Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2011 FBO #3634
SPECIAL NOTICE

Z -- Repair and Seal Masonry, Phase 5 Project #568-12-106

Notice Date
11/4/2011
 
Notice Type
Special Notice
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
 
ZIP Code
57741
 
Solicitation Number
VA26312R0024
 
Archive Date
11/19/2011
 
Point of Contact
Christopher Esper
 
E-Mail Address
7-7030<br
 
Small Business Set-Aside
N/A
 
Description
A Firm Fixed-Price, Sole-Source contract is contemplated for acquisition of construction services for Project 568-12-106, Repair and Seal Masonry, Ph 5. This work consists of masonry repairs to exterior building facade, including tuck pointing and water proofing. Federal Acquisition Regulation (FAR) 6.302-5, Authorized or Required by Statute is being cited, specifically, Sections 502 and 503 of Public Law (P.L.) 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, currently implemented by Office of Acquisition and Logistics ™ Information Letter (IL) 049-07-8, the Veterans First Contracting Program. The selected contractor is a Service Disabled Veteran Owned Business (SDVOSB) who has successfully completed 5 similar contracts at this medical center in the past 5 years, and a 6th contract is currently in progress. STATEMENT OF WORK PROJECT TITLE: REPAIR AND SEAL MASONRY, Ph 5 PROJECT NUMBER: PROJECT 568-12-106 1.GENERAL SCOPE OF WORK: a.The areas of work will include exterior facade of Building 148 and the Bldg. 148 connecting corridor at the VA Medical Center, Fort Meade, SD. Building 148 is a single story masonry façade structure, constructed in 1966. The Bldg. 148 connecting corridor was constructed at the same time as the main building, and is of similar construction. Several newer additions were added in the early 1990 ™s. Refer to the attached floor plan for reference. b. Some deterioration of exterior brick masonry walls, including some random spauling of brick, is now occurring on the corridor and the original main building, particularly at building corners, around windows and doors, and in areas subject to physical damage from grounds maintenance and snow removal. Some accent panels added by renovation projects under windows are finished with an EIFS material, and have been damaged by grounds maintenance activities, and are deteriorating badly. Most of the original aluminum frame windows have recently been replaced (and the remainder are scheduled to be replaced soon on a separate project), there for, only minor sealant issues are expected around windows. Most of the existing larger sections of aluminum/glass façade are being replaced under a separate project, and these areas are noted on the plan to be excluded from the work. A few areas of old aluminum/glass façade are not being replaced, and these are to be included in the work. c.The scope of this project will include design and implementation of necessary repairs to the exterior masonry façade in order to preserve the building ™s façade structural integrity, eliminate and/or minimize water infiltration, and extend the useful service life of the building, on a priority basis. The extent of repairs to be performed under this contract will be determined after a preliminary investigation by the Design Team. The Design Team will prioritize the work to fit the project budget, based on the relative priorities as indicated on the plans, plus a site survey of the building. The project budget of $400,000 will not be exceeded without specific authorization by the VA. d.The VA will make available copies of existing as-built drawings as requested. 2.SPECIFIC ITEMS OF WORK TO BE ADDRESSED: a.ITEM 1 - The Contractor shall retain the services of a qualified Design Team. The Design Team shall be a recognized leader in the field of masonry restoration and building water proofing, with a proven track record of performing work on similar turn-key projects. The Design Team shall include at least one Professional Engineer or Registered Architect. Other members of the Design Team shall include personnel well experienced in building restoration and water proofing to include representatives of the Restoration Contractor and material manufacturers. The proposal shall include information and qualifications of the proposed Design Team, as well as the proposed Restoration Contractor. Restoration work shall only be done by well trained and experienced workers, who regularly perform this type of work. The Design Team shall specifically approve the use of subcontractors and workmen to be employed in the restoration work. The Contractor ™s Design Team shall visit the site and perform a thorough survey of the building to identify the extent of necessary work, within the project budget. A Work Plan will be prepared and submitted for VA approval. The Work Plan will identify the types of work planned, areas of special concern, materials and methods to be used, etc, based on recommendations of the Design Team. The design team shall also perform intermediate and final inspections of the work to verify design assumption were correct, to ensure quality control and compliance with the Work Plan. Adjustments to the work plan may be ordered by the Design Team as needed to ensure that the work is accomplished to meet contract requirements. b.ITEM 2 “ The Contractor shall provide, mobilize and set up all required equipment and materials needed for completion of the work as identified in the Work Plan, and in accordance with material manufacturers recommendations, and as recommended by the Design Team. Equipment and materials shall include items needed to protect adjacent work including roofs, windows, etc. from damage by restoration work, as well as items needed to complete the work. c. ITEM 3 “ Replacement of cracked and deteriorated brick masonry. This work consists of saw cutting mortar joints around deteriorated and cracked brick, removal of deteriorated exterior brick, and replacement with new brick masonry units to closely match existing brick in size, color, and texture. d.ITEM 4 “ Tuck pointing of deteriorated masonry joints. This work consists of removing existing deteriorated mortar joints to a depth of at least ľ ť, cleaning joint, and installing new mortar to match existing contour and color. e.ITEM 5 “ Repair and/or replacement of EIFS materials at panels under windows. Note that only a small percentage of panels under window are EIFS, the remainder are concrete with a stucco-like finish. f.ITEM 6 “ Saw cutting new vertical masonry joints in brick masonry walls (if deemed necessary) at locations selected by the Design Team. This work shall include saw cutting the entire exterior brick wythe full depth creating a ˝ ť wide joint, installation of closed cell backer rod, and new sealant. g.ITEM 7 “ New sealants. This work consists of removal and replacement of existing sealants at wall joints, and installation of preformed joint seal at expansion joints. Note that some of the existing windows are planned for replacement on a separate project (exact scope of replacement has not yet been determined), so replacement of sealant at existing window perimeters will only be included in areas to be identified by the VA. h.ITEM 8 - Cleaning and sealing of masonry. This work will consist of pressure wash cleaning of exterior masonry (1,000 PSI minimum) and installation of clear, water repellant sealer. Type of sealer and rate of application to be determined by the Design Team based on results of porosity tests. i.ITEM 9 “ General Conditions and Construction Management. This item will include all additional requirements of contract, construction management, overhead, excise tax, and bonds. Refer to General Requirements (010000) and Medical Center Requirements (010100). The Contractor shall maintain a continuous project management presence at the work site whenever construction activities are taking place. This will include ensuring that a śCompetent Person ť as identified by OSHA requirements is always in attendance. 3.PREPARATION OF PROPOSAL: a.The Contractor shall visit the work site and prepare a Detailed Proposal to include the items above, as well as any additional items deemed necessary to complete the work. The work items identified in Section 2 may be further divided into sub items if needed to provide a more detailed proposal. b.The Proposal will be based on estimated quantities of repair work for each item, as determined by the on-site inspection. Proposed cost of all items shall be added together to provide a single Proposed Contract Price, to include all estimated project costs, including labor, materials, equipment, incidentals, engineering, construction management, and project general conditions and requirements. c.The Proposal may be subject to negotiation prior to award. Total contract price shall not exceed $400,000 without specific direction by the VA. d.The actual extent and cost of repair work will be determined by up close inspection of field conditions during repair work. Therefore, it is understood that the actual cost of the repair work for each item may vary, depending on the actual repairs performed. The Contractor will monitor quantities performed as the work progresses. In general, the overall cost of the work shall remain constant, with individual items adjusted as necessary. No work shall be performed in excess of the total contract price without prior approval of the VA. Any proposed increase in the total contract price can only be approved by the VA Contracting Officer. 4.PROJECT SCHEDULE: a.The VA proposed Project Schedule is as follows- 1. Submit Proposal to VA (firm date) “ By December 15, 2011 2.Contract Award by VA “ By December 31, 2011 3.On-Site Inspection by Design Team “ By February 28, 2012 4.Submit Work Plan to VA “ By March 31, 2012 5.Restoration work to begin “ By May 1, 2012 6.Contract Completion “ July 30, 2012 b.The Contractor shall include in the Proposal actual start and completion proposed dates for all post award activities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/VA26312R0024/listing.html)
 
Record
SN02618546-W 20111106/111104234419-df4ace9cd7af7a0160f3dbb41aaa75ae (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.