Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

Y -- Concrete Repair-Repair Committal Shelter - DFW - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon Street;Suite 510;Lakewood, CO 80220
 
ZIP Code
80220
 
Solicitation Number
VA78617Q0070
 
Archive Date
2/13/2017
 
Point of Contact
Ann Manning
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
On behalf of the Dallas-Fort Worth National Cemetery, the Department of Veterans Affairs, National Cemetery Administration, Lakewood, CO for a contractor to provide all labor, material, equipment, and supervision necessary to replace selected areas of the existing concrete walkways at Committal Shelter C at Dallas-Fort Worth National Cemetery in accordance with drawings, specifications, and per applicable standards and requirements. This notice does not constitute a Request for Quote, or Invitation for Bid. The Request for Quote, VA786-17-Q-0070 will be issued on or about December 21, 2016: The estimated period of performance is 60 calendar days. All work shall be done in strict accordance with the contract specifications. The estimated magnitude of construction range is between $25,000 and $100,000. A bid guarantee is not required. The Government anticipates that Payment and Performance bonds will be required per Contractor s choice per FAR 52.228-13. The requirement is 100% Set Aside for SDVOSB concerns (NOTE: Verify set aside status at the time of issuance of the Request for Quote issued on Fed-Biz Ops). The tentative NAICS code is 238110 with a small business size standard of $15 million. Please ensure the aforementioned NAICS code is incorporated into your current System for Award Management (SAM) profile at www.sam.gov. The Government intends to Award a contract to the responsible offeror whose quote conforms to the requirements, as stated, in the solicitation using lowest price technically acceptable selection procedures. The Government will consider quotes from all responsible sources who meet the Government s requirement. All responsible vendors must be registered in the System for Award Management (SAM) and verified/active as an SDVOSB at the time of proposal submission and thru final payment of invoice. The solicitation and all Amendments will be posted on the Federal Business Opportunity (FBO) website https://www.fbo.gov. Any firm bears the responsibility to download the issued Fed-Biz Request for Quote and all attachments as applicable. The point of contact for this requirement is Ann Manning email: ann.manning@va.gov Other attachments referenced in the Scope of Work may not be included in this notice, however, will be provided as an attachment in the issued Request for Quote. The tentative, not final statement of work effort is as follows: 1 Contractor shall demolish and remove the two (2) areas of the concrete walkways at Committal Shelter C as identified on the contract drawings. Concrete shall be removed to the nearest expansion/control joints as designated on the contract drawings. Saw cut all existing control joints as necessary to remove the concrete. Contractor has the option to break out concrete around existing expansion joints to preserve the existing dowel installation. 2 Remove existing soil down to undisturbed native soil (subgrade), clean/prep the excavation area, and compact the subgrade to 95% prior to the installation of the engineered fill. 3 Remove any formed void materials (cardboard), loose concrete, soil, and other materials under the existing perimeter as necessary. Reinstall a new 12-inch void forms and pre-treated plywood soil retainers. 4. Remove and carefully remove one tree, including as much of the root ball as possible. Coordinate with the COR for turn-over to the Cemetery. 5. Backfill the excavation with engineered fill in 18-inch lifts, compact to 95%, and then install 4 of crushed aggregate base material compacted to 95% prior to installing the new reinforced concrete walkway in accordance with the contract drawings and specifications. 6. Install the new concrete walkway in accordance with the contract drawings and specifications. The new walkway shall continue the existing slope of the shelter slab to the edge of the walkway. The slope shall be field adjusted to allow proper drainage away from the shelter and to match the two elevations. Place 4000 psi, reinforced concrete (5 minimum thickness) with expansion joints, control joints, and a finished surface that matches the existing patterns and textures of the existing concrete slab and walkways in accordance with the contract specifications and drawings. 7. Regrade out from the new walkway to allow for positive drainage away from the shelter to the existing swale to the North. Inventory, remove, and store all irrigation heads and cap head risers within the limits of work. Provide a copy of the inventoried equipment and materials to the COR within 10 calendar days of completion. Provide protection of any exposed components, risers, etc. that might be damaged by renovation equipment. locate and inventory all irrigation components: (valve boxes, gate valves, quick couplers, etc.) within the limits of work and protect the location and component access throughout contract work. Sod cut the existing turfgrass, remove excess soil, grade/contour to provide a minimal slope to drain the water coming off of the walkway, and re-install the previously removed turfgrass sod. If new turfgrass is needed, coordinate the type of grass with the COR. Reinstall irrigation heads and components at finish grade, ensuring all irrigation lines and heads are free of foreign matter and operating properly; lower irrigation lines as necessary and extend risers. 8. After new concrete has cured a minimum of 7 calendar days, apply joint sealer on all new expansion joints and control joints. Joint sealant color shall match concrete color. 9. Haul away & dump debris and waste to an approved disposal site. 10.Thoroughly clean up the work area at the end of each day s work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel. B. General Conditions: 1. Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. 2. Thoroughly clean up the work area at the end of each day s work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel. Haul away & dump debris and waste to an approved disposal site. 3. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. 4. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. 5. All utilities required for the continuous operation of all existing facilities shall be maintained in service at all times except when disruptions are needed. The Contractor shall inform the Cemetery Director and the Contracting Officer (CO) in writing for such disruptions and obtain approval from the CO in writing at least 2 weeks prior to such need. When option exists, implement options to minimize interruption of services to the facilities. 6. The Contractor shall coordinate with the Cemetery Director for parking, material storage, temporary portable restroom facilities, and any other needs for the work. Public access to the National Cemetery shall not be impaired. 7. The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all materials in accordance with the safety provisions according to OSHA and Associated General Contractors of America (AGC). C. Standards of Employee Conduct: 1. The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National Cemeteries are national shrines. The standards of work, appearance, and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times. 2. Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here, while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 5901. 3. Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/safety clothing and shoes shall meet or exceed OSHA and state requirements. 4. Behavior and language must be appropriate, reverent, and respectful at all times. 5. Eating and drinking (except water) is prohibited in the work areas and within sight of a committal shelter during a service. 6. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery premises is strictly prohibited. 7. Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments. 8. The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employees from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government. If the Contractor fails to act in this regard, or the reason for a removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contacting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later time or date. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR, and is later found invalid and/or unreasonable by the Contracting Officer. D. Time of Completion: The project shall be completed within 60 calendar days after issuance of a Notice to Proceed. Construction activities shall be conducted in such a manner that the maximum sound levels at Shelter B (500 ft away from the construction site) shall not meet or exceed 65dB between the hours of 9 am and 3 pm CT; for example, the Contractor shall not operate jackhammers, concrete saws, and grinders, or any other equipment that will exceed that sound pressure level during those hours. Work outside of the Cemetery s normal operating hours of 8 am to 4:30 pm CT, Monday through Friday, may be permitted to perform work items with hour restrictions, only in order to meet the Period of Performance, and only by prior approval of the COR. Requests shall be submitted at least two working days in advance. E. Code Compliance: All work shall be performed in accordance with the specifications. It shall be the Contractor's responsibility to comply with all the applicable local, state and federal laws and regulations. The Contractor shall apply and obtain all applicable permits to comply with local, State and Federal regulations and requirements. The Contractor shall remove and dispose of all waste materials and construction debris and comply with all applicable local, State and Federal regulations and requirements. All waste materials and debris specified shall be removed from the Cemetery grounds by the Contractor at its own expenses, including all applicable permits and fees. F. Contractor Quality Control: 1. The Contractor shall guarantee that all work done under this contract shall be free from defaults and no faulty materials or workmanship with one (1) year warranty. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the CO at Contractor's own expense and shall be corrected to the satisfaction of the Government. 2. Contractor Supervisor: A competent and experienced English-speaking Contractor Supervisor shall be provided by the Contractor whenever work is being performed - other than trash and debris pick-up. The Contractor Supervisor shall have not less than three (3) years of experience as a direct supervisor of commercial building renovation projects. Offerors shall submit a resume for the Contractor Supervisor as part of the technical proposal. All permanent substitutions, whether of prime supervisors or sub-contractors, will be identified and reported to the COR and Contracting Officer, if not prior to, as soon as possible after occurrence. 3. The Contractor Supervisor shall review and approve submittals, ensure all specifications are being met, inspect the quality of work performed, ensure contract work does not conflict with ceremonies and funerals, ensure employees are is adequately supervised and proper conduct maintained, and certify the completed work for payment and other purposes. G. Submittals After Award: Submit manufacture s literature for the sealants, caulks, expansion joint material, and concrete design mix to the COR for review/approval. This shall also include any other submission requirements (i.e., demolition debris management plan) as specified elsewhere in the Statement of work or Attachments incorporated under contract. All documentation shall be forwarded within 14 calendar days of contract award. H. Specifications Sections: 01 74 19 - Construction Waste Management; 07 92 00 - Joint Sealants; 31 20 11 - Earth Moving (Short Form); and 32 05 23 - Cement & Concrete for Exterior Improvements. J. Project completion: The project site shall be protected and/or restored to a condition equal to that existing prior to the commencement of work. Upon completion of contract, deliver work complete and undamaged. Existing work disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0070/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0070 VA786-17-Q-0070_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163474&FileName=VA786-17-Q-0070-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163474&FileName=VA786-17-Q-0070-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04352839-W 20161217/161215234457-d5eb9702d9bc62f661a4141dbf78ca56 (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.