Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2019 FBO #6264
SOURCES SOUGHT

Y -- MINIMINOR - MIDWEST DISTRICT. 774-CM3919-001 - Survey, Clear, Grade Section and Install Monuments and Sod at Black Hills National Cemetery.

Notice Date
1/15/2019
 
Notice Type
Synopsis
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Contracting Services;75 Barrett Heights Road, Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0121
 
Response Due
1/28/2019
 
Archive Date
3/29/2019
 
Point of Contact
Javoil.Powell@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Notice Black Hills National Cemetery | Survey and Grade Section S | Mini Minor Project 774-CM3910-001 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Black Hills National Cemetery | Survey and Grade Section S | Mini Minor Project 774-CM3910-001 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: Shall furnish all labor, material, equipment, and supervision necessary to survey and grade a new burial section and install monument control markers at Black Hills National Cemetery and in accordance with the scope of work, contract drawings, and per applicable standards and requirements. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $100,000 and $250,000 The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): 1. Before beginning any demolition work, the Contractor shall survey the site and examine the drawings and review the scope of work to determine the extent of the work. The Contractor shall take necessary precautions to avoid damages to existing items to remain in place, to be reused, or to remain the property of the Cemetery. Any damaged items shall be repaired or replaced as approved by the COR. 2. Establish construction limits, install safety controls, and install construction fencing as approved and/or directed by the COR. 3. SITE SURVEY: Locate and stake/flag all underground utilities, irrigation system piping, sprinkler heads, and other components. Coordinate shutdown and operation of the existing irrigation system with the COR to accomplish the work. 4. SITE CLEARING: Remove grass and other vegetation or obstructions as required to permit grading of the site within the limits of the project. Dispose of all organic material on the cemetery property at the direction of the COR. Haul away & dump trash, debris, and waste to an approved disposal site. Clean top soil removed can be stock-piles on site for later use. Coordinate location of stock-pile with the COR. 5. EROSION CONTROL AND SITE DRAINAGE: a. Contractor shall provide erosion control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. Contractor shall install silt fence and inlet protection prior to any soil disturbance activities. b. During construction, perform excavation and fill in a manner and sequence that will provide proper drainage at all times. Provide for the collection and disposal of surface and subsurface water encountered during construction. Completely drain construction site during periods of construction to keep soil materials sufficiently dry. Provide temporary ditches, swales, and other drainage features and equipment as required to maintain dry soils. c. When unsuitable working platforms for equipment operation and unsuitable soil support for subsequent construction features develop, remove unsuitable material and provide new soil material as specified herein. It is the responsibility of the Contractor to assess the soil and ground water conditions presented by the plans and specifications and to employ necessary measures to permit construction to proceed. 6. ROCK RIPPING: a. Some rock removal (medium density shale) will be required in the burial area (outlined on the Grading Plan and shown on the Layout Plan). b. Remove rock to a depth of three (3) feet below finish grade and backfill with common borrow (non-structural fill) to within four (4) inches of finish grade. c. Contractor may utilize a rock crusher and screen to create and stockpile usable fill material on-site from excavated materials for use as fill in order to reduce the amount of imported material and as a cost savings measure. d. Contractor shall not blast rock. 7. SITE GRADING AND FINISHING: a. Perform grading within the limits of the project to the lines, grades, and elevations indicated and as specified. b. Finish the final graded surface to a smooth and compact surface. Provide the degree of finish for graded areas within 0.1 foot of the grades and elevations indicated. Finish the surface of areas to receive turfgrass from settlement or washing to a smoothness suitable for the application of turfgrass sod. Repair graded areas prior to acceptance of the work, and re-established grades to the required elevations and slopes. c. Fill depressions caused by clearing and grubbing operations with satisfactory subgrade material of similar characteristics and texture to the soil already present on site. Top dress filled areas with a minimum of three (3) inches of topsoil material to meet the finish grades. Place fill material in horizontal layers not exceeding six (6) inches loose depth, and thoroughly compact each layer to a density equal to adjacent original ground. d. Excavate unsatisfactory materials encountered within the limits of the work below grade and replace with satisfactory materials as directed by the COR. e. If excess material is to be removed from the site, dispose of excess material (free of trash, debris, & waste) on cemetery property as directed by the COR. f. If additional fill material and topsoil is required import, spread, and compact additional fill material of similar characteristics and texture to the soil already present on site as approved by the COR g. Import, spread, and compact additional high-quality topsoil of similar characteristics and texture to the soil already present on site from an off-site source approved by the COR. (1) Topsoil shall be free of foreign matter, any objects bigger than 25 mm (1 inch) and weed seeds. (2) Apply and compact sufficient topsoil of at four (4) inches in depth to meet the required grades. Eliminate all ripples and depressions to achieve the desired smooth and uniformly level finish grade and appearance. New surfaces shall be blended to existing areas. (3) Firm the topsoil by rolling with a standard turfgrass roller that is half-full of water. If more weight is required to adequately firm the surface, fill the roller with water and repeat rolling as necessary. Properly firmed soil will show a foot print when walked upon, but will not allow the walker s foot to sink into the soil. h. The contractor is responsible for all calculations to determine all quantities for excavation, fill materials and top soil required for this project. 8. SURVEYED CONTROL MONUMENTS: Contractor s professional licensed land surveyor shall layout and install cast-in-place concrete monuments and aluminum monument markers in the quantity and locations as specified on the drawings. 9. The installation of turfgrass sod is included in the scope of this contract. New sod shall be installed over the entire area within the limits of construction. New sod turf shall be a 5-way blend of Kentucky Bluegrass; Star Blue Blend or similar consisting of a mix of: 10% chewing fescue, 30% fescue hard, 30% Kentucky bluegrass, and 30% perennial rye. 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: 238910, Site Preparation 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 238910, Site Preparation Contractors. 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 January 2019. Please include the following as the subject line of your email: SS Response to| Black Hills National Cemetery | Survey and Grade Section S | Mini Minor Project 774-CM3910-001. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2019); 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/36C78619Q0121/listing.html)
 
Place of Performance
Address: Black Hills National Cemetery;20901 Pleasant Valley Drive;Sturgis, SD
Zip Code: 57785
Country: USA
 
Record
SN05194889-F 20190117/190115230020 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.