The RFP Database
New business relationships start here

640-CA3-379 Correct Life Safety Deficiencies, Lobby Sunnyvale


California, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Page 10 of 10


THIS IS A SOURCES SOUGHT NOTICE
Subject: Sources Sought, Project: 640 CA3-379 Correct Life Safety Deficiencies in the Lobby of Building 1002 at 1080 Innovation Way Sunnyvale California, Department of Veterans Affairs, Veterans Health Administration (VHA) VISN 21.
The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited.
Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal.
The purpose of this sources sought is to conduct market research to support the procurement of construction services to Correct Life Safety Deficiencies in the Lobby of Building 1002 at 1080 Innovation Way Sunnyvale California. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 238290 Other Building Equipment Contractors
This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 238290. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.
Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law.
Background: The Department of Veterans Affairs is seeking vendors who can provide construction services to Correct Life Safety Deficiencies in the Lobby of Building 1002 at 1080 Innovation Way Sunnyvale California Scope of Work. The vendors must demonstrate the ability to meet all requirements for this notice. See Scope of Work and additional attachments for all the details.
INSTRUCTIONS:
Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services that are required in the attached draft salient characteristics. Include past experience in providing this service to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. The attached Scope of Work NOT finalized. If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS;
(a) Indicate whether your business is large or small.
(b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business.
(c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act.
(d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB).
(e) Include the DUNS number of your firm.
(f) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry.
(g) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and
(h) Other material relevant to establishing core competencies of the firm.
(i) Contractor shall include the terms and conditions of the warranty for all products listed in attachment.
Response is due by noon Wednesday, July 17, 2018. Please submit e-mail responses to Mr. Jose Hernandez, Contract Specialist, at email address: jose.hernandez1@va.gov. Your response should include a STATEMENT OF CAPABLILITY, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: 640 - CA3-379 Correct Life Safety Deficiencies Sunnyvale, CA in the subject line of your email. This notice is to assist the VA in determining sources only.

NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time. The Department of Veterans Affairs is neither seeking for quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.
See Attachment 1 Draft Scope of Work




Scope of Work
Correct Life Safety Deficiencies in The Lobby

Building 1002 ONIZUKA
1080 Innovation Way Sunnyvale California
VETERANS AFFAIRS SUNNYVALE CAMPUS
Project Number: 640 CA3-379

PROJECT TITLE Scope of Work to Correct Life Safety Deficiencies in the Lobby

LOCATION: Project site is located at the Building 1002 at 1080 Innovation Way Sunnyvale California 94089

POINT OF CONTACT:

History: The existing steel framed building, identified as Building 1002 is a two-story office building surrounding a central Courtyard with approximate 50,000 square feet of gross floor area. In 2018, a lobby of approximately 7,050 square feet was constructed and added at the North-East corner of existing building. A portion of existing building had been remodeled adjacent to the new Lobby. The Combined new lobby and remodeled area contains: two Elevators, Stairway, Lobby, Entry, Toilets, Electrical and Communication rooms, Offices, Circulation and other functions. The newly completed Lobby and office area was not properly commissioned and have some Life Safety issues. This construction project is to address the Commissioning of the building and to Correct Life Safety Deficiencies.

SCOPE OF WORK: Provide all, labor, material, tools, equipment and, transportation to complete the scope of work necessary to correct life safety deficiencies in the lobby, Sunnyvale Research Facility. The work shall include, but not be limited to the following:

STATEMENT OF BID ITEM(S)

ITEM I-EXTERIOR:

Fence: Provide and install new 7 feet high galvanized chain link fence and fence gate as per paragraph 1.5G of specifications section 01 00 00. The fence posts should be securely drive into asphalt/ground.

Ramp, Steps and Hand Rails:
Demolish existing section of asphalt ramp protruding into the park lot as indicated and make sure existing asphalt ramp conforms to 1:20 slope minimum, if not add more asphalt material and correct the slope as required.
Provide10 feet wide. Concrete Steps, color and finish shall match adjacent concrete pad/platform. Class 2 Aggregate Base. Compact subgrade a minimum of 90% testing, test result shall submit to Veterans Affairs record. Number #4 Rebar on 18 inches on center each way. Number #3 Nose Bar

Provide 42 inches high steel pipe hand rails at existing Handicap Ramp, new front 10 feet wide Steps and around existing, 32 feet x 32 feet (2 feet high) Concrete Platform/pad in front of front entrance. Hand rail shall consist of top rail, intermediate rail, and posts.

Fabricate hand rail from steel pipe, Connections may be standard fittings designed for welding. Space intermediate posts not over six feet on center between end post or newel post. Provide standard terminal fittings at ends of post and rails.

Handrails and Top Rails of Guards shall withstand Uniform load of 50 lbf/ft. applied in any direction. Concentrated load of 200 lbf applied in any direction. Prime and Paint railings, paint to match color of the front lobby

Cleaning and surface finish the base of existing concrete platform/pad
Remove dirt and debris piled over the excavated area around the 2 feet high concrete platform /Pad located at front door of the lobby, compact subgrade a minimum of 85% and patch horizontal grade with asphalt paving to match the adjacent paved and finish vertical exposed concrete pad with cement to match adjacent surface.
Stripe Paint at Parking lot: Strip paint the parking lot for 40 new parking lots/spaces and 3 accessible ADA parking stalls. Accessible ADA parking stalls to include one Van accessible and two standard accessible stalls as indicated. Provide truncated domes, parking space signage, parking stall emblem as indicated
Remove and modify the sections of existing concrete side walk in front and side of new truncated domes plates and provide 8.33% slope on all three sides of plates to access the concrete walkway
The parking stalls layout shown is for reference only and may not conform to actual standard dimensions shown, contractor to submit shop drawings for approval before sealcoating and stripping the area.
Remove vegetation from any crack and along the edge of asphalt surface. Apply vegetation control herbicide. Clean existing asphalt with a high-power blower with air speeds existing 200 miles per hour and hand wire broom as necessary.
Seal cracks with a product that suitable for crack size and compatible with sealcoating product.
Sealcoat (2 applications at a rate of 0.11 0.13 gallon per square yard (yd2) with a Coal Tar Pitch Emulsion (C.T.P.E) sealer that meets or exceeds RP 355e and ASTM D5727 specifications
During the completion all contractor work performance shall be done in a manner as to prevent water runoff, and possible contamination of soil or drainage areas, waterways.
Restripe all 43(40 + 3) parking spaces with traffic marking paint white including handicap spaces, universal symbol of accessibility as indicated, provide curb Ramps to follow ADA Standards for Accessible Design (28 CFR Part 36)
Contractor shall be responsible for removing all job-related trash and debris from landings, daily and apply to all applicable City, County, State, Federal codes and regulations as well as proper safety requirements. If landfill required testing on debris or soil the cost will bear on the general contractor

ITEM II-FIRST FLOOR:

Automatic Door Opener
Remove existing Push button type door opener, patch the holes/opening left after the removal of existing push button type door opener match holes/opening with material to match adjacent materials. Provide new motion detector type automatic door opener to operate existing double swing door (heavy) of front lobby door. Provide 120/220 volts from the nearest electrical panel available with spare circuit breaker space. Automatic Swing door (heavy) opener with two positive infrared/body/motion sensors to operate the existing building s double swing front door. The lock key to override the motion sensor.
Provide guard rails on both sides of the existing front door.
For reference- The Specifications/model of existing double swing front door are: Door Operator 939D; ASSA ABLOY Entrance System; Besam SW200i; UL 991; Besam Fire Door Operator with Automatic Closer Issue Number #0041374;
The design to comply with specifications section 08 71 13

Fire Exit Door
Remove existing two 2 6 wide double swing doors (marked 110 on drawing) , replace it with one right hand side solid 3 feet wide and seven feet high door and another 2 feet wide fixed door, this single 3-foot-wide door to open out away from the lobby area. Color/finish to match existing door.
Reuse existing door closure device(s)
Provide Panic Exit Device/ Hardware UL Fire rated, ANSI A156.3 Grade 1, ADA Compliant to the new door, which will be used as emergency exist. For specifications, refer specification section 08 71 00.
Provide manual fire pull station next to this exit door as required per NFPA and connect it to existing fire alarm system
.
The system layout of pull station , document submittal preparation, engineering and supervision of installation and testing shall be provided by a technician that is certified NICET level III or a registered fire protection engineer as described in specification section 28 31 00.

.Seismic Plate
Cover the 12-inch-wide structural steel plate on the floor, in front of the of the swing door with carpet to avoid tripping hazard. Color to match the adjacent flooring.
Electrical Room
In Fire rated Electrical Room, remove existing expanded foam type sealants and close all openings in walls, floors and roof decks with Fire Stop material, sealants, as per specifications section 07 84 00
Elevator Room
In Fire rated Elevator Room, remove existing expanded foam type sealants and close all openings in walls, floors and roof decks with Fire Stop material, sealants, as per specifications section 07 84 00
Provide wall mounted door sign on strike side of the elevator door, sign should read:
1A-105
Specs-Provide exterior grade material. Assembly, mounting height, color and location to match interior sign layout.
ITEM III SECOND FLOOR :
Fire Exit Door
Provide Panic Exit Device/ Hardware UL Fire rated, ANSI A156.3 Grade 1, ADA Compliant to the existing right-hand side double swing door (Which opens outside or away from the lobby) This door will be will be used as second emergency exist. For specifications, refer specification section 08 71 00
Provide manual fire pull station next to this exit door as required per NFPA and connect it to existing fire alarm system.
The system layout of pull station , document submittal preparation, engineering and supervision of installation and testing shall be provided by a technician that is certified NICET level III or a registered fire protection engineer as described in specification section 28 31 00

Communication Room 206
In Communication Room, remove existing expanded foam type sealants and close all openings in walls, floors and roof decks with Fire Stop material, sealants, as per specifications section 07 84 00.
Dislodge all (except telephone rack) utilities, racks including but not limited to control/electrical/CCTV panels from existing plywood paneling in such a manner as to prevent damage which would be detrimental to re-installation and reuse. and replace existing plywood panels with B> inch thick MIL-L-19140E Fire Retardant Treated Plywood wall panels. Do not paint the plywood with fire rating stamps exposed and visible, for future inspections. Re attached/install the removed utilities, racks and control/electrical/CCTV panels etc. NOTE-keep the existing plywood section (S) where telecom vertical rack is attached.

Copper Tie Cables from existing Demark/Telecom Room #D1 on first floor to communication/IT room 206 on the second floor.
Test for continuity the existing 50 pair copper tie cable installed in the existing 2-inch diameter conduit between Demark Room# D1 on the first floor and communication Room # 206 on the second floor and terminate on 110 blocks on both ends. If defective provide and test new 50 pair copper tie cable.

Single Mode (SM) fiber from existing Demark/Telecom Room D1 on first floor to communication/IT room 206 on the second floor.

Provide new 24 strands of Single Mode (SM) fiber in existing conduit(s) between existing Demark/Telecom Room #D1 on first floor to communication/IT room 206 on the second floor. It should be terminated on both ends with LC connectors in a fiber tray at the top of the new relay rack.
(Note-There is existing 12 strands of Single Mode (SM) fiber installed but not terminated)
Modify and provide any pull boxes for new cables in the existing conduits if required.
For installation requirement see spec sections-27 05 11, 27 10 00 and Codes of Practice.

Wireless Access Points WAP
Contractor shall survey and verify the locations and point of termination. of wireless access point cabling (WAP). Provide a print showing where they are terminated in term of the 6 WAP ports on the patch panel on Second Floor I.T Closet.

ITEM IV COMMISSIONING
COMMISSIONING. The commissioning agent shall be subcontractor(s) of the General Contractor and shall report to and paid by the General Contractor. With the help of commissioning agent, General Contractor to provide commissioning of the following newly installed systems. Under this contract Commissioning process includes but not limited to- Documentation/certifications , testing and startup of these systems, as well as training of the VA s Operation and Maintenance personnel in accordance with the requirements (relevant sections to this project) of VA TIL specification Section 01 91 00. which may be obtained from the VA Facilities Management Technical Information Library (TIL) at the web site: http://www.cfm.va.gov/TIL/ .

NOTE- Some of the Construction submittals of the installed equipment including Elevators and TAB report of HVAC system are available and can be provided to the contractor at site during commissioning phase, but O&M (Operation and Maintenance) manuals of the installed systems are not available. The submittals and O&M of HVAC equipment is also not available. Commissioning agent/ General Contractor will gather all the necessary information required for commissioning of the installed systems, the means of investigation should include but not limited to studying the drawings, specifications and Construction submittals of project, consulting the Manufacturer of installed equipment, and field investigation.

Elevators
History- The Final inspection of elevators were performed on February 28, 2017. The certification report is attached as enclosure. The elevators were certified by Steve Greene & Associates of with following Two deficiencies
The telephone lines remain inoperative.
There is no signage to identify the Elevator Machine Room
((The point of contact of the elevator inspection company is Steve Greene at 707-769-7399)
After the telephone system is installed, connect the existing elevator phones system to the new phone system and make the system operational. For reference see specification section 14 24 00 of project #640-379 and specification Section VA TIL specification 01 91 00.
Contractor to hire third party ANST/NAESA qualified elevator inspection company and recertify the Elevators.

Fire protection and Fire alarm systems: As specification sections 21 05 11, 21 08 00, 21 13 13 and 28 31 00of project #640-379 (refer paragraph 1.08) and relevant specification Section 01 91 00

HVAC System: As specification section 23 08 00 of project #640-379 and specification Section 01 91 00 and drawings. Existing HVAC systems are comprised of:
Rooftop Single Package Air conditioning system. (1 each) and electric reheat VAV boxes ((8ea.)systems.
Since the air handling unit is continuously in operation for more than one year. Contractor to perform the regular maintenance, which includes but not limited to replace the air filters, check fan belts; lubricate all the dampers, motor and fan as needed.
The BACnet controller is sitting in telephone room #206, after the telephone system setup, program/adjust the controller as needed.
Split system heat pumps (5each)
Exhaust fan (1 each).
Since the exhaust fan unit is continuously in operation for more than one year. Contractor to perform the regular maintenance, which includes but not limited to check fan belts; lubricate motor and fan as needed.
For fire/smoke dampers, and VAV boxes refer attached project #640-379 drawings and specifications
Check the functionality of all the fire/smoke dampers

NOTE-The Decentralized unitary HVAC systems are free standing systems installed to serve the lobby area only. The main system will be installed at later stage which will include chillers and hot water/steam systems etc.,

Domestic Hot and Cold-Water Systems No commissioning is required for Domestic water system, since there is no water heater or heat exchanger, there are instant water heater under the sinks.

Sterilization
As per para 3.3 of specification 22 11 00 of project #640-379, thoroughly flush and sterilize the interior domestic water distribution system in accordance with AWWA C651.
Use either liquid chlorine or hypochlorite for sterilization
B DEDUCTIVE ALTERNATE NO.1
1. Delete Item #4 sub para graph Modify existing concrete side walk to provide 8.33% Slope on all three sides of new truncated dome plates

Replace it with Provide minimum 8.33% slope to the new three asphalt access aisles (Detail 3 of drawing GI-002-ADD) in front of truncated dome plates

1.07 SITE INVESTIGATION: Investigate the site per FAR 52.236-3 to ascertain the general and local conditions, which can affect the work or its cost. Access to the site will be available during normal working hours. Contact COR (POC) a minimum of 24 hours in advance to arrange site access. Contractor can start at 07:00 am 4:00 pm, Monday to Friday.

Conduct site visits and field surveys to verify that the facility s existing site conditions, configuration conforms to as-built documentation, and to establish controlling site parameters


1.08 ENCLOSURES: The following enclosure are part of the construction package.

A PROJECT SCOPE/CONSTRUCTION DRAWINGS: The following 11 x17 markup drawings are not to scale. These drawings only indicate the location and Scope of Work. Refer relevant Specifications and drawings of project # 640-379 for complete detail

Drawing Number Title
GI-001-ADD Site Plan
GI-002-ADD Parking Lot Details
AS101 ADD First Floor Plan
AS102 ADD Second Floor Plan
T-101 ADD Telecommunications First Floor
T-102 ADD Telecommunications Second Floor
T-201 ADD Telecommunications First Floor Ceiling Plan
T-202 ADD Telecommunications Second Floor Ceiling Plan
T-203.ADD Existing communication conduits location

B COPY OF ELEVATORS CERTIFICATION

C CODES OF PRACTICE: Design and Construction Guidance from the Office of Information and Technology (OI&T). Use codes of practice for designing and construction of IT/Communication systems

D SPECIFICATIONS: The following specifications sections are provided with this scope-
Section 01 00 00, Section 01 33 23, Section 01 52 50 Section 07 84 00, Section 08 14 00, Section 08 71 00, Section 08 71 13, Section 27 05 11, Section 27 10 00, and Section 28 31 00.

1.09 SPECIFICATION SECTION 01 91 00: Contractor to obtained from the VA Facilities Management Technical Information Library (TIL) at the web site: http://www.cfm.va.gov/TIL/ .

1.10 CONSTRUCTION SCHEDULE: Contractor will submit the Construction Documents for review with adequate copies to ensure retention by the Veterans Affairs Palo Alto Health Care System

1.11 CONSTRUCTION PERIOD: Total time 120 calendar days including design construction, time for Punchlist inspection and construction touchups.

1.12 SUBMITTALS: Submit Security Plan, Fire Safety Plan, Health and Safety Plan, Infection Control Risk Assessment Plan, and Environmental Protection Plan prior to mobilization.

Jose Hernandez
Contract Specialist
VA Northern California Healthcare System
Network Contracting Office 21 (NCO 21)
5342 Dudley Blvd., Bldg. 98
McClellan, CA 95652-1012

Jose Hernandez - Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP