SOURCES SOUGHT
Y -- NRM - MIDWEST DISTRICT. Keokuk NC is requesting contracting assistance for an NRM project. Please see attached information.
- Notice Date
- 12/13/2018
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 75 Barrett Heights Road;Suite 309;Stafford, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0081
- Response Due
- 12/27/2018
- Archive Date
- 2/25/2019
- Point of Contact
- Javoil.Powell@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice Keokuk National Cemetery | Rostrum Flagstone Restoration Improvements | NRM Project # 814-19-103 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Keokuk National Cemetery, Rostrum Flagstone Restoration Improvements, Project# 814-19-103 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: Shall furnish all labor, material, supplies, equipment, tools, transportation, and supervision to install storm drainage structures such as improved grass swales with underdrains and cleanouts at the Biloxi National Cemetery as required by contract drawings and specifications, and as described herein. This description is not all encompassing. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $100,000 and $250,000 Provide all labor, materials, tools, equipment, transportation and supervision to restore the sandstone pavers in the Rostrum at the Keokuk National Cemetery, Keokuk, Iowa. 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. A pre-bid visit by the bidder is required to get an accurate understanding of the work. All work shall be performed by a licensed full time professional with five or more years of experience in the respective trade. 1) At the Rostrum, numerous sandstone pavers need to be replaced or reset, power washed, mortar re-pointed, sealed, etc for walking surfaces, steps and flagpole base. The work will require someone specializing in flagstone restoration and matching the sandstone from available quarries. The identified tasks include: a) Provide documentation of the existing conditions with detailed photos, dimensions/boundaries of all affected areas. The walkway, steps and flagpole base must be replicated to look the same as the sandstone pavers being removed or reset. Positive drainage slope on the surface shall be maintained. b) Power wash ALL the sandstone surfaces while applying a light duty cleaner to remove dirt, pollution, tree sap and other stains. c) Approximately 40 to 45 sandstone slabs will need to be replaced (remove, procure, ship and install) with exact replacement pieces custom fabricated from available quarries (it is assumed that the previous stone came from quarries in Tennessee). The new material will need to match in texture and color variation. d) Approximately 50 broken or undersized sandstone pavers will need to be replaced (remove, procure, ship and install). New pavers shall be installed on a thin layer of sand over the existing concrete. e) Approximately 25 pavers have been displaced or heaved and will need to be reset. They have been dislodged creating an uneven surface. f) The steps and flagpole base will require reconstruction. All the joints in the east and west sandstone stairs and wing walls will need to be removed and replaced in a manner similar to the walking surfaces. Also, three treads of the east stair will need to be reset (remove and reinstall) to eliminate trip hazards. In addition, this work will include resetting (removal, modification, replacement) and painting of the metal handrail. All construction work associated with this handrail restoration is considered incidental, i.e. resetting (removal, replacement and modification of the handrail to properly fit and function), remove/scrape lose paint and replace with 2 coats of high grade paint (color to match existing). g) Mortar Joint Repointing: The mortar shall be removed from the existing joints and pavers using a dustless grinder and shroud system (including a HEPA filter and OSHA approved vacuum). The mortar material shall be completely removed to the concrete base layer. All new mortar for this project shall have the color match with the existing aged mortar and the joints shall be repacked and broom finished. Complete an initial test section of the stone tuckpointing and obtain COR approval for color and workmanship prior to proceeding with the entire project. It is essential that the proposed work on the stone matches the adjacent undisturbed areas. The COR shall approve a mortar color from a minimum of three color choices. h) All tuckedpointed sandstone pavers and joints shall be sealed with Siloxane Sealer for water penetration resistance and to prolong the life cycle of the walking surfaces. i) Procure and install COL-MET prefinished steel edging along ALL stone borders. Contractor to provide mock-up and color samples for COR approval. j) Haul away and dump all debris and waste products to approved disposal site. k) The contractor will be responsible for traffic control and shall obtain, erect, maintain and remove all signs, barricades, flagmen and other traffic control devices as may be necessary for the purpose of regulating, warning or guiding traffic. All traffic control protection will be considered incidental to the cost of the contract. l) Any areas disturbed in performance of this contract which may require restoration shall be restored by the contractor and considered incidental to the contract. Areas outside of the construction limits impacted by operations of the contractor shall be returned to the state it was found prior to new construction. m) The route of construction traffic to and from the project site shall be clear of debris at all times as well as the required safety signage and barricades for the safe passage of visitors. Thoroughly clean up the work area at the end of each day s work and at the completion of the project. Leave the premises clean and free of waste, scrap, used equipment or other material intentionally delivered to the site by the contractor or contractor s personnel. 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: 236220, Commercial and Institutional Building 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 236220, Commercial and Institutional Building Construction. 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 4:00 P.M. EST, 27 December 2018. Please include the following as the subject line of your email: SS Response to| Keokuk National Cemetery | Keokuk National Cemetery | Rostrum Flagstone Restoration Improvements | Project# 814-19-103. Please do not include advertising or promotional materials. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0081/listing.html)
- Place of Performance
- Address: Keokuk National Cemetery;1701 J Street;Keokuk, IA
- Zip Code: 52632
- Country: USA
- Zip Code: 52632
- Record
- SN05173763-F 20181215/181213230021 (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 |