SOLICITATION NOTICE
Y -- RECOVERY Y--R-CSD-128-SL03 Repair/replacement of stone lined drainage ditches Repair buildings and other cemetery infrastructure. Leavenworth National Cemetery, KS.
- Notice Date
- 4/8/2010
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;Construction Support Division (41D3B);810 Vermont Avenue, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-786A-10-RA-0050
- Response Due
- 5/25/2010
- Archive Date
- 6/24/2010
- Point of Contact
- Susan Lam(202) 461-8972
- E-Mail Address
-
Susan Lam, Contracting Officer
(susan.lam@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RECOVERY:PRE-SOLICITATION NOTICE FOR DESIGN/BUILD and CONSTRUCTION PROJECT FOR DESIGN/BUILD SERVICES FOR DESIGN AND CONSTRUCTION OF DRAINAGE REPAIRS AT THE LEAVENWORTH NATIONAL CEMETERY, LEAVENWORTH, KS (Project No. R-CSD-128). This project is being funded from the American Recovery and Reinvestment Act of 2009. The Department of Veterans Affairs (VA), National Cemetery Administration, is soliciting bids under Solicitation Number VA-786A-10-RA-0050 for the following: The Contractor shall provide all labor, tools, equipment, material, testing, and supervision necessary to prepare final design layout with submittals to the government to install approximately 1220 feet of reinforced concrete approach channels with baffle block and stilling basin approximately 2200 SY of geosynthetic matting for turf reinforcement and seeding of all disturbed areas. DESCRIPTION OF PROJECT: The Department of Veterans Affairs (VA), National Cemetery Administration, is soliciting offers for the project under Solicitation Number VA-786A-10-RA-0050 for the following: Provide all labor, materials, tools, equipment, and design-build services necessary for design and construction to: Install approximately 1220 feet of reinforced concrete pipe (RCP), manhole letdown structures, screened drop inlets, 2 reinforced concrete approach channels with baffle blocks and stilling basin, approximately 2200 SY of geosynthetic matting for turf reinforcement and seeding of all disturbed areas. The work is described in the RFP drawings and specifications as 2 phases of work. Both phases of design and construction work are included in the base bid, with the phase 2 construction portion a deductive alternate. If the deductive alternate is exercised, design for both phase 1 and 2 work shall be accomplished with only phase 1 construction work to be accomplished. The design work and construction of phase 1 shall incorporate the design information of phase 2 to allow seamless future connections of the phase 2 work. Phase 1 construction work includes approximately 220 feet of reinforced concrete pipe (RCP), two manhole letdown structures, 2 reinforced concrete approach channels with baffle blocks and stilling basin areas. Hydrologic calculations evaluations and calculations used in the RFP drawings are included as a separate report and shall be reviewed for acceptance to continue with final construction design. The Contractor shall complete all work within 180 calendar days after issuance of Notice to Proceed. Time stated includes final cleanup of the premises. MAGNITUDE OF COST: Between $250,000 to $500,000. CONTRACT DURATION: Performance period is approximately 180 calendar days from date of receipt of Notice To Proceed. NAICS CODE: 237110 SIZE STANDARD: $33.5 Million METHOD OF AWARD: THIS PROCUREMENT IS SET ASIDE 100% FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-RICE CONTRACT. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) Part 15 to a responsive and responsible service disabled veteran owned small business responding to this solicitation. OBTAINING SOLICITATION MATERIALS: Solicitation material consisting of the Reqeuest for Proposals (RFP) details and specifications may be accessed ONLY via FedBizOpps at http://www.fedbizopps.gov. No telephone requests will be accepted. The solicitation and drawings will be released for issue on or about April 23, 2010. Last day for questions for this solicitation is May 7, 2010 and must be submitted in writing to Susan Lam at susan.lam@va.gov. Government will not be responsible for receipt of the questions. Contractors may follow up by phone or email to insure receipt of questions. SOLICITATION AMENDMENTS: Amendments to the solicitation will be up loaded to FedBizOpps. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. Paper copies of the amendments will NOT be individually mailed. BIDDER'S MAILING LIST: Interested parties should register for the Bidder's Mailing List at http://www.fedbizopps.gov "Interested Vendor List". Individual copies of the Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA-786A-10-RA-0050/listing.html)
- Place of Performance
- Address: Leavenworth National Cemetery;150 Muncie road;Leavenworth, Kansas
- Zip Code: 66048
- Zip Code: 66048
- Record
- SN02117252-W 20100410/100408235755-85e8f027cc6b4fa1e9f7fe37c3e0d565 (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 |