SOLICITATION NOTICE
Y -- Gravesite Expansion Rock Island National Cemetery 821CM3030 - Construction Project
- Notice Date
- 5/7/2020 12:04:52 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78620B0005
- Response Due
- 6/22/2020 12:00:00 AM
- Archive Date
- 07/22/2020
- Point of Contact
- Valerie Wallace Contracting Officer valerie.wallace1@va.gov
- E-Mail Address
-
valerie.wallace1@va.gov
(valerie.wallace1@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRE-SOLICITATION NOTICE: The Department of Veterans Affairs, National Cemetery Administration intends to issue a solicitation entitled, Leavenworth National Cemetery Gravesite Expansion Project 821CM3030 at Rock Island National Cemetery, Rock Island Arsenal, Rock Island, IL 61299, on or about May 22, 2020, unless additional notice is given, or this notice is modified or cancelled, the full solicitation, specifications and drawings will be posted on Contract Opportunities at beta.sam.gov. The acquisition type for this solicitation will be Invitation for Bid (IFB). This IFB will utilize the Electronic Bid delivery and Telephonic Bid opening process. The process will be outlined in the solicitation. Per VAAR 836.204, The construction magnitude for this requirement is between $2,000,000 and $5,000,000. The NAICS is 237990 Other Heavy and Civil Engineering Construction and the business size standard is $36.5 Million. CLIN 1: The contractor will provide all labor, material, and equipment necessary to construct the GRAVESITE EXPANSION. Work of the contract includes but not limited to general conditions, general construction, burial areas, structures, alterations, roads, walks, grading, drainage, landscaping, irrigation, structural, architectural, electrical, utility systems, necessary removal of existing structures and construction and certain of other items and all other work necessary to construct the improvements as shown on the contract documents. Contractor to limit clearing activities to between the months of November and March.� The exact dates to limit potential disruption to the Indiana Bat must be coordination with the US Fish and Wildlife Service. The period of performance is five hundred and forty (540) calendar days to complete the work from the date of the Notice to Proceed (NTP). ADD ALTERNATE NO.1: Work includes the Full Depth Removal and Replacement of the Existing Asphalt Roadways as delineated on the contract documents. ADD ALTERNATE NO.2: Work includes the full depth Removal and Replacement of the Existing Concrete Road Entry and Removal and Replacement of the Existing Storm Sewer Structures as delineated on the contract documents. ADD ALTERNATE NO.3: Work includes the full depth Removal and Replacement of the Existing Colored Concrete Roadways Around the Flagpole as delineated on the contract documents. ADD ALTERNATE NO.4: Work includes the Milling and Overlay of the Existing Asphalt Maintenance Yard as delineated on the contract documents. ADD ALTERNATE NO.5: Work includes the Addition of Storm Sewer Piping and Structures and Associated Pavement Repair as delineated on the contract documents. ADD ALTERNATE NO.6: Work includes the Removal of the Existing Cast Stone Columbarium Caps at Columbarium A and Replacement With Cut Indiana Limestone as detailed on the contract documents. ADD ALTERNATE NO.7: Work includes Mill & Overlay of the Existing Asphalt Roadways as delineated on the contract documents. ADD ALTERNATE NO.8: Work includes Connecting to Existing Storm Sewer Pipe as delineated on the contract documents. A.2 APPLICABLE CONDITIONS This project will occur within an active national cemetery. All applicable cemetery rules will apply, including barricading of work areas and keeping the worksite clean. Utility outages and other worksite conditions are specifically listed in the specifications and other solicitation documents. All employees of General Contractor and subcontractors shall comply with VA security management program and obtain permission of the VA Cemetery Director or his designee and be identified by project and employer; and be restricted from unauthorized access. Before placement and installation of Work subject to tests by testing laboratory retained by the Contractor, the Contractor shall notify the COR in sufficient time to enable COR or authorized personnel to be present at the site in time for observation of testing of identified specimens and field inspection. Such prior notice shall be not less than three work days unless otherwise designated by the COR. Prior to commencing Work, Contractor shall provide proof that an OSHA certified competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the Work site whenever the general Contractor or subcontractors are present. Training: The Contractor s job foreman shall have the 30-hour OSHA certified Construction Safety course and/or other relevant competency training, as determined by VA. All other employees of Contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training, as determined by VA. Submit training records of all such employees for approval before the start of construction. This procurement is 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be rejected as non-responsive. To be eligible for award, the SDVOSB must be considered small under the relevant NAICS code and must be registered and verified in the following websites: those desiring to receive an award from this solicitation must be registered at www.vetbiz.gov. Companies must have the Certified Veteran Enterprise (CVE) seal on their registration to be considered for an award. The VIP database will be checked both upon receipt of an offer and prior to award; firms must be currently registered in the System for Award Management (SAM) database at www.sam.gov and have completed online Representations and Certifications prior to contract award. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals and pending award. (See VAAR Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) You must register as at the Beta SAM.gov website for the solicitation. In order to receive e-mail notification of amendments, you must register at https://beta.sam.gov/search?index=opp. Amendments to this solicitation will not be mailed but will be posted at the website. Offerors are responsible for obtaining solicitation from Contract Opportunities and acknowledging all amendments to this solicitation. The Contracting Officer and point of contact for this solicitation is Valerie Wallace, E-mail: valerie.wallace1@va.gov. Telephone requests will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/95d83b5031534220871e0013528e20c5/view)
- Place of Performance
- Address: Department of Veterans Affairs;National Cemetery Administration;Rock Island National Cemetery;Rock Island Arsenal;Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN05650104-F 20200509/200507230205 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |