The solicitation for
interior demolition and abatement at the Captain James A. Lovell Federal Health Care Center, FHCC, in North Chicago, IL, requires a sealed bid. The deadline for submission of offers is June 5, 2025, at a specified time. A bid guarantee is required, and the contractor must furnish performance and payment bonds. Additional requirements include compliance with FAR and VAAR regulations, including subcontracting limitations, safety and environmental standards, and infection control. A site visit is scheduled for June ****, 2025. Questions regarding the solicitation must be submitted in writing by June 26, 2025. The project has a price range between 2,000,000 and 5,000,000. The work must be completed within 201 calendar days after receiving notice to proceed. The Illinois state sales tax exemption is applicable for materials used in the project. The contractor must comply with VA Directive **** regarding seasonal influenza vaccinations. All required information must be submitted in accordance with block 13 of the SF **** form. All associated bid documents are available electronically from www. ***. *. * successful bidder will be required to provide a payment bond and a performance bond. Bidders must submit information regarding their past safety and environmental record, including any OSHA or EPA violations, and their current experience modification rate (EMR). Detailed project requirements, including specifications and drawings, are available. The contractor must submit a cost-loaded critical path method (CPM) construction schedule prior to commencement of construction. Weekly construction progress meetings with the contracting officer's representative (COR) are required. Daily reports, including photos, are required. The project is planned around the complete, compliant, and unconditional fulfillment of all contract requirements. The contractor must provide blank cores for locks and keys, and exit signs must meet city of Chicago specifications. Native BACnet communications protocol is required for building automation and control. All new telecom cabling must be Cat 6a. Plenum-rated telecommunications cabling is required. The contractor must provide a construction dumpster with a locked safety fence. No music radios or powder-actuated fasteners are allowed.
Demolition using motorized equipment is forbidden. Two-way communications radios are allowed if frequencies do not disrupt hospital systems. The contractor must provide 21 days' notice to the COR before starting work so that security arrangements can be provided for the employees. The contractor must provide uniform heat detection throughout the work area, connected to the existing supervised building master fire alarm system, for the duration of the work. Fire and or smoke detection devices shall be provided prior to turnover and acceptance. Deliveries at the dock: provide vehicle information to the VA police and remove the vehicle as soon as delivery is complete. No parking in the VA garages. Contractor shall use freight elevators. Do not move materials and employees in passenger elevators without written approval of the COR, and never within elevators occupied by staff or patients. The mobilization plan submission shall indicate if and where a construction dumpster is intended to be placed. The contractor shall provide a construction dumpster with a locked safety fence surrounding it, at a location submitted to and approved by the COR. Pavement, concrete surfaces, and landscaping shall be protected from damage resulting from delivery and retrieval, loading and unloading, and dumpster weight. Construction waste diversion reports are required for every dumpster removed from every construction site at every VA facility. Provide these reports to VA COR immediately after the waste hauler removes each dumpster to comply with VA gems policy. No trash, used packaging, or construction spoils shall be stored in the work area. Never use dumpsters other t