DOCUMENT
99 -- To repair the vandalized Confederate statue at the Camp Chase Federal Cemetery. - Attachment
- Notice Date
- 3/13/2018
- Notice Type
- Attachment
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q9461
- Response Due
- 3/21/2018
- Archive Date
- 4/20/2018
- Point of Contact
- Twillie L Curry III
- E-Mail Address
-
8-7232<br
- Small Business Set-Aside
- N/A
- Description
- Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The National Cemetery Administration (NCA) is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this source of sought announcement. NCA is seeking interested sources (contractors) for a near-future solicitation. We are looking for potential contractors to include manufacturers with a socio-economic status of Large, Small, Service Disabled Veteran Owned Small Business, Veterans Owned Small Business. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The National Cemetery Administration (NCA), Department of Veterans Affairs (VA), oversees 135 national cemeteries and 33 soldiers lots or other burial sites, including Camp Chase Confederate Cemetery, which was listed on the National Register of Historic Places in 1973. The Memorial Arch, atop which the figure was attached, is a contributing object to this National Register property. The cemetery is located at: Camp Chase Confederate Cemetery 2900 Sullivan Avenue Columbus, OH 43204 The 17-foot sandstone arch was erected in 1902. An upright, zinc Confederate soldier figure manufactured by the Monumental Bronze Co., Bridgeport, CT, stood atop the center of the arch. The arch and figure underwent conservation treatment in 2010. At that time the zinc figure was removed for repair. Missing components of the statue, including socket of the bayonet, trigger, hammer, ramrod, end of the barrel, end of the bayonet s scabbard, and one strap of the canteen, were refashioned and soldered to statue; metal plates were affixed to the underside of the statue to distribute weight evenly across the base; cracks in the brim of the hat, the top of each shoulder, and on the bottom of the bedroll were filled with solder; cracks in the left knee, ears, tail end of the bedroll, and between bedroll and pant leg were filled with grey color-matched epoxy; and the statue was cleaned to remove residues from previous coatings and new components painted to match. It was then reinstalled with new bronze anchor bolts. In August 2017, the statue was vandalized; the figure was pulled down from atop the arch and its head cut off. The head was not recovered. At this time the body, hat, and other pieces are securely stored off-site at Dayton National Cemetery, Dayton, OH. Photographs of the damage and of the monument prior to the vandalism are found in Attachment 2at the end of this PWS..III. Requirements: The Department of Veterans Affairs (VA), National Cemetery Administration (NCA) objectives is to repair zinc figure, restore figure to the top of the arch in a manner that will eliminate future vandalism. IV. Submittal Information: Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable Service Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSB) respond, the acquisition strategy will most likely be a SDVOSB or VSOB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time, no acquisition strategy has been decided. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Experience Please provide no more than three (3) contracts that your company has performed within the last five (5) years that are related to repairing zinc figure. Please provide no more than three (3) contracts that your company has performed within the last five (5) years that are related to repairing zinc figures. Experience in repairing zinc figures. Describe your Self-Performed* effort (as a Prime Contractor) as it relates to the requirements in the draft performance work statement. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners contact information. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, Economic Price Adjustment, etc. B. Capabilities / Qualifications A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. If, you are a Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, please provide a copy of your verified VETBIZ VIP capabilities. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work each company will perform. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. Questions A written response is required and it must be clear and unambiguous. A single response of Yes or No will not be accepted. If this acquisition should be set-aside as a Service Disabled Veteran Owned Small Business, will your company be able to meet the following clauses? FAR 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) FULL TEXT OF CLAUSES HAS BEEN ATTACHED How long has your company repaired zinc figures.? Business Category Name of Company Type of Service/Supply Large Small Disadvantaged Business** Total Small Business Woman Owned Small Business Hub Zone Small Business Veteran Owned Small Business Service-Disabled Veteran Owned Small Business Please submit electronic responses (via email) to Mr. TWILLIE L CURRY III at twillie.curry@va.gov no later than 2:00 PM EST on Wednesday, March 21, 2018. Please submit emails with compressed or small document attachments to ensure timely and successful submission. Submit any questions related to this RFI through email. QUESTIONS RELATED TO ANTICIPATED DATES FOR SOLICITATION RELEASE WILL NOT BE ADDRESSED. Disclaimer THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality, No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9461/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9461 36C78618Q9461_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4145228&FileName=36C78618Q9461-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4145228&FileName=36C78618Q9461-000.docx
- File Name: 36C78618Q9461 P09 PWS_Zinc_statue_CACH_rd_Contracting_changes 1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4145229&FileName=36C78618Q9461-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4145229&FileName=36C78618Q9461-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9461 36C78618Q9461_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4145228&FileName=36C78618Q9461-000.docx)
- Place of Performance
- Address: Camp Chase Confederate Cemetery;2900 Sullivan Avenue;Columbus, OH
- Zip Code: 43204
- Zip Code: 43204
- Record
- SN04853399-W 20180315/180313231946-4bbe266d6e9580cf56a270e90bd1b093 (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 |