DOCUMENT
Y -- NRM - MIDWEST DISTRICT. Project: 909-18-107 “Honor Guard Building Repairs - Attachment
- Notice Date
- 3/28/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 425 I Street NW;5th Floor;Washington, DC 20001
- ZIP Code
- 20001
- Solicitation Number
- 36C78618Q0292
- Archive Date
- 5/27/2018
- Point of Contact
- Javoil Powell
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice Fort Custer National Cemetery | Honor Guard Building Repairs | Project# 909-18-107 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Fort Custer National Cemetery, Honor Guard Building Repairs, Project# 909-18-107 In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, the VA National Cemetery Administration (NCA) is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a NCA procurement opportunity. Pursuant to the set-aside authority contained in Public Law 109-461. Results of preliminary market research will be used in considering a 100% set aside for SDVOSBs first and VOSBs second. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. At this time, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested; respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs, NCA anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. Project Scope Summary: Provide all labor, materials, tools, equipment, transportation and supervision for the restoration improvements to the Honor Guard Building. The work includes removing the electric register heat units and replace with an HVAC ductless mounted split system, remove and replace the row of upper fixed windows, remove the old floor tile and wall base and replace with epoxy flooring and new wall base, replace the lights, replace the bathroom fixtures (to Architectural Barriers Act Accessibility Standards - ABAAS) and fan, paint the interior rooms and exterior wood and door, replace the exterior vinyl siding, add heat wire to the roof, gutters and sanitary sewer line, all for the Honor Guard Building at the Fort Custer National Cemetery, Augusta, MI. The work includes site investigation to verify all measurements and site conditions before start of the work and the ordering of any materials. All work shall be performed in a professional workmanship like manner. All adjacent disturbed surfaces shall be repaired to the same quality standards of the existing work and shall also match the adjacent areas. Properly remove and dispose all debris from government property. All work must be in accordance with applicable federal, state and local codes and regulations. The contractor shall be responsible for any applicable permits. All electrical work shall be in accordance with the latest edition of the National Electrical Code (NEC). A site visit by the is required to get an accurate understanding of the work. All work must be done in strict accordance with the manufacturer s requirements and installation guidelines and shall be performed by a licensed full time professional with two or more years of experience in the respective trade. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $25,000 and $100,000. Work includes, but is not limited to: All work will be coordinated with the Contracting Officer s Representative (COR) and/or the Cemetery Director. Work will be conducted in such a manner to minimize the impact on the Cemetery operations. All work will be accomplished during normal business hours (8:00 am to 4:30 pm) Monday through Friday, except Federal Holidays, or at a time determined by the COR. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. General Notes: 1. Provide a new HVAC ductless mounted split/mini split system (heating and cooling) in the Honor Guard Building. 2. Remove for disposal, the existing wall mounted air handling heat pump units (4 total). 3. Provide interior painting (minimum 2 coats of high grade paint) to all paintable surfaces including walls (painted concrete block wall and gypsum board), normal & elevated ceiling (gypsum board), doors and frames (interior and exterior doors), vents, metal covers, coat/hat hook boards, exposed conduit, etc. throughout the building 4. The lay-in ceiling tiles (old and stained) in the locked armory room (Approx. 7 x 12 ) containing the large safe will need to be replaced with new tiles of equal (or better) quality, color, style, dimensions and type (metal frame and supports to remain in place). 5. Remove the existing flexible wall base around the perimeter of the floor as well as the old adhesive/glue and replace with new commercial grade wall base of equal (or better) quality, style, dimensions and type all in strict accordance with the manufacturer s requirements and installation guidelines. 6. Remove the existing VCT tile (approx. 650 s.f.) throughout the interior building floor area (including the mop room/closet area) and replace with a layered epoxy coating (4-step Process: Base coat, top coat, full distribution of ¼ vinyl chips and course anti-slip clear coat). 7. The shop lights over the firearm cleaning station need to be removed and replaced with 2 overhead ceiling lights, each to have their own switch (switch installation incidental to the project). 8. Remove and replace the toilet and 2 urinals and replace with new (procure and install) with auto sensor (battery operated) flush toilet/urinals as well as (remove and replace) the sink and faucet with paddle handles, all that are similar in style, make and model and follow ABAAS requirements (toilet height-i.e. 19 to top of seat, urinal height, sink height, paddle handles for faucet, exposed pipe insulated/covered, quality, etc.). 9. The bathroom fan, cover, outside cover and switch shall be removed and replaced with new (procure and install) commercial grade fan, cover, outside cover and switch sized to properly handle the volume of space with low noise and to endure elements of the harsh weather and an outside screen protection. 10. Remove, procure and install the commercial grade transom style stationary (fixed framed) windows (10 each) located high above the main floor. 11. Remove (demo existing vinyl siding), procure and install thick grade (0.046 thick) vinyl siding (Acrylic Capped Vinyl) and trim to the exterior from a reputable manufacture (i.e. Alside, Certain Teed, etc.) that contains titanium dioxide for good colorfastness (low fading/UV inhibitor) and has color throughout the panel with high-quality pigments with a minimum 25-year warranty. 12. The existing air vents in the exterior siding areas allow wind driven rain to enter the openings. These vents shall be replaced with a profile design that protects this from occurring and is capable of enduring the harsh weather and matches/blends with the new vinyl siding. 13. Procure and install aluminum trim on all exposed exterior wood not currently covered and replace all the old trim (not the copper trim) with new aluminum trim that is currently covered i.e., door frame, building corners, wood around windows, etc 14. Provide basic maintenance/repairs to the whole/entire copper standing seam roof area, copper gutters, copper downspouts and copper trim including the vent stacks in the roof, i.e. 15. Along the front side and back side of the roof and gutter, provide heat wire (design intent Heat Trace Specialists) using a single pass, serpentine method (zig-zag) 3-feet up along the rib of the roof, cross the same rib (secure with standing seam cable clip from Heat Trace Specialist) and return to the gutter section. 16. Completion Time: Ninety (45) calendar days from date of issuance of Notice to Proceed (NTP). This description is not all encompassing. All interested contractors shall be registered in the System for Award Management (SAM) database at https://www.sam.gov and Vendor Information Pages (VIP) at Vetbiz.gov web portal https://www.vip.vetbiz.gov/default.asp. Documentation supporting your (CVE) veteran s status must be submitted with your package; submissions must also indicate whether your firm is responding as a Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Small Business (VOSB. The relative NAICS is: 238220, Plumbing, Heating, and Air-Conditioning Contractors. The Small Business Administration (SBA) size standard is: $15 Million. Requested Information: 1. Please provide a positive statement of interest in submitting a quote based on the general scope of work description. 2. Please provide a capability statement; describe your firm s in-house capability to accomplish the summarized project scope/goal. 3. Please state whether your SDVOSB or VOSB firm is currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code 238220- Plumbing, Heating, and Air-Conditioning Contractors 4. Please state your firm's name, address, DUNS and CAGE number, and primary point of contact, including telephone number(s) and email address. 5. Please provide the following information for your three most relative, recent projects: (a) Contracting agency address and contracting officer s name, email address and telephone number. (b) Contract Number, date, amount of award, and date of completion. (c) Was your company the prime or a subcontractor? If performance was as a subcontractor, please provide the prime company s business name, address, email address, and telephone number, as well as the name, email address and telephone number of a specific contact person. (d) Describe items/services provided under the contract. (e) Please state if there were any performance issues under the contract resulting in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer. Response Submission: Please submit your information via email to Javoil Powell, Contracting Officer, at Javoil.Powell@va.gov, by the closing date and time of 3:00 P.M. EST, April 06, 2018. Please include the following as the subject line of your email: SS Response to| Fort Custer National Cemetery | Honor Guard Building Repairs | Project# 909-18-107. Please do not include advertising or promotional materials.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0292/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0292 36C78618Q0292.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183720&FileName=36C78618Q0292-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183720&FileName=36C78618Q0292-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0292 36C78618Q0292.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183720&FileName=36C78618Q0292-000.docx)
- Place of Performance
- Address: Fort Custer National Cemetery;15501 Dickman Road;Augusta, MI
- Zip Code: 49012
- Zip Code: 49012
- Record
- SN04870553-W 20180330/180328232019-ed9d6a25f94184de60e728e6bbf612e1 (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 |