DOCUMENT
Y -- NRM CONTINENTAL DISTRICT. Project NRM 838-NRM18-0004 Corinth NC Repave Cemetery Drive - Attachment
- Notice Date
- 3/28/2018
- Notice Type
- Attachment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- 425 I Street NW;5th Floor;Washington, DC 20001
- ZIP Code
- 20001
- Solicitation Number
- 36C78618Q0291
- Archive Date
- 5/27/2018
- Point of Contact
- Javoil Powell
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice Corinth National Cemetery | Repave existing cemetery road | Project NRM 838-NRM18-0004 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Corinth National Cemetery, Repave existing cemetery road, Project NRM 838-NRM18-0004 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: A. Furnish all labor, tools, materials, equipment, testing, permits, engineering design, and construction to remove the existing road pavement and curb and gutter and replace with new at the Corinth National Cemetery. The demolished asphalt and concrete and existing road base material shall be removed from the site and properly disposed of. The new asphalt paving shall have new road base material. The existing base materials shall not be reused. The road that leads to the Maintenance Building is to be heavy duty asphalt, and the pavement for Cemetery Drive shall be medium duty asphalt. The new curb and gutter should have a 6-inch high rolled curb and an 18-inch wide gutter for a total dimension of 24-inches wide. Any sod/turf disturbed by construction activities must be replaced to its original condition. The composition of the grass species in the sod shall be 100 percent Bermuda grass (Cynodon Dactylon). The asphalt with curb and gutter shall begin just inside the gates on each end from Horton Street to Meigg Street. The asphalt shall continue to a point just behind the sidewalks at either end. Road removal and replacement shall continue with the road to the Maintenance Building and shall continue into the Maintenance yard. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $250,000 and $500,000 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: The new asphalt road shall meet the following requirements: 1. The road subgrade for both medium and heavy-duty asphalt shall consist of twelve inches of compacted subgrade, eight inches of graded aggregate base course. 2. The subgrade shall be compacted to 95% of the standard proctor max. dry density as determined in accordance with ASTM C 698. 3. The medium duty asphalt shall consist of a 1-1/2-inch minimum thickness of HMA surface course (Type C ) above a 2-1/2-inch minimum thickness of HMA intermediate course (Type B ). 4. The heavy-duty asphalt shall consist of a 2-inch minimum thickness of HMA surface course (Type C ) above a 3-inch minimum thickness HMA intermediate course (Type B ). 5. The subgrade shall be compacted to 95% of the standard proctor max. dry density as determined in accordance with ASTM C 698. 6. The road width and length shall be the same as the existing roads Cemetery Drive Approx. 1,100-feet long x 21-feet wide (including circular area); Maintenance Drive Approx. 300-feet long x 21 wide until it widens at the Maintenance Building for another 200-feet in length. 7. Finish grade of both roads should be similar to the surrounding grade, crowned 2-inches in the center of the roads to drain, and shall not impede existing drainage paths. The wider pavement at the Maintenance Building shall be sloped to match existing drainage patterns. 8. Completion Time: Ninety (60) 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: 237310, Highway, Street, and Bridge Construction. The Small Business Administration (SBA) size standard is: $36.5 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 237310- Highway, Street, and Bridge Construction. 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 05, 2018. Please include the following as the subject line of your email: SS Response to| Corinth National Cemetery | Repave existing cemetery road | Project NRM 838-NRM18-0004. Please do not include advertising or promotional materials.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0291/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0291 36C78618Q0291.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183391&FileName=36C78618Q0291-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183391&FileName=36C78618Q0291-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0291 36C78618Q0291.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183391&FileName=36C78618Q0291-000.docx)
- Place of Performance
- Address: Corinth National Cemetery;1551 Horton Street;Corinth, MS
- Zip Code: 38834
- Zip Code: 38834
- Record
- SN04870701-W 20180330/180328232130-235a8539b70477b30072afe47877ec84 (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 |