DOCUMENT
Y -- NRM PACIFIC DISTRICT. Project Number: 919-NRM-FY18-006. Replace Skylights at Committal Shelter - Attachment
- Notice Date
- 3/28/2018
- Notice Type
- Attachment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- 425 I Street NW;5th Floor;Washington, DC 20001
- ZIP Code
- 20001
- Solicitation Number
- 36C78618Q0290
- Archive Date
- 5/27/2018
- Point of Contact
- Javoil Powell
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice Tahoma National Cemetery | Remove existing skylights and replace with new ridge skylights | Project# 919-NRM-FY18-006 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Tahoma National Cemetery, Remove existing skylights and replace with new ridge skylights, Project# 919-NRM-FY18-006 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: The Contractor will furnish all labor, materials, equipment, and supplies necessary to perform the work to remove existing skylights and replace with new ridge skylights, including any framing or roofing modifications, if applicable. 1. Remove existing skylights and flashings 2. Provide new ridge skylight and flashings as per size of attached drawings. 3. Contractor shall verify dimensions of skylight and opening prior to ordering. 4. Contractor to submit shop drawings/submittals for approval by the PM and COR, including construction and flashing details prior to ordering skylights. 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. The Contractor shall perform a thorough field survey of the existing conditions and features. Any conditions which may cause significant deviation shall be brought to the attention of the Contracting Officer or his/her Representative (COR) for clarification prior to beginning any work. 2. Submittals: Prior to installation, the contractor shall submit to the COR and Project Manager for approval the manufacturer s literature and specifications for ALL materials being installed. Shop drawings will be required. 3. Construction Coordination: a. Coordination of Construction with Cemetery Director/COR: The burial activities at National Cemetery shall take precedence over all activities. The Contractor must cooperate and coordinate with the Cemetery Director, through the COR, in arranging the schedule to cause the least possible interference with Cemetery activities in actual burial areas. b. The Contractor is required to discontinue his work sufficiently in advance of Easter Sunday, Mother's Day, Father's Day, Memorial Day, Veteran's Day and/or Federal holidays, to permit him to clean up all areas of operation adjacent to existing burial plots before these dates. c. Cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the areas in a clean, neat condition daily. Contractor is responsible for disposing of debris off site. 4. The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all hazards in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and OSHA. 5. The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship and hereby agrees to repair or replace without additional cost to the VA and to his/her satisfaction all defects or imperfection appearing in said work within a period of one year after the date of final acceptance by the VA of all work done under this contract. 6. Matters related to safety and any actions of the Contractor; shall meet all safety requirements of National Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. It is incumbent upon the Contractor to be familiar with these requirements. "Safety" shall also include the Contractor having a safety representative who maintains regular and routine contact with the Safety Officer at the cemetery. Contractor shall provide training of the contractor s and subcontractor s workers as necessary to meet these requirements. 7. Repair and replace any existing structure to existing condition when altered or damaged by the construction. 8. Completion Time: Ninety (90) 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: 238160, Roofing 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 238160- Roofing 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 04, 2018. Please include the following as the subject line of your email: SS Response to| Tahoma National Cemetery | Remove existing skylights and replace with new ridge skylights | Project# 919-NRM-FY18-006. Please do not include advertising or promotional materials.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0290/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0290 36C78618Q0290.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183176&FileName=36C78618Q0290-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183176&FileName=36C78618Q0290-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0290 36C78618Q0290.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183176&FileName=36C78618Q0290-000.docx)
- Place of Performance
- Address: Tahoma National Cemetery;18600 Southeast 240th Street;Kent, WA
- Zip Code: 98042
- Zip Code: 98042
- Record
- SN04870850-W 20180330/180328232239-686c9e8dbb171eb1417ba69cfea19e22 (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 |