Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2019 FBO #6287
SOURCES SOUGHT

Y -- NRM MIDWEST DISTRICT. Project #879-19-111 Restore Historic Entrance Gate at Springfield National Cemetery

Notice Date
2/7/2019
 
Notice Type
Synopsis
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior 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
36C78619Q0170
 
Response Due
2/21/2019
 
Archive Date
3/23/2019
 
Point of Contact
Denise Russell
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 10 of 11 Sources Sought Notice This announcement constitutes a Sources Sought Notice for the restoration of the historic iron gate at the Springfield 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: Provide all labor, materials, tools, equipment, transportation and supervision to restore the historic iron entrance gate at the Springfield National Cemetery, Springfield, MO, in accordance with drawings, specifications, 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 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. The damaged and corroded gray iron gate and the cast iron columns are historic and need to be restored back to its near original condition. The work shall be performed by a firm specializing in this particular type of restoration process identified as Robinson Iron, contact J. Scott Howell (265329-8486). The following are the approximate dimensions, Pedestrian Gates: 82 ½ Height X 40 ½ width per gate, Vehicle Gates: 106 Height X 67 width per gate, Columns: 143 Height with a Base of 25 ½ X 25 ½. The gates and columns shall be removed, repaired, missing elements replaced and re-installed. All aspects of the gates and columns will need to be restored including but not limited to: Bolted plates (base) on the side of the columns are corroded with areas of loss, Portions of the left and right gate are bent with one picket missing on right gate. Gates need to be realigned and straightened, Multiple rosette ornaments are missing from base of gates. Hinges are corroded. Entire surface of the gates and columns need to have all the paint and rust removed and repainted. The two tarnished Plaques need to be cleaned and polished. Tasks to complete the project include but are not limited to Site documentation of existing conditions, On-site testing, Tagging, Disassembly, Transportation of disassembled gate and columns to and from shop, Custom patternmaking for missing or damaged cast iron elements, New castings in Class 30 gray iron as required, New bar stock in A36 solid structural steel as required, New hardware as required, Shop finishing in acrylic polyurethane over epoxy primer over zinc rich urethane, Shop assembly, Shop drawings. The removal of the iron gate and columns will require the need for a temporary fence i.e., cyclone fence. This work shall include the installation (add removal) of a temporary fence to secure the gate entrance. 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. 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. METAL FABRICATIONS PART 1 - GENERAL 1.1 DESCRIPTION A. This section specifies items and assemblies fabricated from cast iron and other materials as shown and specified. The work covered by this Section shall include all labor, material, equipment, and services necessary for the restoration of existing cast iron to be reused, production of new, and installation of both new and restored cast iron. B. Items specified. 1. Ornamental fencing, posts, piers, and gates. C. Project work involves the restoration of a historically significant landscape feature. Existing conditions shall be treated respectfully and carefully. 1.2 RELATED WORK A. Prime and finish painting: Section 09 91 00, PAINTING AND COATINGS. 1.3 QUALIFICATIONS Contractor Qualifications: Engage experienced Contractor/Subcontractors to perform cast iron fabrication, restoration, and installation work of this Section. Firm(s) shall have completed work similar in material, design, and extent to that indicated for this Project with a record of successful in-service performance. Contractor Qualifications: Contractor/Subcontractors shall demonstrate a minimum of 5-year experience in disassembly, salvage, restoration and reinstallation of historic metal elements and new installations of this type, and shall employ supervisory personnel familiar with the type of installation. Contractor/Subcontractors are to submit documentation of experience upon request of the Contracting Officer s Technical Representative. Field Supervision: Contractor shall maintain experienced full-time supervisors on Project site during times that restoration and installation work is in progress. Supervisors shall not be changed during Project except for causes beyond the control of restoration firm. Subcontractors may include manufacturers for casting work specified in this Section. Assisting Specialist Qualifications: Engage an Independent Cast Iron Monitoring and Site Supervision Specialist to consult on material handling and construction means, methods, sequencing and logistics. Follow National Park Service Standards and Guidelines for defining Assisting Specialist qualifications. Specialist Qualifications: Assisting Specialist shall demonstrate a minimum of 20 years experience in construction and thorough knowledge of cast iron restoration, including disassembly, salvage, restoration and reinstallation of historic metal elements and new installations of this type. Specialist is to submit documentation of experience upon request of the Contracting Officer s Technical Representative. 1.4 SUBMITTALS A. Product Data: Manufacturers' certification or compliance statement that lot of castings was made, sampled, tested, and inspected in accordance with ASTM A48, including a report of test results, shall be furnished at time of shipment. Foundry shall provide a certified metallurgy analysis indicating the alloy composition. B. Shop Drawings: Submit shop and erection drawings for fabrication and installation of new and replacement work, for each item specified, showing complete detail, location in the project, material and size of components, method of joining, fastening, or anchoring various components and assemblies, finish, and location, size and type of anchors. Mark items requiring field assembly for erection identification and furnish erection drawings and instructions. Provide templates and rough-in measurements as required. C. Furnish setting drawings and instructions for installation of anchors to be preset into concrete and masonry work, and for the positioning of items having anchors to be built into concrete or masonry construction. D. Qualification Data: For Contractors/Subcontractors. Qualification Data: For Independent Assisting Specialist. Closeout Documentation: Submit Tag & Catalog documentation in the form of drawings, images, or logs. Components to be tagged as indicated in 1.5 REQUIREMENTS. Submit existing historic cast iron components not being reused or reinstalled to Contracting Officer s Technical Representative. 1.5 REQUIREMENTS Storage: Cast iron shall be kept protected and dry. Cover cast iron with tarps and plastic or weather tight shed. Cast iron shall be kept ventilated to prevent the formation of condensation. Cast iron shall be stored on timber and not laid on mud, directly on ground or cinders, or otherwise handled so as to damage finishes. All sections which are to be stored shall be readily accessible for inspection. Tag & Catalog: All existing cast iron elements removed from the site and disassembled are to be tagged and cataloged to indicate component type and original location. Labeling conventions are to match those indicated on Drawings. Tags are to remain on each component until they are reinstalled. Standards: Contractor/Subcontractors are to follow the National Park Service Standards and Guidelines, including the Secretary of Interior Standards. 1.6 QUALITY ASSURANCE Each manufactured product shall meet, as a minimum, the requirements specified, and shall be a standard commercial product of a manufacturer regularly presently manufacturing items of type specified. Each product type shall be the same and be made by the same manufacturer. Shop assemble components to the greatest extent possible before delivery to the site. Include additional features, which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial product. 1.7 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. American Society for Testing and Materials (ASTM): A47-99(R2004)...........Malleable Iron Castings A48-03(R2008)...........Gray Iron Castings A307-07.................Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength C1107-08................Packaged Dry, Hydraulic-Cement Grout(Nonshrink) C. American Welding Society (AWS): D1.1-04.................Structural Welding Code Steel D. National Association of Architectural Metal Manufacturers (NAAMM) AMP 500-505-1988........Metal Finishes Manual PART 2 - PRODUCTS 2.1 MATERIALS Cast-Iron: ASTM A48, Class 30, commercial pattern. Malleable Iron Castings: ASTM A47. Primer Paint: As specified in Section 09 91 00, PAINTING. Grout: ASTM C1107, pourable type. 2.2 HARDWARE A. Fasteners: Bolts with Nuts: ASME B18.2.2. ASTM A307 for 415 MPa (60,000 psi) tensile strength bolts. ASTM F468 for nonferrous bolts. ASTM F593 for stainless steel. Screws: ASME B18.6.1. Washers: ASTM F436, type to suit material and anchorage. 2.3 FABRICATION GENERAL A. Material Use material as specified. Use material of commercial quality and suitable for intended purpose for material that is not named or its standard of quality not specified. Use material free of defects which could affect the appearance or service ability of the finished product. Historic cast iron components shall be used for pattern making purposes for molds and production of new components. Historic material should not be destroyed. Any historic material not being reused or reinstalled is to be turned over to the Contracting Officer s Technical Representative. B. Size: 1. Size and thickness of members to match existing. Connections Except as otherwise specified, connections may be made by welding, riveting or bolting. Field riveting will not be approved. Design size, number and placement of fasteners, to develop a joint strength of not less than the design value. Holes, for rivets and bolts: Accurately punched or drilled and burrs removed. Size and shape welds to develop the full design strength of the parts connected by welds and to transmit imposed stresses without permanent deformation or failure when subject to service loadings. Use Rivets and bolts of material selected to prevent corrosion (electrolysis) at bimetallic contacts. Plated or coated material will not be approved. Use stainless steel connectors for removable member s machine screws or bolts. Fasteners and Anchors Use methods for fastening or anchoring metal fabrications to building construction as shown or specified. Where fasteners and anchors are not shown, design the type, size, location and spacing to resist the loads imposed without deformation of the members or causing failure of the anchor or fastener, and suit the sequence of installation. Use material and finish of the fasteners compatible with the kinds of materials which are fastened together and their location in the finished work. Fasteners for securing metal fabrications to new construction only, may be by use of threaded or wedge type inserts or by anchors for welding to the metal fabrication for installation before the concrete is placed or as masonry is laid. Fasteners for securing metal fabrication to existing construction or new construction may be expansion bolts, toggle bolts, power actuated drive pins, welding, self-drilling and tapping screws or bolts. E. Workmanship 1. General: Fabricate items to design shown. Furnish members in longest lengths commercially available within the limits shown and specified. Fabricate straight, true, free from warp and twist, and where applicable square and in same plane. Provide holes, sinkages and reinforcement shown and required for fasteners and anchorage items. Provide openings, cut-outs, and tapped holes for attachment and clearances required for work of other trades. Prepare members for the installation and fitting of hardware. Fabricate surfaces and edges free from sharp edges, burrs and projections which may cause injury. Welding: Weld in accordance with AWS standards as listed in article Applicable Publications. Joining: Miter or butt members at corners. Where frames members are butted at corners, cut leg of frame member perpendicular to surface, as required for clearance. Anchors: Provide as indicated. Cutting and Fitting: Accurately cut, machine and fit joints, corners, copes, and miters. Fit removable members to be easily removed. Design and construct field connections in the most practical place for appearance and ease of installation. Fit pieces together as required. Fabricate connections for ease of assembly and disassembly without use of special tools. Joints firm when assembled. Conceal joining, fitting and welding on exposed work as far as practical. Do not show rivets and screws prominently on the exposed face. The fit of components and the alignment of holes shall eliminate the need to modify component or to use exceptional force in the assembly of item and eliminate the need to use other than common tools. F. Finish: Finish exposed surfaces in accordance with NAAMM Metal Finishes Manual. Steel and Iron: NAAMM AMP 504. Surfaces exposed in the finished work: Finish smooth rough surfaces and remove projections. Fill holes, dents and similar voids and depressions with epoxy type patching compound. Shop Prime Painting: 1) Surfaces of Ferrous metal: a) Prepare cast iron in accordance with SSPC SP-6. Shop Finishing: Surfaces of Ferrous metal: b) Finish cast iron as specified in Section 09 91 00, PAINTING. PART 3 - EXECUTION 3.1 ASSEMBLY A. Fabrication: 1. Patterns Existing historic cast iron components shall be used for pattern making purposes for molds and production of new components. Historic material should not be destroyed. Shrinkage shall be accounted for at a rate of 1/8-inch per linear foot. 2. Castings a. All castings shall be free of typical foundry defects, such as porosity, cold shuts and warpage. 3. Surface Finish exposed surfaces to smooth, sharp, well defined lines and profiles. All castings must have all paint removed and be cleaned to bare metal prior to the application of any finish coatings. B. Assembly: Assembly to match original construction as shown in the contract documents and approved shop drawings. Provide necessary fasteners for assembly of structure. Fit joints with an allowance for contraction and expansion. Cope and miter corner joints. Form joints exposed to weather to exclude water penetration. Pre-assemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for re-assembly and coordinated installation. C. Paint Removal, Cleaning, and Preparation: Commercial blast clean metal (& remove paint) in accordance with the SSPC-SP6 guidelines. Remove residue with bronze wire brush. Fill pits, countersunk screw heads and casting imperfections with a polyester resin filler and sand smooth. Hammering which may injure or distort the members will not be permitted. Clean all cast iron members of mud, debris, and construction residue prior to erection. 3.2 ERECTION Set work accurately, in alignment and where shown, plumb, level, free of rack and twist, and set parallel or perpendicular as required to line and plane of surface. Items set into concrete or masonry. Provide temporary bracing for such items until concrete or masonry is set. Place in accordance with setting drawings and instructions. Build strap anchors, into masonry as work progresses. C. Field weld in accordance with AWS. Design and finish as specified for shop welding. Use continuous weld unless specified otherwise. D. Install anchoring devices and fasteners as shown and as necessary for securing metal fabrications to building construction as specified. Power actuated drive pins may be used except for removable items and where members would be deformed or substrate damaged by their use. 3.3 CLEAN AND ADJUSTING Adjust movable parts including hardware to operate as designed without binding or deformation of the members centered in the opening or frame and, where applicable, contact surfaces fit tight and even without forcing or warping the components. Restore finishes damaged during installation and construction so that no evidence remains of corrective work. Spot prime all abraded and damaged areas of zinc rich coating as specified and all abraded and damaged areas of shop prime coat with same kind of paint used for shop priming. Touch up and field applied finishes with the same paint used for the shop coat. C. Clean after installation exposed prefinished and plated items as recommended by the metal manufacture and protected from damage until completion of the project. - - - E N D - - - 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) 238190. The Small Business Size Standard for this code is $15 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 21, 2019. Please include the following as the subject line of your email: SS Response to| Springfield National Cemetery | Restore Historic Entrance Gate | Project# 879-19-111. Please do not include advertising or promotional materials. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-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/36C78619Q0170/listing.html)
 
Place of Performance
Address: Springfield National Cemetery;1702 East Seminole Street;Springfield, MO
Zip Code: 65804
Country: USA
 
Record
SN05215416-F 20190209/190207230025 (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.