Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
MODIFICATION

56 -- ROOF REPAIR

Notice Date
1/25/2013
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
VA Regional Office;9500 Bay Pines Blvd;Bay Pines FL 33708
 
ZIP Code
33708
 
Solicitation Number
VA31713R0004
 
Response Due
1/30/2013
 
Archive Date
3/1/2013
 
Point of Contact
TERESA M EDWARDS
 
E-Mail Address
9-5994<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for an urgent roof repair for the St. Petersburg Regional Office. This is the only solicitation that will be posted. No other proposal will be provided. Any questions regarding this combined synopsis/solicitation must be provided via email to the contracting officer: Teresa.edwards1@va.gov. All questions must be email no later than 11:00 am EST on Tuesday, January 29, 2013. All questions and answers will be posted on www.fbo.gov by 3:00 pm EST on Tuesday, January 29, 2013. Proposals are due on January 30, 2013, 3:00 pm via email: Teresa.edwards1@va.gov. NO FACSIMILE PROPOSALS WILL BE ACCEPTED. The NAICS Code is 238160 with a size standard of $14.0 million, construction, roof repairs. This requirement is 100% set aside for Service-Disabled, Veteran-Owned Small Businesses. This acquisition is solicited pursuant to Public Law 109-461, 38 USC section 8127, as a Service-Disabled Veteran-Owned Small Business Set-Aside. Additionally, this acquisition will be conducted in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process (LPTA). The Department of Veterans Affairs, Veterans Benefits Administration intends to award one (1) firm-fixed price contract for the roof repair requirement. Bids over $100,000 must include a bid bond. Successful offeror(s) will be required to be actively registered in System for Award Management (SAM), upon submission of proposal. Due to the urgent need of roof repairs, if vendors are not active in SAM, this could be a reason for non-responsiveness. Offeror(s) not already registered in the SAM database are highly encouraged to register via internet at www.sam.gov. In accordance with FAR 4.1201(a) Prospective contractors shall complete Electronic Annual Representations and Certifications (ORCA) now completed through the SAM database. Vendors must be listed in the Vetbiz.gov Vendor Information Pages at www.vetbiz.gov and be CVE certified. SCOPE OF WORK The St. Petersburg Regional Office's current roof is in a deteriorating condition. The area of concern is the roof area around the skylight, and the numerous equipment penetrations through the roof. Correction is needed of the negative roof deck slope that directs water towards the base of the skylight. Per current recommendations of the National Roofing Contractors Association, standing seam metal roofs should have a minimum positive drainage slope of ½" per foot of run. Upon review of the original building plans and details, a positive drainage slope of minimum ¼" per foot of run was indicated for the metal roof deck. While on six of the eight skylight sides the roof does appear to have a positive drainage slope away to the building perimeter, the two problematic areas do not. The decking appears to have been subject to excessive deflection between the purlin support elements directly at the skylight perimeter, resulting in a permanent bending of the deck surface and resultant ponding of water at the skylight base. While it may be possible to reverse the deck deflection from beneath (via the interstitial space between metal deck and concrete roof deck), spray is required on polyurethane to metal decking atop the existing to provide the required positive slope. Above ceiling drywall repair: Provide dust shield for office area. Removal necessary ceiling grid and tiles. Remove damaged drywall in the locations identified in the walk thru" Rm. 308". Inspect framing for damage. Replace drywall / ceiling grid. Paint area. Paints shall be Sherman Williams or equal the walls shall be painted with SW 7042. Colors to be determined by the contracting officer or delegate, upon contract award. PERIOD OF PERFORMANCE Urgent requirement for roof repair. Vendors must submit timeline for completion in their response. Timelines are critical in evaluating the responses for award. PLACE OF PERFORMANCE All work is to be coordinated with the VA Regional Office (VARO), 9500 Bay Pines Blvd., St. Petersburg, FL. The VA Project Manager will be assigned upon contract award. WORK REQUIREMENTS The contracting officer will confirm when work can begin. All work shall be coordinated and scheduled with the Contracting Officer and the Contracting Officer has the right to reject any unsatisfactory, or unsuitable material, or workmanship. Any damage caused by any Contractor to the building, any of its contents, or tenants shall be the responsibility of the Contractor to correct in a timely manner. All work shall be accomplished in accordance with the best practices of the trades and to comply with all applicable local, state and national codes. The Contractor will make available a representative from the company who has decision-making authority available at all times during this project to answer questions or resolve problems or disputes. It is not the intent of the Government to supervise the Contractor's employees, or subcontractors, not to resolve any disputes or problems between the contractor and his/her subcontractor. The Contractor is responsible for ensuring his/her subcontractors and employees follow the contract specifications and provide one Representative to coordinate site progress with the VARO Contracting Officer and Point of Contact. Construction signs, caution tape, and any other means of safety alerts should be posted prior to any work to commence. Access to construction area will be off limits to incoming traffic. No construction will be allowed to begin until these safety alerts are in place. SCHEDULE/MILESTONES An inspection tour of the site will be held if requested before the close date of RFP. Offeror's are advised to refrain from visiting the site without first arranging a site inspection. Arrangements for site inspections will be communicated through the contracting officer and delegated, as needed at time of award. When possible, all Offeror work shall be scheduled during normal building operations. Normal operational hours for the facility are from 6:00 a.m. to 6:00 p.m. EST Monday through Friday, with the exception of any electrical, or water cut off, which shall be scheduled after normal hours. An accelerated time line is required to complete the project. The Contractor will have to work around the occupants and may be interrupted from time to time. The Contractors shall include clean up time in the schedule of work. The VARO Project Manager shall approve all Contractors' working schedules prior to beginning the work. In the event of construction delays, or acceleration, the working schedule shall be updated immediately and sent to the VARO Project Manager and the contracting officer. ACCEPTANCE CRITERIA 1.Provide on-site management, coordination and technical assistance by a project manager working with the Government representative throughout the installation phase. 2.Meet all incoming delivery vehicles at the building entrance, unload deliveries, check for damages, and move them to the desired areas. Trucks are not allowed to remain in the loading dock area. 3.Offeror shall provide two copies of each of the following: a. Product Warranties b.Copies of final drawings with part numbers. c.Certification/evidence the proposed products meet commercial quality and safety standards; i.e. ASTM, Underwriters Laboratory testing. Provide evidence the proposed products are manufactured in the United States. The Contractor shall furnish qualified trades people for the work described for this project. The contractor must use www.wdol.gov for Davis/Bacon Wage Rates. The Contractor shall be responsible for any permits, fees or inspections, if required by local building authorities. OTHER REQUIREMENTS Within five working days of award of the contract, the Contractors will furnish to the Contracting Officer completed VA Form 20-0344 ANNUAL CERTIFICATION OF VETERAN STATUS AND VETERAN-RELATIVES. The government reserves the right to deny any individual access to the building. All employees of the Contractors and any sub-contractor will be issued building identification badges and will be required to wear them in a visible site at all times while on the premises. SITE CONDITIONS A. Prior to start of work, the Contractor shall verify all site conditions and measurements for accuracy. Failure by the Contractor to visit the site and verify actual conditions will not be grounds for increase of cost after award. B.The VARO office will remain open and fully functional during this project; therefore, all Contractors must make every attempt to minimize the noise level while performing this work. Veteran client traffic and high level visitor traffic shall occur on a daily basis. Disruption to occupied areas must be kept to a minimum, as veterans and visitors will be received throughout the duration of the project. C.Construction signs, caution tape, and any other means of safety alerts should be posted prior to any work to commence. Access to construction area will be off limits to incoming traffic. No construction will be allowed to begin until these safety alerts are in place. Clauses The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: 52.222-5 Davis-Bacon Act-Secondary Site of the Work (Nov 2012); 52.228-1 Bid Guarantee (Sep 1996); 52.233-2 Service of Protest (Sep 2006); 52.236-15 Schedule of Construction Contracts (Apr 1984); 52.236-27 Site Visit (Construction) (Feb 1995); VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Dec 2009); 52.215-1 Instructions to Offerors-Competitive Acquisition (Dec 2012); 52.204-8 Annual Representations and Certifications (Dec 2012); 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2012); 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984); 52.225-9 BUY AMERICAN ACT--CONSTRUCTION MATERIALS (SEP 2010); 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT-CONSTRUCTION MATERIALS (FEB 2009); 52.225-11 BUY AMERICAN ACT--CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (NOV 2012); 52.242-14 SUSPENSION OF WORK (APR 1984); VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002); VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984); VAAR 852.236-85 SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984); VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008); VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993); VAAR 852.236-88 CONTRACT CHANGES-SUPPLEMENT (JUL 2002); VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008) ALTERNATE I (JAN 2008);VAAR 852.236-91 SPECIAL NOTES (JUL 2002);VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008);VAAR 852.246-75 WARRANTY FOR CONSTRUCTION-GUARANTEE PERIOD SERVICES (JAN 2008); VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (INTERIM-OCT 2008). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/StPVARO/StPVARO317/VA31713R0004/listing.html)
 
Place of Performance
Address: VA REGIONAL OFFICE;9500 BAY PINES BLVD;ST PETERSBURG, FL
Zip Code: 33708
 
Record
SN02973096-W 20130127/130125234911-f3e87c59d297b24feb2f9ef1cea8366c (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.