� � If so, will the VA be considering a revised phased approach for the project to allow continuous access to these areas for VA staff? VA RESPONSE: We have been informed by the ward that direct access between the hall 2D-162 and control room 2D-115B will be necessary for staff to maintain sterile scrubs for procedures. As such, we may be considering a revised phased approach or alternate arrangement of the ICRA barrier so as to leave a path available to VA staff, with a slight preference for simply altering the ICRA barrier plan. The SOW, page 5 states that the working hours for this project will be 5:00 a.m. to 2:00 p.m. Mon-Fri.� During the Site Visit, night shift work was mentioned.� Since night work is typically a premium wage rate differential, will the VA confirm this project will be performed from 5:00 a.m. to 2:00 p.m.?� If not, will the VA describe specifically what work must be performed after-hours or on weekends? VA RESPONSE: The VA can confirm that regular work hours are to be between 5AM and 2PM Mon-Fri, however, construction shall occur in coordination with the radiology clinic. While no night work is currently arranged or anticipated, if the clinic feels that regular patient care is being disrupted or affected by some aspect of the work, there may come a time when night work or off hours work enters the discussion. Such changes will be evaluated for cost and impact if and when they may arise. Neither the drawings nor the Specifications mention asbestos containing materials.� Past projects have indicated existing flooring materials were ACM and this area does not seem to have been recently renovated.� Will the VA provide the current Hazardous Material Survey for this area and if ACM is indicated, provide the requisite specification sections for any abatement required? VA RESPONSE: A/E Asbestos survey provided in the resource documents given to contract 1/29/2025. No ACM was detected within the project area. The electrical drawings call out for the UPS location to be coordinated with the COR for placement location inside ME12.� This room is @80 long.� Will the VA provide a more accurate location on the drawings to allow for an accurate bid price? VA RESPONSE: Due to other ongoing work in MER12, there is currently not an exact plan for the placement of the UPS. A more accurate location will be determined during the pre-construction coordination phase; in the meantime, it is advised to bid as if targeting the location depicted. Specification Section 01 00 00, Part 1.3-B states that the existing imaging equipment should be removed and new imaging equipment installed.� Will the VA confirm that the new imaging equipment will be installed by the VA vendor after the Contractor prepares the area and that this installation will not be the responsibility of the Contractor?� Will the VA clarify if the VA Vendor will also remove the existing equipment? VA RESPONSE: New imaging equipment will be provided and installed by Siemens. The contractor will be responsible for the removal and disposal of the old equipment. Specification Section 01 00 00, Part 1.5-C requires the Contractor to employ unarmed guards at the site 24/7.� Will the VA clarify if this be a requirement for this project? VA RESPONSE: These requirements were included based on national standards; on reviewing local project conditions, we agree that requiring unarmed guards for this project is in excess. Specification Section 01 00 00, Part 1.6-I Phasing seems to be for a different project and mentions room numbers and work not depicted on the drawings for this project.� Will the VA provide a phasing narrative that applies to this project and confirm the work currently described is incorrect? VA RESPONSE: Phasing information was corrected in the specifications provided 1/29/2025. Specification Section 01 00 00, Part 1.6-P describes operations in a cemetery.� Will the VA confirm this is not applicable for this project? VA RESPONSE: VA confirms that cemetery work is not applicable to this project. Specification Section 01 00 00, Part 1.28 requires the Contractor to provide 50 sf of remodeled space in the building, with fire suppression and HVAC for VA storage purposes.� If this will be required for this project, will the VA provide construction drawings depicting the location and the work to be performed for this VA storage space? VA RESPONSE: The requirement essentially states 50 square feet of [storage] space , not remodeled space as suggested in this RFI. For example, this could mean a storage container, work trailer, or other plan for a secured lay down space. Essentially, plan for the reasonable costs of leaving some contractor equipment secured and onsite throughout construction with the worst case being that this storage space will be somewhere on the campus at ground level, such as a cordoned off area of the parking lot. Please bear in mind that while such space is recommended as part of the budgeting estimate, the VA can make no guarantees for any space or storage availability on campus. Any actual discussion of lay down and storage space will occur during early coordination meetings after contract award. Will the VA clarify if the Site Superintendent, if duly qualified, may also serve in the roles of the SSHO and CQC or will the VA require a separate individual for either of those two roles? VA RESPONSE: The project manager and site superintendent must be separate roles. The SSHO and CQC may be the same individual but also cannot be shared with the site superintendent or project manager roles. Specification Section 01 45 00, Part 3.4-A & C requires the Contractor to retain additional specialized individuals who must be present at all times during work in these individual s specific area of responsibility. For this project, this requirement would mean the Contractor must retain a Structural Engineer, an Architect (or Const. Professional with 5 years experience), a Mechanical Engineer, an Electrical Engineer, and an Environmental Engineer, all to be present onsite during activities in their respective areas of responsibility. Since the hiring all of these Architects/Engineers, and having them onsite during any work taking place in their respective areas of expertise, will add significantly high costs to this project, will the VA clarify whether this will be a requirement for this project? VA RESPONSE: The expected requirements of the VA are more closely illustrated in the table listed in Section 01 45 00, Part 3.4 C: we anticipate needing a mechanical, electrical, and structural engineer as well as a submittal clerk and materials technician. A single individual can cover multiple of these roles provided sufficient experience. Specification Section 01 45 29, Part 1.1 states that the VA will retain the Testing Laboratory.� Will the VA clarify if the Contractor or the VA will hire the Testing Laboratory? VA RESPONSE: Per the overall text of 01 45 29, the VA will retain a testing laboratory for any services listed within this specification section. Specification Section 01 91 00 General Commissioning, Part 1.8-C states that the VA will retain the Commissioning Agent under a sperate contract.� Will the VA clarify if formal Commissioning will be required for this project and if so, whether the VA or the Contractor will retain the Commissioning Agent? VA RESPONSE: As per the specifications, a commissioning agent will be retained by the VA under a separate contract. At this time, it is known that some elements will require formal commissioning in order to eventually allow certification of the refurbished clinical space, such as the start-up and commissioning of the new imaging equipment. Unless otherwise noted by the scope of work or specifications, such commissioning will be handled by the VA or be otherwise renegotiated with the contractor if and when it should arise. 74. Specs & Amendment 1 Specs: - Section 019100 Part 3.1 Commissioning Process Roles & Responsibilities table cut off - missing Sections 130541, 226200, 226300, 230541 & 232541 VA RESPONSE: As stated above, these items are addressed by the fixed specifications sent to Contracting 1/29/2025. 75.� There is a mention of Liquidated Damages for Data Breach RFP Page 62 & 63 of Are there Liquidated Damages for the construction contract? VA RESPONSE: NO. 76. Table of Contents 00 01 00 1.� 01 91 00 General Commissioning Requirements Missing Specification pages 19-34 & 39.� Cropped Specification pages 35, 36, 37, 38.� There are 17 less pages in the Specification than listed in the Table of Contents.� Four pages are cropped off and information is missing.� Please provide the missing specification documents.� Please provide uncropped specification pages. VA RESPONSE: Previously answered; corrected specs. 77.� Table of Contents 00 01 00 2 lists these sections but there are No Documents to match the Table of Contents listing.� 13 05 41 No documents in the Specifications.� 22 26 00 No Documents in the Specifications.� 22 63 00 No documents in the Specifications.� 23 05 41 No documents in the Specifications.� 23 25 41 No documents in the Specifications.� Please provide the missing specification documents. VA RESPONSE: Previously answered; corrected specs. 78.� RFP pg. 2- of 80 Representatives and Certifications.� Reads: (c) If the offeror checked ""has"" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete It is our understanding that the FAPIIS is integrated with System for Award Management (SAM.gov).� Will this section of the RFP be reissued referencing the current SAM information? VA RESPONSE: No. Acknowledged FAPIIS is integrated with System for Award Management SAM.gov, however, Contracting Officers are not allowed to change clause(s) structure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e69af3c322574f5192761816b94973ed/view)
- Record
- SN07348131-F 20250222/250220230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |