Similar Projects
UCSF Helen Diller Medical Center at Parnassus Heights
New Construction - 955,000 SF
Design
$10,000,000 CJ est. value
San Francisco, CA 94143

Helen Diller Medical Center at Parnassus Height
New Construction
Design
San Francisco, CA 94143

RFQ - SPN A-E Hydrographic and Topographic IDC/IDIQ
Term Contract
Bidding
$9,900,000 CJ est. value
San Francisco, CA 94103

RFQ Contractor - Demolition for Facilities in Footprint of SFVAMC Building 40, San Francisco Veteran Affairs Medical Center
Demolition, Term Contract, Infrastructure
Bidding
$5,000,000 CJ est. value
San Francisco, CA 94121

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

Indefinite Delivery Contract (Idc) For Vertical Architectural-Engineering (A-E) Services Which Typically Support Military Design And Interagency & International Services (Iis) For U.S Army Corps Of En
New Construction
Post-Bid

ZSFG Building 5 Rehabilitation Department Relocation Phase 3
Renovation
Results
$2,859,923 est. value
San Francisco, CA 94110

RFQ D/B - BP22 - Doors, Frames and Hardware Design Build Trade Partners
Renovation
Results
$16,604 CJ est. value
San Francisco, CA 94143

UCSF Hospital for the Future
New Construction, Renovation, Infrastructure - 1,000,000 SF
Pending Verification
$350,000,000 CJ est. value
San Francisco, CA 94143

Chinese Hospital Seismic Retrofit and Tower
New Construction, Renovation, Infrastructure
Pending Verification
$50,000,000 CJ est. value
San Francisco, CA 94133

Purchase and install additional Intrusion Detection System (IDS) Components
Renovation
Design
$150,000 CJ est. value
San Francisco, CA 94103

RFP Design - C1DZ--662-23-129 A/E 662-23-129 shall prepare schematic design Childcare Facility (Building T-35) Security Upgrades
Renovation
Bidding
$344,000 CJ est. value
San Francisco, CA 94117

RFQ D/B - BP60 Fire Protection System Design Build Trade Partner - New Hospital at Parnassus Heights
New Construction, Infrastructure
Post-Bid
$4,100,000 CJ est. value
San Francisco, CA 94122

RFQ Contractor - Mission Bay Benioff Childrens Hospital Bed Expansion
Renovation - 7,100 SF
Results
$1,244,880 CJ est. value
San Francisco, CA 94158

RFQ Contractor - San Francisco Veterans Affairs, Building 8 Seismic Retrofit
LEED Certification, Renovation - 30,347 SF
Post-Bid
$50,000,000 CJ est. value
San Francisco, CA 94121

Last Updated 05/10/2023 03:03 AM
Project Title

Remove and Replace Floor in Building 203 1B,2A

Physical Address View project details and contacts
City, State (County) San Francisco, CA 94121   (San Francisco County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected June 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Bid Cancelled. Project No- 09B-2173 San Francisco VA Medical Center 4150 Clement St San Francisco, CA 94121 Date: February 9, 2023, Project: Removal and Replacement of Hallway Flooring and Cove base Location: 1B and 2A wings, Building 203. Scope of Work The San Francisco VA Medical Center requires the services of a capable contractor to fulfill a construction requirement consistent with FAR 36.3 to accomplish basic renovations to facilitate an upgrade to outpatient care, and clinical spaces to meet current standards. Objective The nature of this requirement is to mitigate environmental liabilities and replace finishes with no changes to floorplans. These upgrades are to match adjacent areas to the greatest extent possible with the Government Furnished Property (GFP). The total area affected comprises roughly of 8,300 square feet of hallway area contained on wing 1B, and 2A (See Attachment 1 and 2: Floor Layout). Beyond itemized efforts, work is to include removal and disposal of existing contents and subsequent debris. Primary Components of this effort Include: Demolition and Removal of Existing Flooring and Cove Base Preparation of Area for Floor Finish Installation of New Flooring and Cove Base Flooring work is limited to spaces indicated in the Existing Conditions section of this document and as referenced in the attachments. This requirement comprises only of hallway area. Demarcation shall extend to the door frame of each room area within the hallway. Place of Performance All work shall be performed in Bldg. 203, 1B Wing Hallway See Attachment and 2A Wing Hallway as referenced in Attachment 1 and 2. Demolition and Removal Contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, and other items and services necessary to remove the existing flooring, to include wall base. Vinyl composite tile and mastic are considered potentially asbestos containing materials and are to be abated consistent with California OSHA standards. Disposal manifests are to be provided to the VA for all such quantities. For purposes of bidding, areas may have multiple layers of VCT and two such layers should be assumed for 50% of total impacted areas. Demolition shall be completed in accordance with Specification Section 02 41 00 Demolition (Attachment 3). Preparation Contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, and other items and services necessary to prepare the floors as specified. Floors are to be floated with self-leveler to ensure a smooth finish and leveling to finished grade of adjacent flooring. Floor leveling material shall be in accordance with specs provided. (See Attachment 4: Specification Section 090516 Surface Preparation). Installation of New Flooring and Cove Base Contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, and other items and services necessary to install the floors as specified. Contractor shall provide the materials for flooring, which will consist of new Amtico wood laminate flooring, product code W731, or equivalent. Additionally, the Contractor shall be responsible for providing rubber base 6 in height x 1/8 in width. The baseboards shall be rubber with a wood baseboard finish to match the wood laminate flooring. The contractor is responsible as well to provide all appropriate adhesive for both. Material specification must be in accordance with Specification Section 09 65 19 Resilient Flooring (Attachment 6) Submittals All submittals, including but not limited to material and work schedules, shall be submitted via ProCore for governments review. Contractor shall plan and provide government fourteen (14) business days for approval or disapproval. If submittal is disapproved, contractor shall resubmit submittal within seven (7) business days. Existing Conditions, Pertinent Information or Special Considerations: The contractor shall arrange an installation plan and schedule with the Site POC,and obtain an approval from Site POC prior to the commencement of the work. The identified work areas, hallways, are often filled with general pedestrian traffic. The contractor shall anticipate for all lobby and common areas to be occupied during normal business hours. To facilitate and prepare, the contractor shall plan for phasing to allow adjacent rooms to be vacated and returned to service to accommodate subsequent work. For the purposes of planning and phasing, the adjacent rooms will not be in use during the demolition and installation phase. Contractor shall plan phasing dependent upon the size of phased work area to allow for minimal disruption to the users. Each phase spans from removal of existing flooring to installation of new flooring and cove base. Performance of work must be completed within ten (10) calendar days from the start of the phase to the completion of the phase. Schedule shall provide for minimum of five (5) days must be allocated between phases to accommodate VA coordination and actions. Work on the same floor should be performed sequentially to minimize disruption to the users and pedestrians. For scheduling purposes, work may occur concurrently between the two (2) floors. The existing areas are in the 1B, and 2A wings of building 203 on the first floor and second floor. These floors are not ground accessible. Contractor material and contractor personnel access will be limited to designated stairwells and elevators. Asbestos This work is subject to an Infection Control Risk Assessment (ICRA). The Contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, and other items and services necessary as required for the asbestos treatment in accordance with ICRA, SPECIFICATION SECTION 02 82 13.19, ASBESTOS FLOOR TILE AND MASTIC ABATEMENT (Attachment 5: Abatement Specs). Each work area shall be sealed off with temporary barriers and be operated under negative pressure with HEPA filtered exhaust through exterior windows, and require provisions related to access and waste disposal to mitigate dust. Beyond ICRA requirements, asbestos abatement is extensive and will require isolation with added diligence. All ventilation shall be sealed and entry into the space shall be accommodated with a barrier that extends at least one foot to either side of the entry door. HVAC is to be sealed, with the exterior windows being used for HEPA filtered exhaust. Period of Performance and Performance Hours The period of performance for this requirement is one hundred eighty (180) calendar days from issuance of Notice to Proceed. The period of performance shall begin immediately upon issuance of Notice to Proceed, and all work shall be completed within the time specified, unless extension is granted by the Contracting Officer. Should the contactor decide to perform any of the required services before or after normal duty house, the contractor shall request approval prior to performance from the Site POC. Government Inspection and Acceptance: Government inspection and acceptance shall be conducted after each phase completion. The item shall be considered accepted upon the successful inspection and physical acceptance by the Site POC. Site POC/COR: Site POC for this requirement is Mr. Kelly Wommack, Maintenance Section Chief, Engineering Service, SFVAHCS. Warranty: The Contractor shall provide standard warranty to correct possible defects in contractor provided materials and workmanship. The warranty shall be provided for two (2) years commencing at the time of final acceptance. The Contractor shall provide standard warranty to correct possible defects in contractor provided materials and workmanship. The warranty shall be provided for two (2) years commencing at the time of final acceptance. All Requests for Information (RFIs) regarding this RFP must be submitted in writing and received NLT March 2, 2023, 2:00 P.M. PDT in order to allow replies to reach all prospective offerors in a timely manner. Questions/RFIs shall be sent via email to Carla Groves at carla.groves@va.gov and Daniel Jhun at Daniel.jhun@va.gov. *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.

Details

2 Stories Above Grade, 8,300 SF.
Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents