Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
DOCUMENT

99 -- NRM Project #818-17-07, Togus NC, Repair Mausoleum - Attachment

Notice Date
6/15/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617R0540
 
Response Due
7/17/2017
 
Archive Date
9/15/2017
 
Point of Contact
Henry C. Dukes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration issued a requirement to (NRM Project: 818-NRM 17-07) for the Project to Repair Mausoleum Wall at Togus National Cemetery (West Section), Solicitation Number: VA786-17-R-0540. Project and Site Visit Location: Togus National Cemetery, VA Medical & Regional Office Center, 810 Eastern Avenue (The Cemetery West Side), Augusta, ME 04330. Contractor shall furnish all tools, labor, materials, equipment, services, and professional design services to perform work described below, in other specification sections, and on the drawings at Togus National Cemetery as required by the project documents. General Contractor is strongly encouraged to survey the project area prior to bidding to adequately understand the full scope of work and all requirements. Contractor is required to submit any questions or clarifications prior to bid. A bid submitted will be taken as agreement that the work shall be performed to meet the requirements herein based on the existing conditions in the field. This numbered requirement only applies to work items specifically noted as DESIGN BUILD ELEMENTS below. The contractor shall engage the services of a professional design firm which specializes in the work contained in this project. Contractor shall submit this firm for approval complete with qualifications prior to the start of construction. Contractor and this professional design firm shall submit design drawings. Design drawings shall be: scaled drawings, Final construction documents, stamped and sealed by a professional engineer in the state where the work is to take place, submitted full size (30x42 ) and in electronic format (pdf) to both the Project Engineer and the Cemetery Director. This numbered requirement only applies to work items specifically noted as DESIGN BUILD ELEMENTS below. Where a work item is noted as a DESIGN BUILD ELEMENT a professional engineer s review shall be performed prior to submission. Prior to submission to the COR, contractor shall have all submittals reviewed, signed and sealed by a professional engineer in the state where work is to take place, and stamped approved by this professional design firm. The contractor shall submit submittals including shop drawings and any other Specification requirements to the COR for review and approval prior to fabrication/installation. Submittals approved by the owner (NCA) are required prior to starting on the corresponding work. Specific work items: DESIGN BUILD ELEMENT. Requirements stated herein shall be the minimum requirements. Replace entire historic stone wall, referencing drawings for more information and pictures. New work shall match existing in appearance. Remove all loose existing mortar and stones, save stones for reuse. Reinstall using new mortar and existing stones, using existing stones as much as possible. No more than 20% of the wall s stones removed shall be permitted to be replaced using new stones. Any new stones used shall match the existing stones and be submitted for approval. See specification sections for more information on mortaring and testing lab services which shall be required. Use type S mortar for the repairs in this project. Demolish existing reinforced concrete foundation. Design and build a new reinforced concrete foundation hidden from public view below grade. a. Specific requirements to the existing dry stack stone wall: Reference drawing 818-NRM17-07-001 detail 3 for delineation and detail 2 for another picture. This existing dry stack wall shall be reinstalled with new type S mortar but only in the back of the wall where not exposed to view. The newly installed wall shall therefore not have visible mortar when viewed from the front. Utilize mortar along the sides of each stone such that sufficient structural strength is provided for this wall to hold back the adjacent earth, but such that the mortar is not visible from the front of the wall. DESIGN BUILD ELEMENT. Reference drawing 818-NRM17-07-001 details 4, 5, 6 & 7. Provide shoring as necessary for the work described in this item. Shoring shall support the existing walls and ceiling and be submitted as a shoring plan, signed and sealed by a professional structural/civil engineer. Tuckpoint the interior walls of the mausoleum by removing the existing mortar where failed, removing existing stones where loose, and then installing new mortar and existing stones. Assume for bidding purposes that 25% of the interior wall area, in small sections spread throughout the four (4) walls, will require rework as described in this work item. New mortar shall be type S. New work shall match existing in appearance. Reinstall using new mortar and existing stones, using existing stones as much as possible. No more than 20% of the wall s stones removed shall be permitted to be replaced using new stones. Any new stones used shall match the existing stones and be submitted for approval. See specification sections for more information on mortaring and testing lab services which shall be required. Reference drawing 818-NRM17-07-002 details 1, 2 & 3. Demolish existing two (2) prefabricated metal buildings. Install two (2) new prefabricated metal buildings. The existing buildings are to be assumed for bidding purposes as 12 wide and 15 long. New buildings shall match size of existing including height of interior space. Verify measurements in field and match size such that the existing foundation can be reused. Reference aforementioned drawing details and project specifications for more information. Work includes a small amount of concrete foundation repair as shown in detail 3 of the referenced drawing. Reference drawing 818-NRM17-07-002 details 4 & 5. Clean and restore the monument in accordance with the project specifications. Remove existing paint, prepare surfaces, and paint the monument in accordance with the project specifications. The work discussed in this work item shall restore the monument to excellent condition to match existing in color and appearance. Reference drawing 818-NRM17-07-002 detail 6. Secure the loose metal railing into the concrete stair slab using epoxy. Use structural epoxy and install per specification section 033000. SPECIFICATION SECTIONS: 01 00 02 General Requirements 01 33 23 Shop Drawings, Product Data, and Samples 01 42 19 Reference standards 01 45 29 Testing Lab Services 01 74 19 Construction Waste Management 02 41 10 Demolition and Site Clearing 03 30 00 Cast-In-Place Concrete 04 05 13 Masonry Mortaring 04 05 31 Masonry Tuck Pointing 04 20 00 Unit Masonry 05 99 00 Prefabricated Metal Buildings 09 91 00 Painting 31 20 11 Earth Moving (Short Form) 45 10 00 Historic Monument Restoration and Cleaning DRAWINGS: 818-NRM17-07-001 818-NRM17-07-002 Pre-Bid Site Visit: Bidders are strongly urged to inspect, site investigate by observation, and Request for Information (RFI) and responses through the Contracting Office to satisfy their understanding of the work to be done, all general, local and technical conditions that may affect the cost and the feasibility of their proposal. In no event shall failure to inspect the site constitute grounds for a claim after award. Visitors planning to conduct a site visit shall contact the Cemetery Director or Foreman to make arrangements: Cemetery POC(s): John Spruyt, Massachusetts National Cemetery Director................... 508-563-7113 or by e-mail: John.Spruyt@va.gov There will be Two (2) Pre-bid Site Inspection scheduled on: Tuesday, 11 July 2017 at 9:00 AM and Wednesday, 12 July 2017 at 9:00 AM. The Government will award this solicitation as a Firm Fixed Price Service Contract in accordance with the criteria contained in 52.212-2. This Acquisition is 100% Service Disabled Veteran-Owned Business Set-Aside. The NAICS Code is 236220. Size standard is $36.5 Million. Electronic solicitations will be available for download from Federal Business Opportunities (FBO): http://www.FedBizOpps.gov on or around June 26th, 2017. Responses to the solicitation will be due Monday, 17 July 2017 by 2:00 PM EST. Offeror s are advised that they are responsible for obtaining amendments to the solicitation which is available at FBO: http://www.FedBizOpps.gov. No telephone requests will be accepted. Any questions should be sent via email and addressed to: Henry Dukes, Contracting Officer in writing at henry.dukes@va.gov. Prospective offeror s must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. SPECIAL NOTE: If the Vendor Portal is closed or you encounter problems uploading your proposals, E-mail your proposals to: henry.dukes@va.gov in 3 Volumes: Volume I (Technical Proposal), Volume II (Past Performance) and Volume III (Price). Information shall be submitted in the manner requested in INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined technically non-responsive and removed from further consideration. In order for the Government to post all questions and answers on FBO pertaining to this solicitation. All questions during Site Visits must be submitted via e-mail to the Contracting Officer: Henry C. Dukes at henry.dukes@va.gov by 2:00 PM Thursday, 13 July 2017. Any questions received after that date will be considered too late and will not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617R0540/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-R-0540 VA786-17-R-0540.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3588349&FileName=VA786-17-R-0540-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3588349&FileName=VA786-17-R-0540-000.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: Togus National Cemetery;VA Medical & Regional Office Center;810 Eastern Avenue (The Cemetery West Side);Augusta, ME
Zip Code: 04330
 
Record
SN04545677-W 20170617/170615234944-8b6ac448eae7895d89613515c1d4881d (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.