Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2012 FBO #4052
DOCUMENT

Y -- 695-09-145, Site Replace Exterior Signage - Attachment

Notice Date
12/26/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D13B0326
 
Response Due
3/14/2013
 
Archive Date
5/13/2013
 
Point of Contact
Leon Jutrzonka
 
E-Mail Address
4-4820<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE -695-09-145, Site Replace Exterior Signage at the Clement J. Zablocki VAMC, Milwaukee, Wisconsin This is a Firm-Fixed Price, Invitation for Bid (IFB) type contract. The contractor shall provide labor, materials, tools, and equipment necessary for the replacement of the Exterior Signage at the Clement J. Zablocki Medical Center, Milwaukee, WI. Construction work includes demolition of existing exterior signage, exterior lighting of certain signage, electronic message boards, painting to match, new numbers to be prepped, painted, and matched for all existing transformers, high voltage pedestals, and high voltage substations. Signage includes the entire Milwaukee VA grounds and the Cemetery. General Performance Work Statements: 1.Bids shall be good for 90 days after award date. 2.Work shall include provisions for winter conditions, including protection of work, equipment and crew outfitting for frozen ground excavation, and cold weather concrete protection and additives. Contractor may request to defer work during winter months under work suspension request initiated by Contractor. General Work Elements: Provide labor, materials, tools, and equipment necessary for the replacement of the Exterior Signage at the Clement J. Zablocki Medical Center, Milwaukee, WI. All Work required for VAMC site at 5000 W National Avenue, Milwaukee, WI 53295, and nearby locations for certain specific off-site signs per plans. Construction work includes demolition of existing exterior signage, posts and footings; exterior lighting of certain signage; electronic message boards; non-illuminated signage; and new numbers to be prepped, painted, and matched for all existing transformers, high voltage pedestals, high voltage substations, junction boxes, and other outdoor electrical equipment. Signage includes the entire Milwaukee VA grounds, the VA National Cemetery, and off-site signage locations per plans. a.Quantities and types of signs for bidding are included in Drawings or Specifications, typically not both for any element of work. Spreadsheet version of schedule (identical to quantities in Drawings and Specifications) shall be used for quantities and types of signs. b.Work items shall be paid for on basis of completion of signs in-place. Each sign of each type shall be considered one work item, to be paid for in progress payment requests. Work phasing may be conducted differently by Contractor, within requirements of Contract Documents, but payments shall be held in retainage until individual fully functional signs are in service and counted by VA inspectors as complete. c.Drawings to be printed in color, as many design elements are color-coded for clarity. d.In addition to the normal preconstruction kickoff meeting, Superintendent and Project Manager shall participate in 52 weekly 1-hour meetings at VA office in person with VA's Contracting Officer's Representative (COR) (Project Manager) to coordinate logistics of work. e.Critical Submittals to be approved before mobilization: i.Project schedule. Project schedule shall be in Microsoft Project format. See specifications for additional requirements. ii.Product data including MSDSs for: 1.adhesives 2.concrete and additives 3.paint iii.OSHA-10 and -30 cards of employees, badges requests, vehicle registrations. iv.Employee and subcontractor employee background investigation and security clearance for anyone working within 35 feet of buildings. v.Shop Drawings of sign layouts. vi.See specifications for other submittals. f.Work items are to be included unless specifically deducted in Alternates. g.Work Hours and Phasing: Section 010000, Article 1.6. h.Should contract award date push contract completion past seasonal weather appropriate for work, VA reserves right to suspend work under Changes clause until spring of following calendar year at no added cost to government. Safety Requirements: a.Hard hats, steel toed footwear, reflective vests, VA-issued identification badge, and safety eyewear shall be worn by contractor employees and subcontractors outside of vehicles, when on VA grounds, even if not in work site. Exception: during breaks in designated areas. b.Site Superintendent shall be OSHA competent person with 30-hour OSHA card, present at work site, and directing contractor's and subcontractors' work. Site Superintendent: a.Shall be present on grounds during on-site physical work and available at any work site under contract within 15 minutes, and as per FAR 52.236-6 "Superintendence by the Contractor" applies. Violations result in Settlement by Determination in amount of $250/occurrence, to be deducted from total amount due at project completion. All work shall be accomplished within 420 calendar days after receipt of the Notice to Proceed at the VA Medical Center, Milwaukee, Wisconsin in accordance with the contract documents and specifications. All detailed requirements for the contract work areas will be shown on the drawings and specifications to be provided at the official posting of the solicitation. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), competition is 100% Set-Aside for Service Disabled Veteran Owned Small Business firms. The SDVOSB must be CVE certified at website: http://www.vip.vetbiz.gov and registered in the following websites: http://ccr.gov and http://orca.bpn.gov to bid on this project. The solicitation will be issued on/about 12 February 2013 with the bid opening on/about 14 March 2013. Dissemination of this solicitation is limited to electronic medium. All interested Bidders (primes & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. Amendments to the solicitation will be posted at www.fedbizopps.gov. By registering to "Receive Notification", you will be notified by e-mail of any new amendments that have been issued and posted. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. All requests for information are required to be in writing to the Contracting Officer at leon.jutrzonka@va.gov. No telephone inquiries will be accepted. Award is subject to the availability of funds. There will be a pre-bid conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. The project magnitude range is between $1,000,000 and $5,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction); small business size standard of $33.5 million applies. The contractor for this project will be required to provide a minimum of 15% of his/her own work force to complete this project. Davis Bacon Act wages will be required to be paid on this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13B0326/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-13-B-0326 VA69D-13-B-0326_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=566016&FileName=VA69D-13-B-0326-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=566016&FileName=VA69D-13-B-0326-000.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: Clement J. Zablocki;VA Medical Center;5000 W. National Avenue;Milwaukee, Wisconsin
Zip Code: 53295-0005
 
Record
SN02955384-W 20121228/121226233357-ff0c02f7ce07d2d2898869cbb1945fe0 (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.