DOCUMENT
Y -- Restore/Rehab Storage Building @ Fort Bayard National Cemetery - Attachment
- Notice Date
- 5/22/2018
- Notice Type
- Attachment
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- National Cemetery Administration Pacafic;1301 Clay st, Sutie 1230 North;Oakland CA 94612-5209
- ZIP Code
- 94612-5209
- Solicitation Number
- 36C78618Q0399
- Response Due
- 6/1/2018
- Archive Date
- 6/2/2018
- Point of Contact
- Valentin Saucedo
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0399 Posted Date: 05-22-2018 Original Response Date: 06-01-2018 Current Response Time: 5:00pm(PST) Set Aside: Small Business NAICS Code: 238190 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Associated North American Industrial Classification System (NAICS) code for this procurement is 238990. The National Cemetery Administration Pacific District is seeking quotes from Small Business that are qualified to contract services to restore/rehab the storage building at Fort Bayard National Cemetery. Project Title: Tool Shed Renovation All work shall be performed in accordance the Description/Specifications/Statement of Work, contained in this contract. SCHEDULE OF SERVICES: Contract Line Item Description Quantity Unit Unit Price Total Price 0001 Provide Labor and Materials to restore/rehab the storage building 1 Job $22,000 $22,000 TOTAL PRICE $22,000 SCOPE OF WORK GENERAL SCOPE OF WORK: The Contractor will furnish all labor, materials, equipment, and supplies necessary to perform the work to repair and refinish plaster surface, refinish metal railing, repair and reseal flagstone, and remove and replace existing posts, beams and corbels to the rostrum at the Fort Bayard National Cemetery, 200 Camino de Paz, Fort Bayard, NM. 88036. Clean all walls with power washing. Use 15 to 40 degree fan spray patterns making sure not to damage plaster surface. Keep stream of water moving over the surface to prevent erosion of the plaster. After cleaning, inspect all walls and determine the type and severity of each crack or hole. Repair cracks and holes with routing and sealing method. Widen the crack or hole with a saw or grinder and fill the groove with elastomeric sealant. Inspect walls for any loose or crumbling plaster. If any is found, remove the damaged area and patch as required. Patching requires cutting back the existing plaster enough to lap the new lathe with the existing. Apply the new layers of plaster to the same thickness as the existing. Each succeeding coat is cut back further than the preceding coat, the base coat being the smallest and the finish coat being the largest area to be patched. After 900 square feet of stucco repairs are complete, apply a DPR standard finish acrylic based elastomeric coating with textured finish to all walls and ceilings. Color to be selected by Project Manager Keith Royster and Director. Remove existing roofing down to the decking or previous roofing. Apply primer and reroof with silicone based roll on roofing material. Roofing material to be applied to a thickness of 60 mil. New roof must have 10 year labor and material warranty. All debris and waste will be properly disposed of and discarded in a landfill by the contractor. Area surrounding worksite will be returned to original or better condition and inspected by the COR prior to demobilization. POC for site visits: Valentin Saucedo @ valentin.saucedo@va.gov GENERAL REQUIREMENTS 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: Prior to submission of any bid, 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 submission of the bid. Submittals: Prior to installation, the contractor shall submit for approval the manufacturer s literature and specifications for ALL materials being installed. Shop drawings will be required. Construction Coordination: Coordination of Construction with Cemetery Director/COR: The burial activities at The Santa Fe 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. 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. Cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the areas in a clean, neat condition on a daily basis. Contractor is responsible for disposing of debris off site. 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. 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. Matters related to safety and any actions of the Contractor; shall meet all safety requirements of Santa Fe 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 SFNC. Contractor shall provide training of the contractor s and subcontractor s workers as necessary to meet these requirements. Repair and replace any existing structure to existing condition when altered or damaged by the construction. Completion Time: Forty Five (45) calendar days from date of issuance of Notice to Proceed (NTP). (End of Work Statement) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.\ The Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.217-8, Option to Extend Services (Nov 1999) *30 calendar days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) * 30; 60; Five years FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) https://www.wdol.gov/ All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Small Business set-aside for services as defined herein. The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Purchasing Agent: Valentin Saucedo, valentin.saucedo@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 NLT, June 1, 2018, at 5:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; valentin.sauedo@va.gov to the Purchasing Agent, (510-637-6288). End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0399/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0399 36C78618Q0399.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4326149&FileName=36C78618Q0399-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4326149&FileName=36C78618Q0399-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0399 36C78618Q0399.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4326149&FileName=36C78618Q0399-000.docx)
- Record
- SN04930669-W 20180524/180522230918-a135d8218c17acca32a2cd13ef8e52b0 (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 |