Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOURCES SOUGHT

Z -- Crack Repairs on Asphalt Surfaces - roadways and parking lots - 695

Notice Date
12/28/2018
 
Notice Type
Synopsis
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0226
 
Response Due
1/4/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (relative to NACIS 812930). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps website and/or GSA eBuy website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement if published. This is a Sources Sought announcement, 36C25219Q0226, seeking Small Businesses of all socioeconomic categories (SDVOSBs, VOSBs, WOSBs, etc.) in order to identify interested parties and potential possible set-asides for potential participation in the acquisition. Firms which can perform the work are asked to send the proof of their socioeconomic status along with a brief, but relevant capability statement. If a vendor intends to sub-contract 51% or more of the work to another firm, responding firms will include this information in their submission. Businesses that are identified as SDVOSBs, VOSBs, WOSBs, Small Business, etc. for this NAICS are being sought as sources for consideration for the forthcoming solicitation. NCO 12 plans to establish a Firm Fixed Price contract for asphalt surface repair at the Milwaukee VA. All correspondence to this sources sought shall be emailed to Frederick.Weddington@va.gov no later than January 4, 2019. CRACK SEALING ON ASPHALT SURFACES STATEMENT OF WORK GENERAL: The Contractor shall provide all labor, material, travel, parking fees, management, tools and equipment necessary for the service of asphalt crack filling of all asphalt surfaces noted on attached plan located at the Milwaukee VAMC as outlined here in the Statement of Work: GENERAL REQUIREMENTS Clean (sweep and remove debris from areas to be sealed as needed), prep, fill and seal approximately 1,607,900 square feet of parking lot and road surface area cracks ranging from 1/8 to ¾ in asphalt surfaces noted on attached plan. All products and methods used to complete this work must be to the industry standard for commercial road repair and be ASTM #3405 FAA approved. Contractor is responsible for all traffic control (signage, cones, flagging etc..) in work spaces and following the VA safety construction standards. SPECIAL REQUIREMENTS Areas excluded from work to be performed are as follows: Newly paved parking lots, gravel construction lots, cemetery roads and lots, regional parking lots and any other area designated by the COR as a do not work area. Any cracks found that are not able to be repaired must be identified and reported to COR for inspection. Contractor must provide a written safety plan to the COR detailing management of traffic flow, signage, flagging etc. The Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing the work. All Contractors and Subcontractors performing services for the Government are shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. WARRANTY Contractor must provide written documentation of all contractor warranty for newly installed work as well as a detailed warranty document stating terms and conditions of extended warranty offered by the installer if offered. The Contractor shall provide a timeline and workflow plan to the COR within 5 business days of award to this contract. All changes or delays to the workflow plan must be immediately addressed with the COR and approved prior to a change being implemented. Daily progress reports including linear feet of crack filled, linear feet of crack unable to repaired and any safety concerns should be turned into the COR. DEFINITIONS/ACRONYMS: A. CO - Contracting Officer B. COR - Contracting Officer's Technical Representative C. Contractor and/or Supplier/Installer - Company performing work under this contract. D. NFPA - National Fire Protection Association. E. VAMC - Department of Veterans Affairs Medical Center F.. VAH - Department of Veterans Affairs Hospital G. FSE - Field Service Engineer/Technician H. UL -Underwriters Laboratories I. OSHA Occupational, Safety and Health Administration J. OEM Original Equipment Manufacturer TESTING AND CERTIFICATION Upon completing installation of the system, the Contractor shall pretest the entire system. After pretesting the system, the Contractor shall notify the COR in writing that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. IV. ACCEPTANCE TESTING The system shall be tested, in the presence of the COR for proof-of-performance. Acceptance Testing shall be performed at a mutually agreed upon date and time. Payments can be withheld until final acceptance by the Government. V. HOURS OF OPERATION: Normal hours of operations at the VAMC are Monday through Friday from 7:00 am to 4:30 pm, excluding holidays. All work in this contract will be performed outside of normal hours with advanced notice so the COR can coordinate the closings of parking lots and roads. Federal and National Holidays observed by the VAMC are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day VI. STANDARDS SAFETY DATA SHEETS prior to commencement of services, the Contractor shall provide Safety Data Sheets to the COR in accordance with the VA and OSHA regulations. SAFETY STANDARDS - The contractor is required to adhere to all VA, OSHA and EPA safety related policies, procedures, standards and regulations. The contractor shall convey to its personnel and consultants the appropriate information regarding safety requirements, including the requirements of hazard communication. Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the contractor must notify the Contracting Officer or COR of the nature and reasoning for additional work. If appropriate, the Contracting Officer may authorize the additional services or repairs under an amendment to the contract or a separate purchase authorization. No emergency type work is authorized. VII. GUARANTEE/WARRANTY: In addition to 852.211-71(A), the Contractor warrants that the system will be free from defects from materials and workmanship under normal use for a period of not less than one (1) year (if for longer period of time, please modify the one year period) for equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Contractor shall provide a copy of the written warranty upon delivery of the equipment. VIII. CONFORMANCE STANDARDS: A. All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer's/industry standards, the latest published edition of NFPA 99, FDA, OSHA, JCAHO, ISO 9000, UL and other applicable state, local, national and industry standards. Equipment shall meets EMS (Electromagnetic Compatibility) for EIC 601-1-2 CE, CSA, ETL Approved to U.L. 2601-1, second edition. IX. PRODUCT MODIFICATION, REMOVAL OR RECALL: If any product awarded under this solicitation requires modification, is removed or recalled by the Contractor or manufacturer, or if any required modification, removal or recall is suggested or mandated by a regulatory or official agency, the following steps will immediately be taken by the Contractor or manufacturer: Notify the Contracting Officer, in writing, by the most expeditious manner possible. Provide two copies of the notification which shall include, but not be limited to the following: Complete item description and/or identification, order numbers from customers, and the contract number assigned as a result of an award on this solicitation. Reasons for modifications, removal or recall. Necessary instructions for return for credit, replacement or corrective action. Provide the above information to all agencies and VA Facilities who purchased the product. The Contracting Officer shall be provided a copy of the notification in b. above, and a list of all agencies and/or VA facilities notified Contractor shall be responsible for any costs associated with the above. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-DEC-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-MAR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0226/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Clement J. Zablocki VA Medical Center;5000 W. National Ave;Milwuakee, WI
Zip Code: 53295
Country: United States
 
Record
SN05241528-F 20190308/190306230026 (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.