Z2DA--*T4 442-22-024S Mural Stair Painting (VA-23-00007510)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Wyoming
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Sep 15, 2022
Due: Oct 28, 2022
Solicitation No: 36C25922Q0730
Publication URL: To access bid details, please log in.
Follow
Z2DA--*T4 442-22-024S Mural Stair Painting (VA-23-00007510)
Active
Contract Opportunity
Notice ID
36C25922Q0730
Related Notice
36C25922Q0730
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Sep 15, 2022 03:46 pm MDT
  • Original Published Date: Sep 15, 2022 03:30 pm MDT
  • Updated Date Offers Due: Oct 28, 2022 08:00 am MDT
  • Original Date Offers Due: Oct 28, 2022 10:00 am MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 04, 2023
  • Original Inactive Date: Feb 04, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Updated Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:
    Cheyenne , WY 82001
    USA
Description


Purpose

The Cheyenne Veterans Affairs Medical Center (VAMC) is seeking a General Contractor to provide all materials, labor, equipment, and supervision for updates to the Design & Construction Guidelines Division 9 Finishes in stairwell SF13 located at 2360 Pershing Blvd, Cheyenne, WY 82001. The existing finishes have exceeded the useful life and due for a replacement.

The successful Contractor will provide attention to detail, quality control, and professional workmanship. Project Quality Assurance, Quality Control (QA/ QC) and work sequencing is the responsibly of the General Contractor. (Contractor). The Contractor shall provide and execute QA/QC and work plan to accommodate VA requirements for 24/7, 365 day a year operation.

Background
The structure of the building was constructed over 72 years ago and has an extremely rough surface on the walls. This surface can cause scratches on the skin if someone were to rub up against it accidently. All the flooring and handrail colors are showing fading or wear. The stairwell leads up the Mental Health Service is used by many Veterans as a discrete way to travel to get to their appointments.
Approach/Scope
Below is a rough outline of the scope of work and schedule requirements for completion of work. Contract scope occurs in an Outpatient setting which functions under regular business hours (7a-5p) Monday through Friday. The Contractor shall provide all resources to complete the scope/tasks in a way that all work is coordinated and completed with minimal disruption to the patients and departments including nights/weekends. Contractor shall adhere to Interim Life Safety and Infection Prevention protocols.
It is the responsibility of the Contractor to field verify conditions prior to bid in conjunction with all contract documents, specifications, drawings, sketches, supplemental information, etc.
The approximate affected area is 1638 SF and includes BUT is NOT limited to the following work:
Contractor shall be responsible for Lead based paint XRF testing, air monitoring and testing during renovations resulting in disruption of suspected lead-based paint. Adhere to the requirements of OSHA 29 CFP 1926.62 Lead in Construction .
Demolish and dispose of existing stair and stair landing finishes (rubber-based stair treads, risers, base and tile). Refer to the VA provided floor plan. It is the responsibility of the CONTRACTOR to verify this information for bid accuracy upon walk Through.
Minor floor prep (potential leveling on landings and stairs where existing flooring was removed)
Install new rubber stair treads with integral risers, new rubber tile and rubber base in the stairwell except for the no stair treads and integral risers on the stairs leading to the lower level.
Remove and salvage/dispose/replace all wall hung items. Light receptacle trim plates, signage, etc. for paint scope. (Temporary storage in Interior Design Conex). Coordinate this work with COR prior to start of work.
Skim coat plaster finish the walls to smooth level 4 finish. Finish will be achieved by a providing and installing a bonding agent with one coat of Gypsum Veneer Base coat and one Coat Gypsum Veneer plaster.
Sand, prep, prime and paint of ½ door frames and jambs (stairwell side) (paint color 3).
Sand, prep, prime and paint walls, ceilings. All walls to be properly prepped, painted corner to corner.
Sand, prep, prime and paint handrails.
Provide design lay-out for 4 Sized Typographical Letters for the following motivational quote: Our greatest glory is not in never falling, but in rising every time we fall. ~Confucius
Provide and install 4 Stainless Steel, ¼ thick, Pin (Typographical) Letters. Letters must be mechanically fastened.
Provide and set up scaffolding for Artist to paint mural. Set- up to be on a Friday for Artist to paint Mural over weekend. Take-down of scaffolding to be on Monday after artist completes mural.

Specifications
000110 Table of Contents
000115 List of Drawings
010000 General Requirements
01326.15 Project Schedules
01 33 23 Shop Drawings, Product Data and Samples
01 35 26 Safety Requirements
01 42 19 Reference Standards
01 45 00 Quality Control
01 57 19 Temporary Environmental Controls
01 58 16 Temporary Interior Signage
01 74 19 Construction Waste Management
01 81 13 Sustainable Construction Requirements
02 41 00 Demolition
07 92 00 Joint Sealants
09 05 16 Sub-surface Preparation for Floor Finishes
09 23 00 Gypsum Plastering
09 65 13 Resilient Base and Accessories
09 65 19 Resilient Tile Flooring
09 91 00 Painting
10 14 00 Signage
10 26 00 Wall and Door Protection

Project Deliverables

Submittals for Division 1 and all other sections as outlined in project specifications
Plan for Renovating in Areas with suspected Lead Based Paint
Quality Control Plan
Project CPM Schedule
Pre-Construction Meeting (Risk Assessment, Life Safety and ICRA, QA/QC Plan see spec for Pre-Con Agenda topics)
Closeout Documentation including Flooring Maintenance Manuals

Contractor Responsibilities

Contractor shall supply all labor and materials necessary to provide a complete, quality project in adherence to all VA specifications and requirements as outlined in the contract/contract documents.

It is the responsibility of the Contractor to properly assess the contract documents and existing site conditions for the installation of the work.

Contractor and/or Sub-Contractors shall be responsible for quality control, workmanship of all contract work.
If there is a discrepancy between the specifications and the construction drawings, the specifications or the more stringent condition shall apply.
Contractor and/or Sub-Contractors shall be responsible for reviewing all drawings and specifications and shall submit Requests for Information (RFI s) directed to the VAMC s Contracting Officer for any discrepancies or clarifications needed to provide a complete and working system PRIOR to the bidding of the work.
Contractors shall adhere to the VAMC s facility security requirements, including preparation of a fire safety plan, protection of all existing facility improvements and coordination with the COR.
All requests for any clarification shall be forwarded by the VAMC s Contracting Officer (CO) and copy the Contracting Officer Representative (COR).
Contractor and/or Sub-Contractors shall be responsible for the accuracy and scope of the specifications, drawings, and cost estimates in relation to areas or items addressed in this SOW. Any deficiencies in the documents shall be brought to the attention of the Contracting Officer prior to bid receipt.
Contractor and/or Sub-Contractors shall perform all necessary investigations and work to determine and verify work can be performed as specified.
Contractor and/or Sub-Contractors shall provide material submittals to the Engineer of Record and COR for review and approval prior to purchase or installation.
Contractor and/or Sub-Contractors are responsible for providing all labor, materials, tools, and equipment necessary to perform this work.
The medical center must remain operational throughout the construction period. Any required shutdowns shall be the coordinated through the COR and a minimum of 2 weeks prior to the proposed date of the shutdown.
All work performed and specified shall comply with applicable Local, State, and Federal code requirements, and VA Master Construction Specifications as found in the VA Technical Information Library Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov). It is the responsibility of the Contractor to understand and comply with all applicable municipal, county, state, and federal codes, laws, ordinances, standards, rules, and regulations.
The Contractor will submit a sequenced work plan for approval from the COR prior to the start of work.
The Contractor shall adhere to all specifications, approved drawings, contract documents.
The Contractor will be held responsible for any damages to VA property and shall replace any damage in full.
The Contractor shall meet the safety requirements of OSHA and VA.
The Contractor shall meet all deadlines for construction.
The Contractor shall identify to the COR any possible problems and or deficiencies if they foresee a future problem related to the construction of the project.

Safety & Training:

Comply with the requirements of the appended Construction Safety Policy and the Div. 01 Safety Requirement s specification.
A competent person must always be on site who has completed OSHA s 30-hour construction safety course per VA directive 2011-036. All other employees of general Contractor must at a minimum has completed the OSHA 10-hour construction worker course and /or other relevant competency training, as determined by VA CP with input from the ICRA team.
Submit training records of all such employees for approval before the start of work.
Security Requirements:

THE CONTRACTOR SHALL COMPLY WITH AGENCY PERSONAL IDENTITY VERIFICATION PROCEDURES IDENTIFIED IN THE CONTRACT THAT IMPLEMENT HOMELAND SECURITY PRESIDENTIAL DIRECTIVE-12 (HSPD-12), OFFICE OF MANAGEMENT AND BUDGET (OMB) GUIDANCE M-05-24, AND FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATION (FIPS PUB) NUMBER 201.
THE CONTRACTOR SHALL INSERT THIS CLAUSE IN ALL SUBCONTRACTS WHEN THE SUBCONTRACTOR IS REQUIRED TO HAVE ROUTINE PHYSICAL ACCESS TO A FEDERALLY CONTROLLED FACILITY AND/OR ROUTINE ACCESS TO A FEDERALLY CONTROLLED INFORMATION SYSTEM.
Every worker shall wear a valid VA ID badge at all times to work on this site. The VA Police will issue day badges to workers who produce valid IDs. Right-to-work documentation will be required for workers who are not US citizens.
Infection Control Requirements:

All personnel involved in the construction or renovation activity shall be educated and trained in infection prevention measures. The Contractor is responsible for ensuring compliance with this training requirement.
Waste materials shall be removed in containers with tightly fitting lids or covers that are taped in place and are wet wiped down before removal.
Implement the requirements of VAMC s Infection Control Risk Assessment (ICRA). Infection Prevention and/or Safety personnel may monitor dust in the vicinity of the construction work and require the Contractor to take corrective action immediately if the safe levels are exceeded.
Establish and maintain a dust control program as part of the Contractor s infection preventive measures in accordance with the VA requirements.
All equipment, tools, material, worker s clothing, etc. transported through occupied areas shall be made free from dust and moisture by vacuuming and wipe down prior to entering all existing hospital areas.
Vacuum and wet mop all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA (High Efficiency Particulate Accumulator) filtration. Using a HEPA vacuum, clean inside the barrier and vacuum ceiling tile prior to replacement. Any ceiling access panels opened for investigation beyond sealed areas shall be sealed immediately when unattended.
Medical Center Infection Control personnel may monitor for micro-organisms associated with construction dust (e.g., aspergillosis) as appropriate during construction. A baseline of conditions may be established by the medical center prior to the start of work and periodically during the construction stage to determine impact of construction activities on indoor air quality.
Construction areas shall maintain a sealed barrier between the construction areas and the working areas of the hospital. Above ceiling spaces shall be sealed to the deck above to achieve an isolated workspace.
There shall be no standing water during construction. This includes water in equipment drip pans and open containers within the construction areas. All accidental spills must be cleaned up and dried within 12 hours. Remove and dispose of porous materials that remain damp for more than 72 hours.
All work will be performed per the Contractor submitted and approved VA schedule, updated on a weekly basis, and the COR shall be notified at least 2 weeks in advance the proposed areas that will undergo construction. All scheduling of areas will be coordinated with the relevant hospital personnel by the COR to minimize impact to normal hospital functions. Coordination to include, but not limited to: Office of Information and Technology, Biomed Electronics Technician, and O&M Electrician.
Fire sprinkler lines will be down less than four hours unless otherwise approved by the COR. All sprinkler line shutdowns shall be coordinated with the COR at least 2 weeks in advance.
Final Cleanup:
Upon completion of project, or as work progresses, remove all construction debris from above ceiling, vertical shafts and utility chases that have been part of the construction.
Perform HEPA vacuum cleaning of all surfaces in the construction area. This includes walls, ceilings, cabinets, furniture (built-in or free standing), partitions, flooring, etc.
All work performed cleaned by the Contractor per Cheyenne VA hospital standards prior to turning the area over for use by the VA.
Place of Performance

VA Medical Center, Cheyenne
2360 E. Pershing Blvd, Cheyenne, WY 82001

Travel

The Contractor shall not charge travel costs to the Government.

Hours of Work

Requirements for night and weekend work. This work must be coordinated with the COR.
Work requiring shutdown, interruption, infection control, or potential interruption of power to critical areas of the Medical Center will require extensive coordination and planning with the COR and will require at least 2 weeks notice. Major shutdowns will have to occur on weekends.

Schedule and General Requirements

Construction shall be completed 120 calendar days from Notice to Proceed. This period of performance includes considerations for long lead equipment times and phasing of the project.

Federal Legal Holidays: The following Federal legal holidays are observed by this facility:

New Year s Day January 1
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Juneteenth June 18
Independence Day July 4
Labor Day First Monday in September
Columbus Day Second Monday in October
Veteran s Day November 11
Thanksgiving Day Fourth Thursday in November
Christmas Day December 25

Historic Preservation

Where the Contractor or any of the Contractor's employees, prior to, or during the construction work, are advised of or discover any possible archeological, historical and/or cultural resources, the Contractor shall immediately notify the COR verbally, and then with a written follow up.

- END OF SOW-
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Sep 13, 2022[Presolicitation (Original)] Z2DA--*T4 442-22-024S Mural Stair Painting (VA-23-00007510)
Sep 27, 2022[Solicitation (Updated)] Z2DA--*T4 442-22-024S Mural Stair Painting (VA-23-00007510)
Jan 5, 2023[Award Notice (Original)] Z2DA--*T4 442-22-024S Mural Stair Painting (VA-23-00007510)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Fiber Optic Installation - Multiple Buildings Active Contract Opportunity Notice ID FA461324Q1008

Federal Agency

Bid Due: 4/02/2024

Pam Jones Amended Request for Bids for 8-10 Passenger ADA Compliant Van Request

City of Casper

Bid Due: 8/10/2024

Follow Contract Delivery Service (CDS) HCR 83061 JACKSON, WY - YELLOWSTONE NATL PARK,

Federal Agency

Bid Due: 3/28/2024

A Michael Szewczyk Council Chambers Audio/Video RFP 4:00 PM MDT April 30, 2024

City of Casper

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.