BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Batavia, New York. Working plans call for the renovation of a medical facility.

Bid is cancelled as per addendum 3. 528A4-21-210 Dishwasher Machine Installation and Preparation 1 of 13 10/19/2023 Construction Scope of Work Dishwasher Machine Installation and Preparation Project 528A4-21-210 19 Oct 2023 General Information Location Work performed under this scope will be for and conducted within VA Western New York Healthcare System (VAWNYHS) at the Batavia VA Medical Center (VAMC) located at 222 Richmond Avenue, Batavia NY 14020 under VA Project Number 528A4-21-210. 1.1.1 Period of Performance Contractor is expected to work 40 hours per week to remain on schedule and staff this project to meet the period of performance. This project has an expedited timeframe due to its critical nature. Total of Ten (10) weeks (including time for equipment delivery) from Notice to Proceed to project acceptance. This shall include project submittals to be completed prior to start of work and close out documents. The submittals shall be provided as soon as the Notice to Proceed (NTP) is issued. Project Awarded; Prime Contractor puts his sub-contractors on Notice for the Notice to Proceed and to prepare the critical documents. Day 1; NTP Issued by Contracting and VA COR prepares a kickoff meeting. The Contractor commences to gather the critical submittals and send to the COR for review on the day that the NTP is issued. Day 7; Critical submittals are all provided to the COR by Day 7 after the NTP at the latest. This shall include the safety / infection control plan, lead paint removal plan, all OSHA-30 certifications for the Site Safety Health Officer and Competent Person s, specific training including but NOT limited to electrical training certifications and long lead equipment items for equipment such as the NEMA 4X panel, etc. The Contractor is NOT allocated time to obtain training for OSHA, electrical safety, etc. The contractor shall be responsible to assure that they and their sub-contractors are qualified to meet the project requirements at the time of bidding. Day 21; Safety Plans, Infection Control and Hazardous Materials plans provided within One (1) week maximum after the NTP. All submittals approved within Three (3) weeks of NTP. Contractor shall make this a priority to execute this project. Work to commence as soon as equipment arrives. The contractor shall provide a date of arrival as soon as the submittals are approved. Work on site after mobilization shall be completed, reviewed and accepted within Two (2) weeks after mobilization. The contractor will be working with the VA Equipment Vendor to set up and connect to the dishwashing equipment that is provided by others. 1.1.2 Work Hours - Hours of Operation Not All work on this project is Monday through Friday 7:30AM to 4:00PM. It is expected that the contractor works 40 hours per week to remain on schedule. What is provided below is NOT all inclusive of off hours work. Off Hours Work: The contractor shall be expected to work off hours approximately 40% of the time on this project on site. The kitchen operates from 5am until 6pm each day and when the dishwashing machine is operational work shall be conducted off hours (after 6pm). When the Dishwashing Machine is disconnected the work can take place during normal business hours. 1.1.3 COVID-19 and Influenza REQUIREMENTS The contractor and sub-contractors shall review the VA Requirements in specification section 010000 GENERAL REQUIREMENTS part 1.1 GENERAL INTENTION subpart D COVID-19 AND INFLUENZA. All contractors and sub-contractors shall adhere to the requirements as per VA Policy for COVID-19 and Influenza or they will NOT be permitted inside of any building at the Batavia VA healthcare Facility. There are attachments A, B and C at the end of the 010000 GENERAL REQUIREMENT specification that are the official VA Policy. Paperwork is required as a submittal for ALL individuals who will enter the Batavia VA facility. Background Batavia VAMC was built in 1932 along with its kitchen. The most recent dishwasher was installed over 10 years ago and in need of replacement. Due to the age of the dishwasher, the electrical, plumbing, venting systems are outdated as well. Hence the replacement of the dishwasher will require modifications of all trades. This is a high priority job that is to be executed expeditiously. The contractor who is awarded this project shall accept the timeframe stated above. The dishwashing machine is critical to the service to our Veterans who preeminently reside at the Batavia VA. Purpose The purpose of this effort is to perform modifications of the electrical, plumbing and HVAC system to prepare for the installation of the new dishwasher machine. The contractor shall work with the kitchen vendor [Ecolab] to disconnect the existing utilities on the dishwasher and booster heater to be removed and connect the new dishwasher and booster heater. The dishwasher and booster heater are provided by others and all other work provided as part of this contract. The Batavia VAMC requires a Contractor to perform construction work necessary to accomplish this goal. Scope The scope of construction work is fully described in the construction documents (drawings and specifications). Additional administrative and management related requirements are described in Section 3: Requirements. A brief overview of the construction work is included but not limited to below: General Work Contractor shall disconnect and cap all unused connections to existing dishwasher machine which including but not limited to: Domestic water Detergent /chemical related. Steam (back to main distribution) Drain line. Vents shall be refurbish and extend to new dishmachine venting location Electrical and control wirings Contractor shall remove existing dishwasher to a dedicated recycling bin that is located on campus. Contractor shall core drill through floor and install new 3 floor drain for dishwasher to connect to nearest sanitary piping. Contractor shall replace flooring to match existing in areas as shown on drawings and specifications including an additional 10% of patch work and regrouting. New flooring will pitch to nearest floor drain appropriately to prevent any standing water. Contractor shall work alongside with kitchen vendor (Ecolab) with the new dishwasher installation. Contractor shall extend and make all final connections to new dishwasher that included but not limited to the following: 3/4 type L copper - domestic hot water threaded male connection to new water softener including shut off valve. 3/4 type L copper water connection from the booster heater to new dishwasher including new shut off valve. domestic water SHALL not be flex piping. Drain Vent Insulate all new and existing domestic water piping to the new dishwasher. ALL Disciplines that shall penetrate floor: The contractor shall perform a radar penetrating survey of the floor where the core drill will take place for the new conduit penetration. The VA COR shall be present for this survey as there are in some location live electrical conduits in the concrete slab in this building. The intent of this is to locate any conduits or support beams prior to core drilling. After drilling the floor shall be fire sealed around the conduits or pipes. Refer to the table provided for safety requirements for the Site Safety Health Officer (SSHO) and Competent Person (CP) for each discipline on this project. The contractor shall survey the existing site conditions prior to bidding noting ceiling heights, routing of electrical, piping, etc. Ceiling Grid Repair Work The electrical conduit runs (Demolition and New) and the Steam and Condensate Return demolition work is located above the suspended ceiling. The contractor shall be responsible to repair and or replace the ceiling grids and replace the ceiling tiles that are removed with new 2x2 ceiling tiles. No tiles or grid shall be re-installed that are damaged. The contractor shall anticipate replacing the ceiling tiles that are removed as they will become damaged. Steam and Condensate Return Piping Removal Refer to the drawings provided. The contractor shall remove approximately 60 feet of 2 diameter steam piping and 60 feet of 1 condensate return pipe to the point of disconnect. The work shall entail ceiling grid repair work, a utility shut down to turn off steam (refer to the 010000 GENERAL REQUIREMENTS SPECIFICATION) and cutting and capping the steam and condensate pipe. Electrical Work Removal The electrical contractor shall be responsible to disconnect the existing dishwasher and supporting electrical systems from the existing electrical system so that this equipment can be removed from the building 2 kitchen as part of this contract. Refer to the electrical demolition drawings provided, electrical specifications and electrical data in the appendix of this document. The drawings shall provide information in conjunction with this document and the specifications. Turn off the circuit breakers for the existing dishwasher and supporting equipment on the existing dishwasher electrical panel located on drawings. Lock and tag out work until all work is completed. Disconnect electrical conductors and components from the dishwasher and supporting electrical equipment. Remove existing disconnect switches, conduit, and conductors back to source panel that served the existing dishwasher. Cover conduit penetrations in the electrical panel with blanks. Keep the existing circuit breakers in the electrical panel. Provide a new updated typed panel schedule showing the circuits removed as SPARE . Electrical New Work The electrical contractor shall provide a new electrical service to support the new dishwasher and booster heater. Refer to the electrical new work drawings, specifications and this document provided. The drawings shall provide information in conjunction with this document and the specifications. The new Kitchen Equipment Panel Schedule and the Electrical Equipment Connections Schedule is in the Appendix of this Document. Provide and install new surface mounted NEMA-4X lockable panel located in the dishwashing area 1st floor building 2. Refer to the drawings and schedules provided in this document. Mount the new panel on stainless steel uni-strut on the wall and floor. Provide a shop drawing to detail how the Uni-strut will be mounted. There shall be NO trip hazards on the floor with the Uni-strut. Provide circuit breakers as indicated on panel schedule and provide a new typed panel schedule inside of the panel. Provide the conduit, conductors and pull boxes from the ground floor Panel-P to the new panel in the kitchen. Shall be galvanized rigid steel (GRS). From the new panel in the kitchen to the disconnect switches provide GRS conduit. Some Rigid GRS conduits shall extend after the disconnect switch to a GALVANIZED junction box, then the termination that shall connect to the dishwasher and booster heater shall be 4-feet (max) of Galvanized flexible 3/4 conduit. The contractor shall perform a radar penetrating survey of the floor where the core drill will take place for the new conduit penetration. The VA COR shall be present for this survey as there are in some location live electrical conduits in the concrete slab in this building. The intent of this is to locate any conduits or support beams prior to core drilling. There are existing live electrical conduits in some parts of the concrete slab. Refer to the VA specifications provided including but NOT limited to; 260533 RACEWAY AND CONDUITS, 078400 FIRESTOPPING, 079200 JOINT SEALANTS to seal the penetrations around conduits. There shall be no penetration that is open between floors as this is a fire hazard. The penetration shall be sealed the day that the penetration is made. Provide galvanized pull boxes as needed for ease of the conductor pull. The plans show general locations for pull boxes however it is the contractor s discretion for pull box locations and to provide additional pull boxes as needed. The contractor shall assess this during the pre-bid walk through and include this in the bid. Provide heavy duty 600-Volt rated, single arm throw, lockable (in the off position), NEMA-4X stainless steel disconnect switches for both the dishwasher and booster heater. Non fusible for the 60-Amp, 3-pole booster heater Non fusible for the 100-Amp, 3-pole dishwasher The contractor shall make the final electrical connections (terminations) from the disconnect switches to the dishwasher and booster heater. Refer to drawings and schedules provided for conduit and conductor sizes. The contractor shall work with the kitchen supplier vendor for startup procedures on the kitchen equipment. What is provided in the Scope for this document is NOT all inclusive. This is a summary, and the contractor shall review the contract drawings and specifications thoroughly prior to bidding on the project. Keep in mind contractor will be working side by side with Ecolab for removal of the existing kitchen equipment and installation of the new kitchen equipment. Refer to the requirements in this document, the new electrical panel schedule and equipment schedule at the end of this document, specifications and drawings. Site Conditions, As Built and Record Documents Although the VA makes every effort to keep drawings current to existing conditions, changes and updates are sometimes not recorded. It is therefore the Contractor s responsibility to perform field investigation and verify of the accuracy of the drawings with the actual conditions. The contractor shall check existing conditions at the project site prior to bidding. Quality Assurance/Quality Control Plan The Contractor is responsible for reviewing the work done by any subcontractors that the Contractor has hired to assist with the completion of this SOW. The Contractor must provide the Government with a Quality Assurance/Quality Control (QA/QC) Plan that documents the methods, processes, procedures that are going to be implemented by the Contractor to validate the work their subcontractors perform. Hazardous Materials Hazardous material removal is required for this project. Refer to the contract Drawings, Safety Requirements Table in this SOW, Specifications (particularly the General Requirements and Safety Specifications) for ALL safety requirements. Lead Paint Abatement Working adjacent to Asbestos Containing Materials (ACM) however NO ACM abatement required on this project. Tenting and Negative Air Required for Lead Paint Abatement. Refer to the Safety Table of Requirements provided in this document. The SAFETY Requirements for the Prime Contractor and the Sub-Contractor are REQUIRED to be awarded this contract. The prime and sub-contractor shall NOT be allowed time or compensation to attend classes at the Governments expense for training that is outlined in the documents provided. Refer to this document in the appendix, the drawings and the specifications required for safety and lead paint abatement. Personal Protective Equipment (PPE) The Contractor is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) and access equipment (lifts, scaffolding, etc...) necessary to perform services identified in this SOW. Refer to the Safety Specification for further information. General This Scope of Work has been broken down into general requirements that are applicable to the entire contract and the specific construction effort: General (Section 3.1) Construction (Section 3.2) The bidding Contractor(s) will have to conduct a brief pre award site survey of the campus. This will be arranged through the contracting officer and conducted as a group or individually as per the contracting officer. Phasing This is a phased project. See phasing drawings and PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, SECTION 01 00 00 GENERAL REQUIREMENTS - 528A4-21-210 for phasing requirements. Site Information Safety All Contractor personnel working onsite at the Medical Center will be required to attend a 1- hour Buffalo VAMC site specific safety training class. This class will be held on site and will be taught by a member of the Buffalo VAMC safety office. Attendance to this class and proof of the 10- hour OSHA (30-hour for supervisors, refer to General Requirements and Safety Specifications for the complete contract requirements). Participation in this class is mandatory and must be done prior to the commencement of work on-site. Refer to this document in the appendix, the drawings and the specifications required for safety and lead paint abatement. Access All visits and access requests to the VAWNYHS under this scope of work shall be coordinated through the Contracting Officer Representative (COR) and approved as per the schedule submission requirements in the drawings and specifications. The contractor shall pay close attention to the ICRA Drawings for days and times to work in each critical area, the General Requirements Specifications, Asbestos Specifications and Project Schedules Specifications. Photography PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, Section 01 00 00 (General Requirements - 528A4-21-210), Article 1.31 requires the contractor to obtain the services of a professional photographer to document the entire construction process. As a reminder, it is VHA policy to respect the privacy of all persons (e.g., Veterans, patients, residents, members of the VHA workforce, and visitors) consistent with the needs of operating a national health care system. Privacy protections on VHA premises vary according to the needs and purposes of different types of areas, the persons included, and the purpose of the production and use of photographs, digital images, and video or audio recordings (excerpt from VHA Directive 1078). The Contractor shall ensure that any photographs taken do NOT include any VHA patients, members of the VHA workforce, or visitors to the VAMC facility. Applicable Documents The following documents are applicable to this Scope of Work (SOW) to the extent specified herein. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements of documents cited in sections 3 of this SOW, whether they are listed here. Government Documents The following directives, guides, handbooks, and drawings form a part of this document to the extent specified herein. Unless otherwise specified, the latest revisions available shall be used. Copies of construction related Department of Veterans Affairs directives, guides, and handbooks are available from the Office of Construction and Facilities Management website: http://www.cfm.va.gov/til/index.asp DEPARTMENT OF VETERANS AFFAIRS DIRECTIVES 1078 PRIVACY OF PERSONS REGARDING PHOTOGRAPHS, DIGITAL IMAGES, AND VIDEO OR AUDIO RECORDINGS Veterans Health Administration Western New York Documents The following drawings and documents form a part of this document to the extent specified herein. Documents identified as AS MODIFIED FOR VA PROJECT 528A4-21-210 are base VA documents that have been tailored to the needs of this specific effort. While the base VA documents are available on the Office of Construction and Facilities Management website listed above, the Contractor shall use the modified version listed below, NOT the base document. Copies of these documents are available from the KO, COR, or Technical POC. VA WESTERN NEW YORK HEALTHCARE SYSTEM, BATAVIA VA MEDICAL CENTER DRAWINGS PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, SECTION 00 01 15 LIST OF DRAWING SHEETS (AS MODIFIED FOR VA PROJECT 528A4-21-210) lists all drawings for this construction effort. SPECIFICATIONS (AS MODIFIED FOR VA PROJECT 528A4-21-210) PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, SECTION 00 01 10 TABLE OF CONTENTS (AS MODIFIED FOR VA PROJECT 528A4-21-210) lists all relevant and modified construction specifications for this construction effort. Non-Government Publications All work shall be accomplished in strict accordance with the latest codes and standards. The Contractor shall follow any/all applicable standards and codes, including, but not limited to applicable NFPA standards, NEC, JCAHO, OSHA, ANSI, ASHRAE, and all other codes. Order of Precedence In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. Requirements The Contractor shall provide personnel, material, services, and facilities to perform, accomplish, and deliver the required services detailed in this scope of work. General This section contains general information that is applicable for the duration of the contract (i.e. applies to all Parts of this effort). Status Updates The Contractor shall prepare and submit periodic status reports throughout the duration of the contract. The reporting period will begin at Notice to Proceed. The contents of status reports shall include but is not limited to the following information/topics: Summary and Current Status of Project Progress Accomplished (for the previous month) Refer to Project Schedules Specifications Progress Anticipated (for the next three months) Refer to Project Schedules Specifications Updated Schedule Refer to Project Schedules Specifications Problems Encountered and Anticipated Technical, Schedule, and Cost Risk Assessment Risk Mitigation Strategy Financial Data (i.e., allocated funding, obligations, expenditures, etc.) Status reports may be organized in Contractor specified format. Status reports will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC, *.DOCX) or Portable Document Format (*.PDF). Status reports shall be submitted via email to the KO and COR by the 5th business day of every month. Meetings Several different meetings are identified under this contract. Information contained within this section is relevant to all meetings identified in this contract. Any meeting specific details can be in its respective section of this SOW. Meeting Scheduling All meetings identified within this SOW are to be coordinated and scheduled with the COR. See Section 1.5.2 and Section 5.1 for more details. Meeting Agenda The Contractor shall provide a meeting agenda 3 business days prior to the scheduled date of the meeting. Meeting agendas may be organized in Contractor specified format. Meeting agendas will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC, *.DOCX) or Portable Document Format (*.PDF). Meeting agendas shall be submitted via email to the COR. Meeting Presentation Materials Any required presentation materials (e.g., handouts, slide presentation, design information, drawings, schedules, cut sheets, etc. ) shall be provided to the Government at the same time as the meeting agenda. Meeting presentation materials may be organized in Contractor specified format. Meeting presentation materials will be supplied as a digital product to the Government in a Microsoft Office compatible format (*.DOC, *.DOCX, *.PPT, *.PPTX), Portable Document Format (*.PDF), or AutoCAD (*.DWG, *.DXF) as applicable to the specific document and meeting. While email is acceptable method to receive this information, note that the VA has a size restriction for attachments on email. No email can be sent or received by the VA that is larger than 5MB. If meeting presentation materials are larger than this size, the Contractor must determine an alternate method to submit the required materials by the due date (e.g., FTP website, optical digital media, etc. ). Meeting Minutes The Contractor shall provide meeting minutes to document the discussion had during the meeting. The VA COR may provide their notes from the meeting in the form of an email and the contractor shall incorporate those notes into the minutes. he contents of meeting minutes shall include but is not limited to the following information/topics: Meeting attendees Narrative to describe contents of meeting (will likely mirror the meeting agenda) List of action items (for both the Government and the Contractor) Presentation materials used during the meeting should be included as enclosures. Meeting minutes may be organized in Contractor specified format. Meeting minutes will be supplied as a digital product to the Government in a Microsoft Word compatible format (*.DOC, *.DOCX) or Portable Document Format (*.PDF). The Contractor shall provide draft meeting minutes within 3 business days of the meeting. The Government will review and provide comments back to the Contractor within 3 business days of receipt of the draft meeting minutes. The Contractor shall finalize the meeting minutes and submit the final meeting minutes to the Government within 3 business days of receipt of Government comments. Construction The Contractors scope of work for Construction shall include, but is not limited to the following: Kick-off Meeting and Site Survey The Contractor shall conduct a kick-off meeting at the VAMC. During the kick-off meeting the Contractor shall address their plan to meet the design intent, review the schedule, and review their plan to address any risks associated with the effort. This meeting shall comply with the terms of Section 3.1.2 of this SOW. See section 5.2 for the timing of this meeting. Site surveys shall be conducted in accordance with Section 1.5.2. Submittals In accordance with the terms of PG-18-1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 33 23 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES (528A4-21-210), the contractor shall provide submittals and shop drawings for review prior to starting work. All submittals shall be provided and approved prior to mobilization. A submittal log has been generated for this effort and represents a list of the minimum required submittals based upon the current construction documents. Although every attempt has been made to ensure that this list is complete, additional submittals not listed may be required. Preconstruction Conference and Requirement Once the submittals have been approved, the Contractor shall attend a Preconstruction Conference and Requirement. This meeting will be a follow-up to the Kick-off Meeting and Site Survey. In preparation for this meeting the Contractor shall submit: An updated work plan that adds additional details based upon approved submittal information. Revised or new Activity Hazard Analysis (AHA) based on approved submittals. Any additional clarifying details about the work to be performed that have been updated bases upon the approved submittals. Any action items resulting from this meeting shall be addressed prior to ordering any materials or beginning the actual construction work. This meeting shall comply with the terms of Section 3.1.2 of this SOW and the terms of PG-18-1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 35 26 SAFETY REQUIREMENTS (528A4-21-210); Article 1.6 Preconstruction Conference. See section 5.2 for the timing of this meeting. The Pre-Construction Risk Assessment (PCRA) has been completed by the VA for this project and it mirrors what is required in the contract documents for this project. As stated above and in the contract documents, the contractor shall provide all documentation outlined in the contract documents including but NOT limited to the following. Refer to specifications 010000 GENERAL REQUIREMENTS and 013526 SAFETY REQUIREMENTS As per the Pre-Construction Risk Assessment, safety department want the contractor to be prepared to submit all listed items, as part of their safety plan, infection control plan, confined space plan and plan to drill through concrete as follows but not limited to: When creating dust, the contractor shall have Negative Air with HEPA filtration going out the window. When creating dust, the contractor shall provide a work plan to the VA to shut down the Air Handling Unit in the basement of building and cover all ventilation (supply, return and exhaust). When drilling through concrete the contractor shall have in their work plan to have shrouds with HEPA filtration. Lock out and tag out any electrical panels to do electrical work. Bypass fire alarm daily for the devices when creating dust. Provide a shutdown noticed and tentative duration prior to shut down. Provide work plan on all water/sanitary disruption prior to any shutdown. All work plans are subject for approval from the VA. General Construction The Contractors scope of work for General Construction shall include, but is not limited to, the procedures outlined in PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS (528A4-21-210). Work includes, but not limited to, all labor, material, equipment, and supervision to perform the required demolition, modification, construction, and/or installation of the dishwashing machine. Status Meetings The Contractor shall attend periodic status meetings with the VA to discuss construction progress, submittals, and RFIs during the project. The construction phase is anticipated to be no longer than 1 month. This time estimate includes the time required to perform the preparatory administrative work (e.g., plans, schedules, submittals, etc...) Status meetings will commence after the Preconstruction Conference is held (section 3.2.3). Status meetings shall be held every week for the remainder of the effort. At a minimum, status meeting attendees shall be the VAMC COR and one person from the prime Contractor. Additional personnel may be invited to the meeting as required. As part of the last status meeting the resurvey of the site will be conducted (see PG-18-1: MASTER CONSTRUCTION SPECIFICATIONS, Section 01 00 00 (General Requirements - 528A4-21-210), Article 1.8, Paragraph C). The Contractor and/or Sub Contractor shall provide meeting minutes in accordance with the terms of Section 3.1.2. Verification Final functional verification of the installed equipment shall be conducted jointly before final acceptance of the constructed product. The groups that will participate in the verification process include: Prime Contractor Subcontractor (as applicable) VA Engineering These functional tests will be based upon manufacturer data and will be checked against VA regulatory requirements as applicable. All equipment installed will be subject to these tests. For any equipment that does not pass the functional verification test, the Contractor shall troubleshoot the issue and determine if the FboNotice cause of the problem. If the FboNotice cause is the result of the construction work, the Contractor shall repair and/or replace the faulty construction work and any subsequently damaged equipment at no additional cost to the Government. If the FboNotice cause is the result of faulty equipment (manufacturer defect), the Contractor shall coordinate with the fabricator to repair and/or replace the faulty equipment and any subsequently damaged equipment at no additional cost to the Government. Delivery Technical POC The Contractor shall coordinate all visits and meetings with and provide the required quantity of submittals to Bao Nguyen VA Western New York Healthcare System Batavia VA Medical Center 222 Richmond Avenue Batavia, NY 14020 Phone: (585) 297-1186 Cell: (716) 220-0370 Email: Bao.nguyen5@va.gov Schedule and Submittals Refer to the top of this document for specific period of performance guidelines. This is a time sensitive project. The contractor shall meet all contract requirements for training and experience when bidding on this project. There is NO time allocated for the prime contractor or the sub-contractors to gain training after the bid is awarded. Independent of the not to exceed period of performance, the Contractor shall comply with the individual relative and absolute timelines identified in this SOW. The Contractor is responsible for submitting a detailed schedule in accordance with PG-18-1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 32 16.15, PROJECT SCHEDULES (528A4-21-210). This schedule must include all administrative work (preparatory as well as any permitting or shut down requests) and must also show associated predecessor and successor logic associated with all tasks performed under this contract. Government Furnished Information, Materials, & Equipment The government shall supply the following information: All BATAVIA VAMC drawings and modified program guides and specifications from section 2.2. Government Furnished Materials (GFM) and Government Furnished Equipment (GFE) are not required and will not be provided for this effort. Appendix Safety Appendix Electrical The magnitude of construction per FAR Part 36.204 is between $100,000 and $250,000. NAICS code 236220 and small business size standard is $39.5 Mil. To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit a written RFI via email to Amanda.Baumler@va.gov. RFIs will be responded to as necessary in amendment format which will be posted on http://www.sam.gov The deadline for submission of RFIs for this solicitation is January 30, 2024 at 4:00 PM (EST). No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephone RFIs will not be accepted or returned. VHA Regional Procurement Office - East MEMORANDUM Network Contracting Office (NCO) 2 DATE: 1/25/24 FROM: Amanda Baumler, Contract Specialist SUBJECT: Notice of Cancellation. CONTRACT #36C24224B0008 Dishwasher Machine Installation and Preparation TO: Memorandum to the Contract File; SAM.gov A notice of cancellation is being issued for: Contract #36C24224B0008 Dishwasher Machine Installation and Preparation There was a delay in securing the Dishwashing Machine. All prospective bidders will be given an opportunity to bid on any resolicitation in the future. There is no proposed resolicitation date as of now. Amanda Baumler Contract Specialist Network Contracting Office (NCO2) *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Final Planning

Medical

$250,000.00

Public - Federal

Renovation

3

15

6

3

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
319
Active Projects
158
Bidding Soon
3,080
All Active Projects
1,159
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

February 6, 2024

March 7, 2024

March 7, 2025

img_map_placeholder

222 Richmond Ave, Batavia, NY

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.