SOURCES SOUGHT
Y -- NRM MIDWEST DISTRICT. Mill and Resurface Paved Roads at Ft. Scott National Cemetery Project No. 893-19-105
- Notice Date
- 2/6/2019
- Notice Type
- Synopsis
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;75 Barrett Heights Road, Ste 309;Stafford, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0168
- Response Due
- 2/15/2019
- Archive Date
- 3/17/2019
- Point of Contact
- Denise Russell
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice This announcement constitutes a Sources Sought Notice for the Milling and Resurfacing Paved Surfaces, at the Fort Scott National Cemetery. This is neither Request for Quote (RFQ) nor a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. 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. 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. 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: Furnish all labor, material, supplies, equipment, tools, transportation, and supervision to perform Yard Milling and Resurfacing at the Fort Scott National Cemetery, in accordance with drawings, specifications, and per applicable standards and requirements. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $25,000 and $100,000. Work includes, but is not limited to: Provide all labor, materials, tools, equipment, transportation and supervision to mill and resurface the paved roads and parking areas at the Fort Scott National Cemetery, Fort Scott, KS. 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. Provide approximately 3500 LF of cold milling, tapered from the front of the curb (1.5 ) to 0 approximately 6-feet from the front of the curb and install approximately 4400 SY of bituminous surface overlay of the entire road area as identified on the site map (1.5 of compacted Hot-Mix Asphalt Surface Course, KDOT: HMA COMMERCIAL GRAGE (CLASS A), asphalt cement shall be PG 64-22. Furnish and install Bituminous Tack Coat over the existing pavement area and milled surface area. Sweep and clean the milled asphalt pavement of all dirt and debris prior to placement of the tack coat and bituminous overlay. All streets to be overlaid have concrete curb and gutter. Mill 1.5 deep at curb and taper to 0 at 6 feet from curb as shown on the below typical section. The compacted bituminous surface shall be placed such that the edge of pavement is 1/4 above the flag of the gutter, except when reversed pitched curb and gutter is present. Positive drainage slope on the pavement surface shall be maintained. The milled pavement surface receiving new asphalt pavement shall be cleaned to the satisfaction of the COR prior to commencing to the next operation. The edges of the existing pavement shall be free of all loose and attached dirt and aggregate. The bituminous tack coat shall be applied at the rate of 0.10 gallon/square yard to attain a minimum of 0.45 lbs/s.y. of residual asphalt rate. All areas to be paved shall be coated uniformly at the required rate. Any exposed aggregate base encountered after milling operations shall be uniformly level and properly compacted prior to paving (incidental to the contract). All excavated asphalt and aggregate materials from the milling headers and excess materials from the patching and paving operations shall be removed from the cemetery property by the contractor at his expense. 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. Any areas disturb 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. 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. The purpose of this notice is to determine interest and capability of potential qualified SDVOSBs and VOSBs with under applicable North American Industry Classification code (NAICS) 237310. The Small Business Size Standard for this code is $36.5 Million. To make an appropriate acquisition decision for this requirement, the Government will use response(s) to this Sources Sought Notice. The type of solicitation issued and the manner of advertisement will also depend on the response(s) received to this notice. Response Submission: SDVOSB/VOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. Action Required by Interested Offerors in Response to this Sources Sought Notice: Interested Offerors shall provide a Capability Statement clearly demonstrating the company s expertise performing the services & supplies described above as well as a list of recent projects, ongoing or completed, of a similar nature to demonstrate the company s ability to perform such services. Vendors will also need to provide the following information: 1. Company Name: _________________________________ 2. DUNS number: __________________________________ 3. Web address (if applicable): _______________________ 4. Point of Contact: ________________________________ 5. Phone: _________________________________________ 6. Email: _________________________________________ Please submit your information via email to Denise Russell, Contracting Officer, at denise.russell3@va.gov, by the closing date and time of 12:30 P.M. EST, February 19, 2019. Please include the following as the subject line of your email: SS Response to| Fort Scott National Cemetery | Yard Milling and Resurfacing | Project# 893-19-105. Please do not include advertising or promotional materials. End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-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/36C78619Q0168/listing.html)
- Place of Performance
- Address: Fort Custer National Cemetery;15501 Dickman Road;Augusta, MI
- Zip Code: 49012
- Country: USA
- Zip Code: 49012
- Record
- SN05214113-F 20190208/190206230026 (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 |