Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
DOCUMENT

Y -- Salisbury National Cemetery - Columbarium Niches & Crypts Keywords: Excavation, Storm Drainage, Retaining Walls and Irrigation - Attachment

Notice Date
7/28/2016
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA786A16B0070
 
Response Due
9/12/2016
 
Archive Date
11/11/2016
 
Point of Contact
Lenora Stephens
 
E-Mail Address
2-5599<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE FOR THE CONSTRUCTION PROJECT AT SALISBURY NATIONAL CEMTERY LOCATED IN SALISBURY, NORTH CAROLINA WITHIN ROWAN COUNTY. The Department of Veterans Affairs (VA), National Cemetery Administration, is soliciting bids under Solicitation Number VA786A-16-B-0070 for the following: The contractor shall provide all professional services, labor, supervision, materials, and administration necessary for the construction and performance of all work in accordance with the solicitation plans, specifications, drawings, required permits, terms and conditions at Salisbury National Cemetery. This project will expand the burial operations at Salisbury National Cemetery. Cemetery hours are from Monday thru Friday 8:00 a.m. to 4:30 p.m. The Cemetery is closed on all federal holidays except Memorial Day and Veterans Day. The contractor shall work only during the hours of operation. Work is prohibited on Memorial Day or on Veterans Day. This project will construct 1,475 crypts in burial Section 28, 1,600 in-ground cremains in burial Section 23, 300 traditional casket sites in burial Section 26, and 2,400 columbarium niches in Section W. CLIN 1, BASE BID: The contractor will provide all work supported by the contract documents and specifications including: site security, site erosion control, demolition, excavation, earthmoving, storm drainage, site layout (columbarium walls, installation of burial crypts, roads, retaining walls, planting, planting irrigation), and all related work as shown in the contract documents. CLIN 2: The contractor shall provide a cost for the manufacturing of 1,475 crypts, from CLIN 1 Base Bid, and their transportation to the site. The cost for unloading the crypts and their installation shall be included in the base bid. This cost shall also be provided for each Option it applies to. CLIN 3: Provide a unit price per cubic yard for the excavation of rock from the burial areas that will be used if the quantity exceeds the amount identified in the base bid. This unit price will include all costs and credits for the removal of the rock and associated backfill if necessary. The contractor will be paid based on the quantity in excess of the base bid at the time of removal. This cost shall also be provided for each Option it applies to. CLIN 4: Provide a unit price per cubic yard for the removal of 1,000 cubic yards of unsuitable fills from the road way and other burial areas. The unit cost will be used if the quantity exceeds the amount identified in the base bid. This unit price will include all costs and credits for the unsuitable fills and associated backfill if necessary. The contractor will be paid based on the quantity in excess of the base bid at the time of removal. This cost shall also be provided for each Option it applies to. OPTION 1a: For construction to take place in burial Section 27. The construction shall consist of all the requirements indicated within the specifications and drawings that are specific to burial Section 27 to install the 1,546 crypts indicated in Option 1b which includes, but may not be limited to, irrigation, section markers, and watering stations as shown on the bid documents. OPTION 1b: The contractor shall provide a cost for the manufacturing of 1,546 crypts and their transportation to the site. The cost for unloading the crypts and their installation shall be included in Option 1a. Options 1a and 1b, if awarded, shall be awarded as a set. OPTION 2a: For construction to take place in burial Section 24. The construction shall consist of all the requirements indicated within the specifications and drawings that are specific to burial Section 24 to install the 1,258 crypts indicated in Option 2b which includes, but may not be limited to, irrigation, section markers, and watering stations as shown on the bid documents. OPTION 2b: The contractor shall provide a cost for the manufacturing of 1,258 crypts and their transportation to the site. The cost for unloading the crypts and their installation shall be included in Option 2a. Options 2a and 2b, if awarded shall be awarded as a set. OPTION 3a: The construction shall take place in burial Section 25. The construction shall consist of all the requirements indicated in the specifications and drawings indicated in this specific burial Section 25 to install the 212 crypts indicated in Option 3b which includes, but may not be limited to, irrigation, section markers, and watering stations as shown on the bid documents. OPTION 3b: The contractor shall provide a cost for the manufacturing of 212 crypts and their transportation to the site. The cost for unloading the crypts and their installation shall be included in Option 3a. Options 3a and 3b, if awarded shall be awarded as a set. OPTION 4: The contractor shall provide a cost for the installation of a Concrete Mow Curb in lieu of Metal Landscape Edging in the base at the rear of Section 27 and 28 and along the Riparian Plantings. Option 4 is a standalone Option with no sub-factors. Therefore, this Option is not a part of an Option set and could be awarded singly, along with CLIN 1 Base Bid and CLIN 2. OPTION 5: The contractor shall provide a cost for the increase of Riparian Planting Areas per bid documents. Option 5 is a standalone Option with no sub-factors. Therefore, this Option is not a part of an Option set and could be awarded singly, along with CLIN 1 Base Bid and CLIN 2. The cost magnitude ranges is $5,000,000 to $10,000,000 only if ALL the Option sets are awarded by the Government. It is the intent of the Government to award this contract based on the total of CLIN 1, CLIN 2, CLIN 3 and CLIN 4. IF sufficient funds are available, one or more of the Option sets, in the order listed, may be accepted. Questions concerning the solicitation shall be sent to the lenora.stephens@va.gov entitled, "Questions - Salisbury National Cemetery." The cut-off date and time for questions shall be August 23, 2016, at 10:00 a.m. CONTRACT DURATION: Performance period is approximately 365 calendar days from date of receipt of the Notice to Proceed. For every set of options, including Options 4 and 5 which can be awarded singly, an additional 30 calendar days will be added to the contract duration. NAICS CODE: 237990SIZE STANDARD: $36.5 Million METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT UNDER SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 14 to a responsible service disabled veteran owned small business responding to this solicitation. Only VA certified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be rejected as non-responsive. REGISTERATION: To be eligible for award the SDVOSB must be considered small under the relevant NAICS code and must be registered and verified in the VA Vetbiz and have a Certified Veteran Enterprise (CVE) seal on their registration to be considered for an award; firms must be currently registered in the System for Award Management (SAM) database prior to contract award. All bidders must also be registered in the Vets-4212 database for any federal government contract greater than $100,000. OBTAINING SOLICITATION MATERIALS: Solicitation material consisting of the Statement of Work, specifications, drawings and/or amendments may be accessed ONLY via FedBidOpps at http://www.fedbizopps.gov. No telephone or email requests will be accepted. All bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A16B0070/listing.html)
 
Document(s)
Attachment
 
File Name: VA786A-16-B-0070 VA786A-16-B-0070.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904974&FileName=VA786A-16-B-0070-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904974&FileName=VA786A-16-B-0070-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Salisbury National Cemetery;501 Statesville Boulevard;Salisbury, NC
Zip Code: 28144
 
Record
SN04200371-W 20160730/160728235337-3a0debda7bb6a5870582d8c53a2cf4b1 (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  © 1994-2020, Loren Data Corp.