SOLICITATION NOTICE
Z -- 621-23-106 - Restore Exteriors of Historical Quarters
- Notice Date
- 2/9/2023 1:35:37 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24923B0007
- Response Due
- 1/18/2023 8:00:00 AM
- Archive Date
- 04/27/2023
- Point of Contact
- Bradley Martin, Contract Specialist, Phone: 615-225-6478
- E-Mail Address
-
Bradley.Martin5@va.gov
(Bradley.Martin5@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A PRE-SOLICIATION NOTICE The Department of Veterans Affairs, Network Contracting Office 9 Central Region, 1639 Medical Center Parkway, Suite 400, Murfreesboro, Tennessee 37129 will be soliciting an Invitation for Bids (IFB) on or about 02/01/2023 for construction services for the following project: Project# 621-23-106 Restore Exteriors of Historical Quarters at the Department of Veterans Affairs, James H. Quillen VAMC, Lamont Street and Veterans Way, Mtn. Home, TN 37684. SET-ASIDE: This will be a 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns under the authority of 38 U.S.C. section 8127 (d). PROJECT MAGNITUDE: Between $2,000,000.00 and $5,000,000.00 NAICS: 236220 Commercial and Institutional Building Construction SMALL BUSINESS SIZE STANDARD: $45 Million PROJECT OVERVIEW: Construction project to restore the exteriors of five historical quarters buildings located at the James H. Quillen VA Medical Center. The offeror shall furnish all labor, materials, equipment, and expert supervision to perform the renovations of Buildings 15, 45, 46, and 47 in accordance with applicable regulations, including approved alterations by the State Historical Protection Office (SHPO). The work includes, but is not limited to, restoration and/or renovation that includes replacing wood; installing water-resistant barrier; painting; conducting roof repair/replacement; tuckpointing and repairing damage to brick foundations, steps, and chimneys; replacing gutters and downspouts; and, extending discharges from downspouts 25 feet away from the building in order to safeguard these buildings historical and architectural elements. Period of performance is 400 calendar days. The contractor will be working around an occupied and operating hospital. The contractor will be required to keep roads, walks, and entrances to grounds parking and occupied areas of the surrounding buildings clear of construction materials, debris, and standing construction equipment and vehicles. Submittals regarding staging of equipment, crane placements, storage of supplies, etc. are required. Tasks to be accomplished: Supervision/Communication - The Contractor shall provide support which shall include: Single Point of Contact: Contractor will designate a representative as project manager to act as a point of contact during the planning, submittal and construction phase of the period of performance. The contractor shall also designate a Site Superintendent that shall be present when work is being performed on site at the VA. Prior to beginning any work, the Contractor shall supply the Contracting Officer s Representative (COR) with the telephone number for the Superintendent. Manufacturers Representatives: Contractor will identify each manufacturer s representative to answer any questions regarding product and service requests. The Contractor shall be responsible for the following services: On-site commissioning. Coordination of any subcontractors. The Contractor is responsible for all financial costs associated with any sub-contractors required for the execution of the scope of work. A detailed schedule in Procore or other approved scheduling software. Planning and Drawing - Contractor will coordinate construction and phasing schedules with the COR and provide the following: Contractor will be required to provide shop drawings and approved submittals that detail design, materials, and other information as coordinated with the COR. Contractor shall provide memo samples of final finish selections to the COR prior to order placement with manufacturer. These samples are to be organized in a 2 White D-Ring Binder and identify each line item on which the finish is to be used. Site Visits - The contractor shall coordinate the following site visits with the James H. Quillen VA Medical Center s COR and the Contractor s Project Manager and/or Site Superintendent: The contractor shall visit the project site to investigate the information shown on any Government-Furnished drawings, record (as-built) drawings, and other planning documents provided by VA. This information is the best available, but the Government does not guarantee its accuracy or completeness. A post-award walkthrough prior to ordering materials and fixtures to field verify all measurements, dimensions, existing conditions, and other information is required before ordering materials. If necessary, the contractor will communicate any noted differences based on the site walkthrough to the COR and the Contracting Officer in an existing condition survey. The contractor shall make no adjustments to his work due to the discrepancy before the Contracting Officer has reviewed the matter and forwarded his determination to the contractor. The contractor s failure to report any such discovered discrepancy or to wait for the Contracting Officer's determination shall be at his risk and expense. Contractor s Project Manager and/or Site Superintendent shall be present for a post-installation walkthrough to assess, document, and address any punch-list items. d. Deliveries - Deliveries of materials and equipment shall be made at times when the Contractor and/or the Subcontractor are available to accept. The VA will not be responsible for accepting, receiving or storing Contractor's and/or Subcontractor's delivered materials. e. Final Inspection and Acceptance - Contractor s Project Manager and/or Site Superintendent shall be present for a post-installation walkthrough to assess, document, and address any punch-list items. i. Upon identification of punch-list items, contractor shall submit a remediation plan to correct deficiencies to the Contracting Officer s Representative within five (5) working days. ii. Contractor shall prepare and provide inventory spreadsheet outlining excess or unused materials and coordinate with the COR for a storage location at the James H. Quillen VA Medical Center. Contractor shall deliver those items to the storage location. Contractor shall provide a detailed list of installed property. All items that can be identified by make, model, and serial number for the purpose of routine maintenance, repair or replacement of minor and major components unique to that products assembly or system shall be included. Complete finishing shall be completed as necessary. f. Submittals i. Submit product data, shop drawings, samples, fabrication specifications and installation instructions as specified in GENERAL REQUIREMENTS and as described herein within 60 calendar days of the NTP to the COR. ii. Submit samples of each required finish and color. Prepare samples on same materials to receive the finish. iii. Submit two (2) copies of manufacturer s data shop drawings and instructions. Submit two sets of samples. iv. Submit test data from independent testing agencies indicating that all performance characteristics specified have been complied with as necessary. v. The contractor will be working in and around an occupied and operating hospital. The contractor will be required to keep roads, walks and entrances to grounds parking and to occupied areas of building clear of construction materials, debris and standing construction equipment and vehicles. Submittals regarding staging of equipment, crane placements, storage of supplies, etc are required. Prior to completion of the contract, the contractor shall submit final copies of all drawings, schematics, diagrams, bill of materials, and coordination study results to the COR. Both preliminary and final deliverables shall be submitted in electronic format only (no USB drives). g. Ownership of Original Documents - All designs, drawings, specifications, notes, and other work developed in the performance of this contract shall be the sole property of the Government and may be used on any other work without additional compensation to the Contractor. The Contractor agrees not to assert any rights and not to establish any claim under the design patent or copyright laws. The Contractor, for a period of no less than 3 years after completion of the project, agrees to furnish and provide access to all retained materials (including electronic) upon request of the VA. Unless otherwise provided in this contract, the Contractor shall have the right to retain copies of all such materials beyond such period PART C - SUPPORTING INFORMATION Place of Performance James H. Quillen VAMC, Mountain Home, TN 37684 Period of Performance - All work shall be completed within 400 calendar days from the issuance of the Notice to Proceed (NTP). Scheduling - Work will be performed during normal business hours Monday-Thursday, 8:00 am to 5:00 pm. All other work that is required to be performed outside of established hours will need to be approved and coordinated with the COR ten (10) workdays in advance. The schedule shall be coordinated with the COR prior to submission. The contractor shall provide an interim schedule of at least first 90 days within 30 calendar days of the notice to proceed and the remainder schedule within 60 calendar days of the notice to proceed (NTP). Any work that requires electrical or HVAC work shall be coordinated with the COR with a minimum of five (5) days notice if it affects a patient care area and a minimum of a three (3) days notice if it affects an administrative area. All work requiring an energized work permit requires a minimum of three (3) days notice and must be approved by the Chief Engineer. If the contractor determines a change in scheduled is required, the COR shall be notified immediately and a change in scheduled shall be proposed and approved by the COR. Final Project Closeout shall be completed within 400 calendar days after notice to proceed (NTP). The contractor schedule shall allow for VA review periods ending the contractor s receipt of VA comments for each submission no later than 15 working days after VA receives the submission. Security Requirements - Contractors, contractor personnel, subcontractors and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Contractors, contractor personnel, subcontractors and subcontractor personnel are required to obtain VA identification badges or temporary badges for certain subcontractors where approved by the COR. Badges are required to be worn and visible at all times. All contractor personnel shall be required to review the Contractor Rules of Behavior agreement and Acknowledge and Accept the agreement and submit to the COR prior to beginning work on site. All contractor personnel shall be required to complete the VA Privacy Training for Personnel without Access to VA Computer Systems or VA Sensitive Information and submit to the COR prior to beginning work on site. Due to the scope of this work, the C&A requirements do not apply, and a Security Accreditation Package is not required. In regards to the VA Information Security Program Policy VA Directives and Handbook 6500, the IT security requirements for certification and accreditation (C&A) requirements do not apply to this project. Smoking Policy - The Contractor shall not allow smoking on campus. VA Mountain Home is a smoke-free facility. Violators may receive a warning or be issued a citation. Parking/Traffic Regulations - Parking Permit Request form must be completed if required. The Contractor shall not park on grassy areas unless approved by the COR, and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. Access and Outages The contractor shall coordinate access needs and system outages well in advance of scheduled work, but not less than ten (10) working days, with the COR. Contractor is responsible for investigation and research with regard to these areas and systems. System outage durations should be limited to reduce impact on other facility services, patients, visitors, and staff. Noisy and Disruptive Work The contractor shall limit impact of work activities with respect to noise, vibration, material transport and the like through scheduling, engineering controls, equipment selection, and advanced coordination with COR. Work activities shall not detrimentally impact continuous operations at the facility. (End of Statement of Work) IMPORTANT NOTICE: Apparent successful offerors must have a current VETS 4212 report on file with the Department of Labor, registered in SAM, and must apply for and receive verification from the Department of Veterans Affairs Center for Veterans Enterprise (CVE) of their SDVOSB status in accordance with 38 CFR Part 74 and VAAR 819.709 by submission of documentation of veteran status, ownership and control sufficient to establish appropriate status, offerors must be both visible and verified by the Department of Veteran Affairs CVE at the time of submission of bid. Failure to be both verified by CVE and visible on https://www.veterans.certify.sba.gov at the time of bid submission will result in the bid being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned requirement documents to obtain CVE verification of their SDVOSB status if they have not already done so. Questions related to this requirement will only be addressed in writing by way of email to the Contracting Specialist at Bradley.Martin5@va.gov. The Project Number, Project Name, and Solicitation Number must be included in the subject line of all questions related to this requirement. No questions will be considered until the actual solicitation is released on or about 02/01/2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7a78d09c6e546c69638087d114dd51f/view)
- Place of Performance
- Address: James H. Quillen VAMC Building 53 Corner of Lamont & Veterans Way, Mountain Home 37684
- Zip Code: 37684
- Zip Code: 37684
- Record
- SN06587200-F 20230211/230209230113 (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 |