Description
Page 4 of 4 Page 4 of 4 Project No. 526-21-111; Replace Main Kitchen Freezers at the James J. Peters VA Medical Center, Bronx, New York. CONSTRUCTION SERVICES GENERAL SCOPE/Statement of
Work. The Contractor must furnish all labor, materials, tools and supervision to complete the following: This project is to Replace Main Kitchen Freezers at the ground level of building
100 at the JJP VAMC in Bronx, NY. The installation of the new refrigerators and freezers will require the phasing of the demolition and new construction as specified in the drawings and
specifications. Â The kitchen will remain operational for the duration of the contract so the contractor will work hours specified and assure kitchen operations are not affected, and the
contractor will provide temporary refrigerators and freezers in accordance with the drawings and specifications. Work shall be included but not limited to following items: Contractor
shall perform field verifications prior to submitting any submittals and any purchasing. Contractor shall provide submittals for review and approval on all items as specified in the
specifications prior to mobilization. Contractor shall provide CPM-project schedule within one week of notice to proceed, updated schedule and progress report with each invoice submission
for the payment approval. Kitchen will remain occupied throughout the duration of the project. All work inside the kitchen shall be conducted between the hours of 6:00pm and 6:00am. Areas
outside of main kitchen can be worked between the regular work hours of 8:00am and 4:00pm. All domestic water, electrical, steam, chilled, and heating hot water shutdowns shall be
requested two weeks in advance. Contractor shall provide a site-specific work plan for approval. Contractor shall provide daily logs during the duration of the project. Contractor shall
provide daily cleanup of work site and remove of all excess materials at the end of each workday. Contractor shall dispose existing materials as per VA GEMS recommendations and submit
report. Contractor shall test the whole system when installation is complete to verify proper operation. Contractor shall provide all equipment testing reports and operations manual to
the James J Peters VA Medical Center Facility Management Division. Contractor will field verify all existing electrical, plumbing, and HVAC conditions to ensure that all project and
design requirements can be met prior to start of demolition of any kitchen equipment and/or freezers to ensure limited downtime. SAFETY REQUIREMENTS Contractor shall comply with VA and
OSHA safety standards. PERIOD OF PERFORMANCE All work must be completed within 330 calendar days of notice to proceed. This period of performance includes reasonable durations for all
submittals to be approved prior to beginning construction. Contractor is required to notify the COR/CO prior to any approved work to be performed at the JJP VAMC. WARRANTY The contractor
shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The
contractor further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the
contractor at their own cost. INSPECTION A final inspection for quality assurance shall take place by VA personnel prior to acceptance of the work. Applicable NAICS Code: 238220.
Estimated Completion Time: 330 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled
Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered with the SBA Veterans Small Business Certification (Vet Cert) at Veteran Small Business Certification
(sba.gov) prior to submitting a bid: Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award:
https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved
under NAICS Code 238220, with a Size Standard of $19.0 Million. The NAICS Code selected has been approved as the most appropriate for the project related tasks and SOW. This NAICS Code
will not be subject for discussion or change. The cost range for this project is between $2,000,000 and $5,000,000. A bid bond will be required, and performance and payment bonds will be
required upon award of contract. The solicitation will be released on or around November 15, 2023. The bid submittal address, date and time will be included in the solicitation.
Specifications and plans will be available for download from the Sam website at https://www.sam.gov Amendments to this solicitation will be posted on the Sam.gov website as well. Bidders
are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of bid opening. All bid submissions shall be in hardcopies; faxed or e-mailed bids
will not be accepted. E-mail questions concerning the solicitation to Patricia Cordero at patricia.cordero@va.gov. Responses to this notice must include your firm s capability statement
in writing (email) and must be received no later than November 3, 2023 at 4pm Noon EST. Email: Patricia.Cordero@va.gov. No telephone inquiries will be accepted.