Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2019 FBO #6509
DOCUMENT

N -- RFQ | SMALL BUSINESS SET ASIDE Service - B-115 Gutter & Installation St. Cloud, MN - Attachment

Notice Date
9/19/2019
 
Notice Type
Attachment
 
NAICS
238170 — Siding Contractors
 
Contracting Office
Department of Veterans Affairs;Network 23 Contracting Office (NCO 23);113 Comanche Rd.;Fort Meade SD 57741
 
ZIP Code
57741
 
Solicitation Number
36C26319Q0999
 
Response Due
9/23/2019
 
Archive Date
10/23/2019
 
Point of Contact
David A. Raad
 
Small Business Set-Aside
Total Small Business
 
Description
BUILDING 115 GUTTERS VENDOR IS TO INSTALL APROXIMATELY 200 FT OF 6 INCH WIDE DARK BROWN/BRONZE STEEL GUTTER ON ANGLED FACIA WITH TWO DOWNSPOUTS. VENDOR IS TO SUPPLY ALL TOOLS AND MATERIAL NEEDED TO COMPLETE THE JOB. HOURS OF WORK WILL BE 0800-1600 MON-FRI, EXCLUDING FEDERAL HOLIDAYS. ESTIMATED DATE OF INSTALLATION IS MID SUMMER OF 2019. Contractor Expertise Requirements: Contractor shall have at least two (2) years roofing/gutter experience. Contractor must be licensed to complete work, where required, by Federal/State/Local regulations within the State of Minnesota. The Contractor shall furnish proof of license where required by F/S/L regulations; and liability insurance. Contractor must be an authorized supplier and installer of the products furnished. Contractor must be able to provide twenty-four (24) hour emergency service and respond within two (2) hours of the initial emergency service call Government Furnished Materials (GFM): The Government will provide the basic utilities, such as water and electricity in order for the contractor to successfully execute this contract. Government will also provide restrooms for contractor personnel to use at the worksite. No GFM other than those identified herein shall be provided by the Government. Contractor Furnished Materials (CFM): The contractor shall supply all materials, equipment, and other related items that are necessary to successfully execute this contract. Performance Period: 7 Calendar days. Access to Facilities: Access to the facilities shall be coordinated with Paul Jensen (Project Manager). Should keys and badges be needed they will be issued to the contractor, the following requirements shall be established: Contractor shall not allow person(s) access to facilities keys that is not DIRECTLY involved with performance of this contract. Contractor shall ensure that no person(s) are allowed access to work areas unless DIRECTLY involved in contract performance. If keys are lost, the contractor is required to immediately contact the QAE. If the QAE is not available, the contractor shall contact the Project Manager. The Government reserves the right to replace keys and perform re-key operations, as well as, deduct the cost of key replacement from contract price. Work Site Clean-Up: When all work is completed, the contractor shall ensure that the actual work area, including those areas immediately surrounding the work area are free from debris generated in conjunction with the performance of this Statement of Work. The contractor shall ensure the work area at each location is restored to its original state. Incidental Damage: Any damage to the area caused by the contractor will be brought to the Project Manager and will be the responsibility of the contractor to repair the damage. Final Inspection: Once the contractor determines that all requirements of the SOW have been completed, the Project Manager shall be contacted to perform the final inspection. The Project Manager will determine if work is accomplished in accordance with this SOW. The Project Manager will inform the contractor of any discrepancies found during the Final Inspection, or if work is satisfactory. Any deficiencies noted by the Government, shall be corrected by the contractor prior to final acceptance. A SITE VISIT BY PROSPECTIVE INSTALLERS IS HIGHLY RECOMENDED CONTRACTOR SHALL ADHEAR STRICTLY TO STATE AND FEDERAL OSHA STANDARDS. CONTRACTOR IS TO SEND OSHA 10 CARD CARRYING EMPLOYEES. CONTRACTOR IS RESPONSIBLE FOR THE SAFEGUARDING OF THEIR TOOLS AND EQUIPMENT. ALL TOOLS AND EQUIPMENT ARE NOT TO BE LEFT UNATTENDED AND ARE TO BE SECURED WHEN THE CONTRACTOR IS NOT PRESENT, OR THE WORK SITE IS NOT BEING SUPERVISED BY THE CONTRACTOR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/36C26319Q0999/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26319Q0999 36C26319Q0999_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5162605&FileName=36C26319Q0999-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5162605&FileName=36C26319Q0999-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;ST CLOUD VAMC;4801 Veterans Drive;St. Cloud, Minnesota
Zip Code: 56303
 
Record
SN05451556-W 20190921/190919231057-956e66e88c9a61aa942f74f2042bb29c (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.