Similar Projects
Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

Ballfield Lighting Replacements - Phase III
Infrastructure
Bidding
$300,000 CJ est. value
Casper, WY 82601

WAM and DV E-Rate Wiring
Renovation
Sub-Bidding
$60,000 CJ est. value
Rock Springs, WY 82901

Wyoming Veterans Skilled Nursing Standby Generator
Renovation
Sub-Bidding
$600,000 CJ est. value
Buffalo, WY 82834

Teton County Recycling Center Electrical Service Upgrade
Renovation, Alteration
Post-Bid
Jackson, WY 83001

Rock River Hydro Electric Project
Alteration
Post-Bid
Rock River, WY

Lighting Upgrade at Pineview Elementary School
Renovation, Alteration
Results
$100,000 est. value
Casper, WY 82609

Water Treatment Plant Variable Frequency Drive
Alteration
Results
Casper, WY 82604

South Substation Power Transformer
Term Contract
Sub-Bidding
Wheatland, WY 82201

Heating Upgrades
Alteration
Post-Bid
Jackson, WY 83001

Stadium Electrical Upgrade
Alteration
Results
Casper, WY 82601

Town of Wright Town Hall Emergency Generator
Renovation
Sub-Bidding
$300,000 CJ est. value
Wright, WY 82732

Lighting Upgrades
Alteration
Post-Bid
Casper, WY 82601

Lighting Upgrades
Alteration
Results
$420,000 est. value
Casper, WY 82601

Last Updated 01/17/2023 01:04 AM
Project Title

Retrofit CLC Televisions, Install Data and Electrical at the Cheyenne VAMC

Physical Address View project details and contacts
City, State (County) Cheyenne, WY 82001   (Laramie County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $28,515 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

STATEMENT OF WORK 2014 AMBULATORY CARE, DENTAL, STAIRWAY, IT CLOSETS PROJECT PROJECT NO. 442-14-06S 1 Purpose Cheyenne VA Medical Center located at 2360 East Pershing Blvd., Cheyenne WY, 82001 requires electrical and data work to support retrofit and installation of ten (10) VA purchased and provided televisions for Veteran Community Living Center (CLC). The purpose of this project outlined in the Statement of Work (SOW) herein is to install normal power and data cable (CAT 6A) in support of televisions for Veteran residents of CLC. A primary objective for this project is to complete the electrical and data work to support this project while minimizing the adverse impact to business of the healthcare daily operations during construction. The successful Contractor will provide extra attention to detail, quality control, and professional, experienced workmanship. Project Quality Assurance, Quality Control (QA/QC) and work sequencing is the responsibility of the General Contractor (Contractor). The Contractor shall provide and execute QA/QC and work plan to best accommodate VA requirements for 24/7, 365 day a year operations. Background Ten (10) televisions were donated to Cheyenne VA Medical Center, in turn, the CLC program has been identified as the recipient. The cable televisions will provide a welcomed source of entertainment to our Veteran CLC residents improving patient satisfaction. Scope of Work This SOW provides the scope and expectations for the Contractor to construct the project as outlined herein, in the contract, drawings, documents, attachments (including any addendums), specifications, and all regulatory codes. Work shall be planned and scheduled to minimize the construction activity impact on the operation of the medical center. Work shall be conducted with strict adherence to Cheyenne VA Medical Center and Veteran s Health Administration regulations and infection control requirements. All outages and shutdowns shall be closely coordinated with the Contracting Officer Representative (COR) with minimum 2 weeks notice, per the contract requirements. Below is a rough outline of the scope of work and schedule requirements for completion of work. Contract scope occurs in an Inpatient environments which function 24 hours per day, 7 days a week. The Contractor shall provide all resources to complete the scope/tasks such 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. This SOW includes BUT is NOT limited to the following work: Refer to issued drawings dated 08/19/22 along with general scope outlined below in addition to project specifications. Provide all labor and materials to supply and install ten (10) new normal power duplex electrical receptacles. It is the responsibility of the CONTRACTOR to verify this information for bid accuracy upon walk through. Provide all labor and materials to provide and install hard pipe conduit, pull wire, necessary to add ten (10) new normal power duplex receptacles in the following locations: CLC Room C1-73 CLC Room C1-75 CLC Room C1-76 CLC Room C1-65 CLC Room C1-64 CLC Room C1-59 CLC Room C1-55 CLC Room C1-86 CLC Room C1-88 CLC Room C1-87 Provide labor to land and pull a total of ten (10) new data ports for the following locations: CLC Room C1-73 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-75 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-76 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-65 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-64 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-59 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-55 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-86 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-88 - duplex data port (may require a sleeve and through floor penetration) CLC Room C1-87 - duplex data port (may require a sleeve and through floor penetration) Specifications 00 01 10 Table of Contents 00 01 15 List of Drawings 01 00 00 General Requirements 01 32 6.15 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 74 19 Construction Waste Management 01 81 13 Sustainable Construction Requirements 02 41 00 Demolition 07 92 00 Joint Sealants 09 29 00 Gypsum Board 09 91 00 Painting 26 05 11 Requirements for Electrical Installations 26 05 33 Raceway and Boxes for Electrical Systems 26 27 26 Wiring Devices 27 05 11 Requirements for Communications Installations 27 05 33 Raceways and Boxes for Communications Systems Project Deliverables Submittals for Division 1 and all other sections as outlined in project specifications Project CPM Schedule Pre-Construction Meeting (Risk Assessment, Life Safety and ICRA, QA/QC Plan see spec for Pre-Con Agenda topics) Closeout Documentation 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 (CO) 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 CO and copy the 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 VAMC CO 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 all submittals as outlined in project specifications 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 two 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 must 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 in order 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 two 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 4 hours unless otherwise approved by the COR. All sprinkler line shutdowns shall be coordinated with the COR at least two 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. 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 two weeks notice. Major shutdowns will have to occur on weekends. Schedule and General Requirements Construction shall be completed 90 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. Addendum of Bidding questions: Question 1. There is information included in the solicitation about ceiling tiles, I don t see a requirement for installation or replacement of ceiling tiles. Please advise. VA Response: All ceiling tiles damaged by construction/resulting from this work will need to be replaced. Question 2. Some of the locations in which we are installing devices are in Cowboy building and have walls that are especially challenging to install cut in boxes. Can we install surface mount raceways on plaster VA Response: Yes, as discussed during walk through, this is acceptable. Question 3. Are the plaster walls in Cowboy asbestos containing No ACMs have been detected as part of 2010 ACM Survey. VA Response: Refer to Sample Floor Plans attached for all areas of work. Question 4. Can we have reflected ceiling plans for the work areas VA Response: Refer to Tele-Sitter drawings re-issued with reflected ceiling dated 02/09/22. Question 5. Can the SSHO and site superintendent be the same person VA Response: It is unlikely that this scope of work will require greater than 2 workers on site at any given time. Yes, this is acceptable so long as requirements, credentials/qualifications are fulfilled for each duty and title. 6. The solicitation requires a Square D panelboard, are other manufacturers allowed VA Response: This work is no longer required. An existing quadplex on critical power has been identified for purposes of this project. Refer to Tele-Sitter drawing sheet E-203 revision 1 drawings dated 02/09/22. - END OF SOW- The contractor shall furnish all labor, equipment, materials, and supervision to complete the Televisions Retrofit CLC at Cheyenne VAMC located at 2360 East Pershing Blvd, Cheyenne, WY 82001. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership, and control enough to establish appropriate status. Offerors must be both VERIFIED by the Department of Veteran Affairs CVE at the time of offer submission. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of offer submission and contract award will result in the offeror's proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so In accordance with FAR 52.204-7, System for Award Management (SAM), Prospective contractors shall be registered in the SAM database prior to close of solicitation. All questions in relation to this solicitation must be submitted in writing via e-mail to Elia-Laritza.Ruiz-Manzo@va.gov and received no later than November 21, 2022 at 10 A.M. MT A site visit will be held on November 7th, 2022 at 11:00 A.M.Mountain Time (MT). Meet at Building 11 2nd floor Engineering Conference Room. Contractors can park under the solar panels. Instructions, Conditions, and Notices to Offerors. All submitted proposals must be received in email by the closing date and time. This solicitation closes December 5th, 2022 at 10:00 A.M. MT Proposals shall be submitted via e-mail in accordance with Part I/Section B, to be considered for this project Offers received in any other format will result in the offeror's proposal not receiving further consideration. Purpose Cheyenne VA Medical Center located at 2360 East Pershing Blvd., Cheyenne WY, 82001 requires electrical and data work to support retrofit and installation of ten (10) VA purchased and provided televisions for Veteran Community Living Center (CLC). The purpose of this project outlined in the Statement of Work (SOW) herein is to install normal power and data cable (CAT 6A) in support of televisions for Veteran residents of CLC. A primary objective for this project is to complete the electrical and data work to support this project while minimizing the adverse impact to business of the healthcare daily operations during construction. The successful Contractor will provide extra attention to detail, quality control, and professional, experienced workmanship. Project Quality Assurance, Quality Control (QA/QC) and work sequencing is the responsibility of the General Contractor (Contractor). The Contractor shall provide and execute QA/QC and work plan to best accommodate VA requirements for 24/7, 365 day a year operations. 2. Background Ten (10) televisions were donated to Cheyenne VA Medical Center, in turn, the CLC program has been identified as the recipient. The cable televisions will provide a welcomed source of entertainment to our Veteran CLC residents improving patient satisfaction. 3. Scope of Work This SOW provides the scope and expectations for the Contractor to construct the project as outlined herein, in the contract, drawings, documents, attachments (including any addendums), specifications, and all regulatory codes. Work shall be planned and scheduled to minimize the construction activity impact on the operation of the medical center. Work shall be conducted with strict adherence to Cheyenne VA Medical Center and Veteran's Health Administration regulations and infection control requirements. All outages and shutdowns shall be closely coordinated with the Contracting Officer Representative (COR) with minimum 2 weeks' notice, per the contract requirements. Below is a rough outline of the scope of work and schedule requirements for completion of work. Contract scope occurs in an Inpatient environments which function 24 hours per day, 7 days a week. The Contractor shall provide all resources to complete the scope/tasks such 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. This SOW includes BUT is NOT limited to the following work: Page of 36C25922Q0817 Refer to issued drawings dated 08/19/22 along with general scope outlined below in addition to project specifications. Provide all labor and materials to supply and install ten (10) new normal power duplex electrical receptacles. It is the responsibility of the CONTRACTOR to verify this information for bid accuracy upon walk through. *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

Division 26 - Electrical.

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