Search Contract Opportunities

512A5-25-003 Repair 23H Fire Damage   3

ID: 36C24525B0003 • Type: Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 20, 2025, 4:10 p.m. EST
RFIs
Posted: Feb. 11, 2025, 12:04 p.m. EST
Posted: Feb. 6, 2025, 3:22 p.m. EST
Posted: Jan. 29, 2025, 2:37 p.m. EST
SCOPE OF WORK PROJECT DATA: VA Project Title: Building 23H Fire Damage Repairs VA Project No: 512A5-25-003 VA Facility: Perry Point VA Medical Center Perry, Point, MD Period of Performance: 90 calendar days from contract Notice to Proceed Project Background: On the evening of October 23, 2024, a fire occurred located on the roof of Building 23H. The fire was extinguished with no major damages to 23H. There was minor damages and wetted areas from the use of fire hoses. A remediation contractor was engaged to remove all wetted ceiling tiles, wetted carpet, wetted drywall, wetted wall base, and wetted insulation from the project site. A separate contract is now being contemplated to complete the repair/restoration work required to return the damaged building areas to active service use. Work Scope: Work Item 1: The contractor shall provide all supervision, labor, materials, and equipment to replace the acoustical ceiling tiles, flooring, gypsum board walls, and wall base that were previously removed as part of the fire damage cleanup. Attachment 1 contains a detailed breakdown of the projected repair area included in each room for ceiling tiles, flooring, drywall, paint, and wall base. Approximate total areas for repairs under project to be included in bid: 1610 SF of new gypsum board wall installed on existing metal studs/hat channel. 1640 SF of acoustical ceiling tile (including minor repairs to existing suspension grid) 578 LF of rubber wall base 1184 SF of carpet tile and mastic 250 SF of luxury vinyl plank flooring and mastic 6685 SF of wall patching/skim coat and painting. 4th Floor office suite to be fully repainted after wall repairs. Coordinate color selections with COR. Contractor shall include the removal and reinstallation of existing wall paintings, door tags, TV mounts, bulletin boards, and other signage/artwork as required to repair and repaint walls. VA to provide temporary storage location. Contractor to provide and install a new grid-supported HVAC supply diffuser (2x2) with manual damper and flexible ductwork in room 409 to replace one removed during demolition phase. Coordinate with existing duct size. Contractor shall remove and replace all electrical receptacle and switch cover plates within the work area that were damaged during the water damage remediation phase. Replacement cover plates shall be type 302 stainless steel matching the type and color removed. Oversize plates are not acceptable. Contractor shall remove and rebuild the existing 2HR rated UL shaft-wall system (UL U415 System B) around the existing generator exhaust pipe (including 1 Type X gypsum liner panel, 2 1 2 CH metal studs, and 2 layers of 5/8 Type X gypsum board). Contractor shall include all accessories required for the complete installation of all finish systems, including but not limited to stainless-steel flooring transition strips, light-gage or wood furring/blocking, and ACT suspension grid accessories/pieces for repairs. All joints between gypsum board and other materials shall be fully caulked prior to painting. Work areas are currently isolated from the rest of the hospital with temporary partitions (hard wall or plastic sheeting). Contractor shall provide for any supplemental infection control barriers and ICRA preventative measures required by the work. Level 3 Infection Control Risk Assessment (ICRA) Controls (including negative pressure exhaust) will be required during all drywall and flooring work to control dust and fumes. Work Item 2: The contractor shall engage the services of a Maryland State licensed abatement contractor to remove approximately 1300 SF of residual black mastic from previously removed tile flooring on the 4th floor upper level (rooms 406-410 and 4th floor corridor). Existing mastic is non-friable and has been previously scarified by mechanical means, but a residual base layer remains that must be removed by chemical means. VA will provide their own VPIH consultant to conduct background air monitoring and clearance testing for internal purposes. Contractor shall provide their own separate CIH in accordance with OSHA to conduct continuous air monitoring and final TEM clearance after removal of material. Contractor shall provide legal disposal of all asbestos waste per COMAR 26-11-21-08 Asbestos Waste Disposal. Records of hazardous waste disposal (such as manifests, hazardous waste profiles, LDRs) MUST be provided by approved waste transporter and signed by an approved VAMHCS Manifest signer from the VAMHCS Safety Department ONLY. All records provided to COR and VAMHCS GEMS Coordinator at VAMHCSGEMSProgram@va.gov 10-day NESHAPS notification to MDE and the EPA for demolition or renovation (40 CFR 61.145, Figure 3, Notification of Demolition and Renovation), Provide completed copy to VAMHCS Projects COR. Prepare and submit asbestos abatement plan to VAMHCS Projects COR for approval before proceeding with work. Work Item 3: The contractor shall seal existing penetrations within the work area between floors with the appropriate fire-rated material and/or fire caulking. This scope specifically shall include: Installation of a UL-listed 2hr fireproofing assembly around an existing generator exhaust pipe penetration through the concrete floor at the 2nd, 3rd, and 4th floor levels (located in the corner of room 1G-108, 227, 323, and 409). Approximate floor penetration is roughly 18 x18 with a 12-14 diameter insulated pipe passing though. Basis of Design UL Firestop Assembly shall be C-AJ-5210 . Infill/Fireproofing around all existing radiator steam pipe penetrations within the work area. Approximate 4 diameter hole with 1 2-2 diameter pipe. Basis of Design UL Firestop Assembly shall be C-AJ-1551 . Contractor shall include infill of (2) penetrations at each radiator (located below windows within work area) in proposal. Safety and Environmental Precautions: The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. OSHA and VA CONSTRUCTION SAFETY STANDARDS shall be enforced. Contractor Supervisor must have 30-hour OSHA Construction Safety course. All contractor employees must have 10-hour OSHA Construction Safety course. Follow all ICRA guidelines for dust control during all construction and demolition work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. Bi-weekly inspections of barriers and work areas will be conducted by Infection Control Nurse, Safety Manager, and COR to enforce implementation of risk assessment. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regards to exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. The work is in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn at all times. No flammable liquids shall be stored or used in the medical center. The Contractor shall receive from the station fire department a permit for all cutting, welding, and soldering. All permits shall be prominently displayed during all construction. Permits must be opened at the start of each activity and closed at the end of each workday. In order to provide for control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. Disposal and/or recycling of all demolished building materials and construction waste per applicable regulations shall be included. Construction Requirements: The Contractor shall have the skills, availability, capacity, and all other required resources required to complete the job on time without delay. All work shall comply with local, state, and federal rules and regulations, and VA technical standards. If not specified, all work shall meet or exceed the specifications of currently installed work. Provide daily on-site project management to coordinate all building trades and provide liaison for construction and VA Project Engineering. Superintendent and Site Safety and Health Officer shall be designated and shall be always present at the project site. All employees of contractor shall comply with VA Security management program and obtain permission of the VA police, be identified by project and employer, and be restricted from unauthorized access. VA issued ID Badges shall be worn by all workers while within the campus boundaries. Contractor shall make all necessary arrangements to obtain the required security investigation for badging prior to commencement of on-site work. VA issued ID Badges shall be always worn by all workers. All equipment and materials shall be approved prior to being brought on job site. Buy American-Construction Materials clause applies to all construction material purchases. Normal work hours are Monday through Friday 7:00 a.m. to 4:30 p.m. Contractor shall make prior arrangements to work earlier or later with Project Manager. VA shall not grant access to sub-contractors; it is the responsibility of the contractor. Unless noted otherwise, all new surface repair work shall match the existing adjacent work to the maximum extent practicable. Contractor shall provide general clean up to construction area daily to the satisfaction of the COR. Warranty on new work shall extend for a period of no less than 1 year from date of final acceptance of project completion per FAR. Attached References: The references noted below supplement this scope of work Attachment 1: 23H Repair Area Estimation Attachment 2: 23H Floor Plans Attachment 3: 512A5-25-003 Combined Specifications -----END OF SCOPE OF WORK-----
Background
The contract is issued by the Department of Veterans Affairs (VA) for the Perry Point VA Medical Center, with the goal of repairing fire damage that occurred on October 23, 2024, to Building 23H. The fire caused minor damages and wetted areas due to firefighting efforts. A remediation contractor has already removed damaged materials, and this contract aims to restore the affected areas to active service use.

Work Details
The contractor will provide supervision, labor, materials, and equipment for various repair tasks including:

- Replacing acoustical ceiling tiles (1640 SF)
- Gypsum board walls (1610 SF)
- Flooring (1184 SF of carpet tile and mastic; 250 SF of luxury vinyl plank flooring and mastic)
- Rubber wall base (578 LF)
- Wall patching/skim coating and painting (6685 SF)

Additional tasks include:

- Installing a new HVAC supply diffuser in room 409
- Replacing damaged electrical receptacle and switch cover plates with stainless steel types
- Rebuilding a UL-rated shaft-wall system around an existing generator exhaust pipe
- Sealing penetrations with fire-rated materials
- Engaging a licensed abatement contractor for removing residual black mastic from flooring.

The contractor must also ensure compliance with infection control measures during construction.

Period of Performance
90 calendar days from contract Notice to Proceed

Place of Performance
Perry Point VA Medical Center, Perry Point, MD

Overview

Response Deadline
March 5, 2025, 1:00 p.m. EST (original: Feb. 25, 2025, 1:00 p.m. EST) Past Due
Posted
Jan. 29, 2025, 2:37 p.m. EST (updated: Feb. 20, 2025, 4:10 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,000,000 (AI estimate)
Signs of Shaping
95% of similar contracts within the Veterans Health Administration had a set-aside.
On 1/29/25 VISN 5: Capitol Health Care Network issued Solicitation 36C24525B0003 for 512A5-25-003 Repair 23H Fire Damage due 3/5/25. The opportunity was issued full & open with NAICS 236220 and PSC Z2DA.
Primary Contact
Title
Contract Specialist
Name
Brandon S Parker   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Carrie Parsons-Dobney Profile carrie.parsons-dobney@va.gov None

Documents

Posted documents for Solicitation 36C24525B0003

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 36C24525B0003

Award Notifications

Agency published notification of awards for Solicitation 36C24525B0003

Contract Awards

Prime contracts awarded through Solicitation 36C24525B0003

Incumbent or Similar Awards

Contracts Similar to Solicitation 36C24525B0003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 36C24525B0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation 36C24525B0003

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 245-NETWORK CONTRACT OFFICE 5 (36C245)
FPDS Organization Code
3600-00245
Source Organization Code
100173468
Last Updated
April 4, 2025
Last Updated By
Brandon.Parker2@va.gov
Archive Date
April 4, 2025