DOCUMENT
Z -- KC - Expansion Joints Replacement - Attachment
- Notice Date
- 10/28/2019
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25520Q0033
- Response Due
- 11/1/2019
- Archive Date
- 11/11/2019
- Point of Contact
- James W Hogue
- E-Mail Address
-
6-1986<br
- Small Business Set-Aside
- N/A
- Description
- ?.## SOURCES SOUGHT This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses. Responses to this notice shall include: Company Name Address Point of Contact Phone, Fax, and Email DUNS number Cage Code Type of business, e.g. Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), HUB Zone, Women Owned Small Business, SDB Must provide a capability statement that addresses the organizations qualifications and ability to perform the work described below: Statement of Work: The Kansas City VA Medical Center are replacing their expansion joints. Contractor will provide all tools, materials, labor and supervision to remove and replace 16 Expansion Joints at the Kansas City VA Medical Center, 4801 East Linwood Boulevard, Kansas City, MO 64128. Contractor will have a minimum of 5 years of documented experience on projects of similar scope, size and magnitude as the Kansas City VA Medical Center. No government furnished labor, materials, tools or equipment will be used or provided. All project activities at the Medical Center will be done during non-business hours. Non-business hours are from 5:00PM-6:00AM, M-F and on weekends and holidays. All contract personnel who will be working at the Kansas City VA Medical Center will attend a mandatory 1-hour safety and infection control training. This is a one-time training and is valid for one year. The training class occurs every Tuesday morning at 7:00AM in Building 6. Upon completion of the training, the contract personnel will then proceed to the 5th Floor in Building 15 to obtain a VA Identification Badge. The badge must always be worn while working on Medical Center property. Provide an Underwriters Laboratories (UL) approved, expansion joint assembly at locations indicated below. Contractor will first remove the existing expansion joint. With the existing expansion joint gap exposed, the concrete nose edges will be resurfaced and given a completely straight and level edge. To minimize the possibility of a trip hazard while passing over the expansion joint, the contractor will make sure there is no height variation from one side of the expansion joint to the other side. After the expansion joint has been prepared, the contractor will place new expansion joint material, using a 2-part polyurethane resin, such as Belzona, Balco (or equivalent), poured in the place of the old expansion joint. The entire process and procedure will be installed according to manufactures instructions and by factory trained and certified installers. Contractor will provide a copy of the manufacturer s installation instructions to the COR, prior to the start of project activities. New expansion joints will accommodate for joint size and height variations in adjacent surfaces, and the anticipated movement at the joint. Match or exceed the Fire/Smoke rating of the floor at the location of the expansion joints. Unless approved in writing by the COR, each expansion joint will be completed in its entirety before starting on another. At each expansion joint, the contractor will completely remove the entire expansion joint, to include all materials, hardware and adhesives prior to installing any new expansion joint materials. All work shall be installed in a neat and workmanlike manner. If the COR determines that certain parts of the installation is not satisfactory, the contractor will re-do the affected area at no cost to the government. Contractor will clean and remove all debris from the work area daily. After contract award, a pre-construction meeting will be conducted to: Coordinate project schedule. Submittal samples for the expansion joint materials.. Procedure for scheduling and closing foot traffic for affected work areas and any pedestrian signage that will need to be posted. Egress and exit signs will be posted for foot, wheelchair and bed traffic. Safety issues. Infection control; dust control, fire retardant plastic barriers and negative air requirements using HEPA filtration at each location. The plastic barrier will be inspected prior to starting any work by a representative of the Infection Prevention Office. In the event of a true lifesaving, fire or disaster emergency, the plastic construction barrier will be removed by contractor to allow free flow of egress traffic. Contractor will provide a temporary overlay for emergencies so wheeled traffic can cross over bridged expansion joint. Construction Barrier will never be left unattended by contractor except for the period when the epoxy is curing. Contractor will maintain the fire rating of the floor at the end of each work shift. A UL approved firestopping brick/block or putty will be an approved temporary measure to maintain fire rating provided that the firestopping completely fills all voids and cavities. The locations of the Expansion Joints are: F2-157 Building 15 F3-155 Building 15 F4-155 Building 15 F5-157 Building 15 F6-157 Building 15 F7-157 Building 15 F8-157 Building 15 MB-495 Main Building M1-200 Main Building M1-414 Main Building M1-484 Main Building M1-527 Main Building M2-412 Main Building M2-482 Main Building M3-321 Main Building M5-375 Main Building There will be a site-visit offered and all potential offerors are highly encouraged to attend. Photos of Work to Be Preformed is Attached Below. Grey Market Goods: (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM supplies, equipment and/or services contracts for maintenance of equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed supplies, equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Response Needed by 11/1/2019 at 10:00 AM CST. Contact Information: James Hogue Contracting Officer Department of Veterans Affairs Network Contracting Office 15 3450 S. 4th Street Leavenworth, KS 66048-5055 Office: 913-946-1986 Email: james.hogue@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25520Q0033/listing.html)
- Document(s)
- Attachment
- File Name: 36C25520Q0033 36C25520Q0033.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5204835&FileName=36C25520Q0033-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5204835&FileName=36C25520Q0033-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25520Q0033 36C25520Q0033.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5204835&FileName=36C25520Q0033-000.docx)
- Place of Performance
- Address: Kansas City VA Medical Center;4801 East Linwood Blvd.;Kansas City, MO
- Zip Code: 64128
- Zip Code: 64128
- Record
- SN05484151-W 20191030/191028230546-bcd6aed41cf7da5edefb1012592105d6 (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 |