SOURCES SOUGHT
56 -- NRM - MIDWEST DISTRICT. Camp Butler requesting contracting for NRM Project: 806-19-108 “Replace Granite Grave Section Markers”, Camp Butler National Cemetery.
- Notice Date
- 12/17/2018
- Notice Type
- Synopsis
- NAICS
- 327991
— Cut Stone and Stone Product Manufacturing
- Contracting Office
- 75 Barrett Heights Road;Suite 309;Stafford, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0084
- Response Due
- 12/28/2018
- Archive Date
- 2/26/2019
- Point of Contact
- Javoil.Powell@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice Camp Butler National Cemetery | Replace Granite Grave Section Markers | NRM Project # 806-19-108 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Camp Butler National Cemetery, Replace Granite Grave Section Markers, Project # 806-19-108 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 to remove and replace the granite grave section markers in the identified areas of Camp Butler National Cemetery, Springfield, Illinois. 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 two or more years of experience in the respective trade. This description is not all encompassing. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $25,000 and $100,000 1) There are 44 existing section markers located throughout the cemetery of varying shape and size and condition that need to be replaced with a standardized sized granite section marker. The color and finish of the new granite markers (procure and install) are to be similar to the existing markers that are currently following the standardized size and shape and are not being replaced. The identified tasks include: a) Remove the existing section markers and install the new marker in the same location. The existing markers are a different size, shape and length than the new markers and will require additional excavation to properly install which will be considered incidental to the cost of the contract. New section markers shall be dug to the required depth to meet the height and alignment requirements. Coordination with the COR will be required to properly identify the 44 section markers that need to be removed and replaced. b) The size, shape, dimensions and the engraving of the new granite section markers shall follow the attached detail with the color and surface finish to be similar to the existing section markers located elsewhere on the property having the same size, shape and dimensions as the new markers. Verify the engraving (lettering) of each new section marker with the COR prior to ordering. c) The new section markers shall be buried 3-feet with 6-inches of compacted gravel (IDOT CA-6) as a base. The section markers shall be clean and free of loose dirt prior to adding gravel base material. The excavated area around the section marker shall be compacted backfill from the excavated material with the last 3-inches at the top to have tamped topsoil applied (procure if necessary-incidental to the cost of the contract). The completed section marker shall be anchored firmly in place so that it is rigid with no give or play with no movement from forces subjected by the COR. The newly installed section marker shall have a finished height of 16-inches above the surface, set vertically plumb and be facing the correct direction. The disturbed turf areas around the completed marker shall be properly seeded with good quality turf-type tall fescue grass seed. d) Haul away and dump all debris and waste products to approved disposal site. e) 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. f) 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: 327991 Cut Stone and Stone Product Manufacturing. Definition of NAICS Code 327991. The Small Business Administration (SBA) size standard is: 500 Employees 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 327991, Cut Stone and Stone Product Manufacturing. 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, 28 December 2018. Please include the following as the subject line of your email: SS Response to| Camp Butler National Cemetery | Replace Granite Grave Section Markers | Project #806-19-108. Please do not include advertising or promotional material. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-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/36C78619Q0084/listing.html)
- Record
- SN05176194-F 20181219/181217230015 (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 |