Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
DOCUMENT

Y -- “Minor construction, Provide all labor, supervision, tools, materials, and equipment necessary to replace the existing roll-up overhead doors with new sectional overhead doors on the Maintenance and Storage Buildings at Dallas-Fort Worth - Attachment

Notice Date
7/8/2015
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78615Q0333
 
Response Due
8/3/2015
 
Archive Date
9/17/2015
 
Point of Contact
KENNETH DOUGHERTY
 
E-Mail Address
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA786-15-Q-0333 PRE SOLICITATION NOTICE FOR GARAGE DOOR INSTALLATION SERVICES FOR DALLAS-FORT WORTH NATIONAL CEMETERY, 2000 MOUNTAIN CREEK PARKWAY DALLAS, TX 75211 Project Control #: 789CM3915 Contractor shall provide all labor, equipment, material and supervision necessary to perform a site visit, field adapt design, and subsequent construction work to replace utility shed, repair fence foundation, repair rear porch, install emergency lighting, and clean monument at the Woodlawn National Cemetery located at 1825 Davis Street, Elmira, NY 14901. Magnitude of Construction: Between $25,000 and $100,000 RFQ VA786-15-Q-0333 - Contractor shall furnish all labor, material, equipment, and supervision necessary to replace ten (10) of the existing roll-up overhead doors with new sectional overhead doors on the north and south maintenance buildings at Dallas-Fort Worth National Cemetery in accordance with the contract drawings and specifications. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): 1. Coordinate and schedule the replacement of each individual overhead door with the COR to minimize the disruption of the daily operations of the cemetery. 2. Contractor shall remove ten (10) existing overhead roll-up doors, operators, mounting brackets, supports, rails/track, and all associated hardware and accessories as identified on the contract drawings. Remove and dispose of all materials in accordance with all applicable federal, state and local regulations. 3. Provide all necessary labor, tools, equipment, and materials to install ten (10) new, overhead sectional doors complete with all necessary hardware, track systems, brackets, supports, counter balance, commercial electric operator, manual operation capability, header seals, jamb seals, gaskets, bottom seal/sensing devices, electrical wiring, door controls, etc. to provide ten (10) complete overhead sectional door installations in accordance with the drawings and specifications. 4. The replacement overhead sectional door installation shall be in accordance with the following schedule: 5. Haul away & dump debris and waste to an approved disposal site. 6. 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. 7. Temporary protection against damage for portions of existing structures and grounds where work is to be done, materials handled and equipment moved and/or relocated. 8. 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. 9. 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 COTR 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. 10. Upon completion of contract, deliver work complete and undamaged. Existing work (mechanical and electrical work, lawns, paving, roads, walks, etc.) 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. 11. At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen to existing piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are indicated on drawings and which are not scheduled for discontinuance or abandonment. Duration: Term of the contract shall be sixty days (60 days) from receipt of the notice to proceed. The Contractor shall complete all work within 60 calendar days after receipt of notice to proceed, subject to all terms, conditions, provisions and schedules of the contract. All proposals priced above $30,000 but less than $150,000 will require one of the alternative payment protections below under this solicitation: "Payment Bond "Irrevocable letter of credit "Tripartite Escrow Agreement All proposals priced greater than or equal to $150,000 will require: Performance Bond, Payment Bond, and Bid Guarantee under this solicitation. This acquisition is for a 100% Service Disabled Veteran Owned Small Business Set-Aside. North American Industrial Classification System (NAICS) Code 238210 is applicable. Please reference Solicitation Number RFQ VA786-15-Q-0333 on remittances. An electronic solicitation will be available for download from www.FedBizOpps.gov on or about July 16, 2015. Responses to the solicitation are due by 2:00 p.m., August 3, 2015. Offerors are advised that they are responsible for obtaining amendments to the solicitation which is available at Fed Biz Opps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0333/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-15-Q-0333 VA786-15-Q-0333.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2152703&FileName=VA786-15-Q-0333-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2152703&FileName=VA786-15-Q-0333-000.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: DALLAS-FORT WORTH NATIONAL CEMETERY;2000 MOUNTAIN CREEK PARKWAY;DALLAS, TX
Zip Code: 75211
 
Record
SN03790141-W 20150710/150708235914-e63a5e4f5a58e4cdfb0b9017a181beb1 (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.