Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
DOCUMENT

Y -- 629-14-2-6945-0001 - NRM Project 629-14-106 *Special*- Install Awnings at SPS and Hammond Clinic - VA256-14-AP-2926 - Attachment

Notice Date
1/30/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25614R0392
 
Response Due
2/28/2014
 
Archive Date
3/30/2014
 
Point of Contact
Krystal Glasper
 
E-Mail Address
6-8470<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ***THIS IS A PRE-SOLICITATION NOTICE ONLY**** **THIS REQUIREMENT WILL BE SET-ASIDE 100% FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES** The Department of Veterans Affairs, Network Contracting Office 16, Southeast Louisiana Veteran's Health Care System (SLVHCS) intends to solicit a firm-fixed price contract to provide all labor, tools, equipment, materials, supervision, etc necessary to install an aluminum awning over the loading dock of the SPS building and a canvas hip roof shade over the outdoor exercise equipment located in the parking lot of the Hammond Clinic. A request for proposals for this project is estimated to be released on or about February 7, 2014. Details of all dates and events, including site visits will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. Southeast Louisiana Veterans Health Care System NRM Project 629-14-106 SCOPE OF WORK Install Awnings at SPS and Hammond Clinic 1601 Perdido Street, New Orleans, LA 1.INTRODUCTION: Southeast Louisiana Veterans Health Care System has two locations which require the addition of an awning or shade structure to prevent exposure to inclement weather and extreme heat. The first location is the SPS Building located at 1601 Perdido Street, New Orleans, LA. The building currently has an uncovered loading dock on the North side of the building. Deliveries and shipments of sterilized medical supplies and equipment along with receiving and shipping personnel are frequently being exposed to inclement weather. An awning over this area is needed to provide protection from the elements during delivery times. The second location is at the Hammond Clinic located at 1131 S. Morrison Blvd., Hammond, LA. This property currently has an uncovered outdoor fitness equipment area on the North side of the parking lot. Veterans who use this equipment have no relief from the sun and extreme heat during their workout sessions. A shade structure over this area is needed to reduce Veterans exposure to the sun and extreme heat common in Southeast Louisiana. 2. OBJECTIVE: Contractor shall provide all labor, tools, equipment, materials, supervision, etc. necessary to install an aluminum awning over the loading dock of the SPS building and a canvas hip roof shade structure over the outdoor exercise equipment located in the parking lot of the Hammond Clinic. 3.MAJOR REQUIREMENTS: a.Contractor shall provide all labor, tools, equipment, materials, supervision, etc. needed to install the awnings as noted on the attached drawings. b.Contractor shall be responsible for obtaining all permits and utility locates required prior to the start of work. c.All work must be coordinated with VA personnel prior to beginning work. d.Contractor shall be responsible for completing any necessary preparation work to the installation area. e.Contractor shall furnish and install an aluminum awning system and provide all necessary accessories and fasteners at the SPS building as noted on the drawings. The awning structure shall be designed/engineered to meet or exceed International Building Code (IBC), national and local building codes. Field measurements shall be taken for verification of dimensional correctness in relation to the drawings. f.Contractor shall provide and install a minimum 29' wide x 29' length with an 8' entry height hip roof shade structure. Powder coated finish and direct embedment columns required; turnbuckle tensioning system with quick and easy cover removal. Shade structure shall provide protection against ultraviolet radiation and heat, and shall be designed/engineered to meet or exceed International Building Code (IBC), national and local building codes. Request a 20-year non-prorated warranty on steel framework and a 15-year non-prorated warranty on its fabric. g.The awnings must be tested by the contractor and accompanied with a written report noting compliance with all applicable codes and overall desired performance. h.Contractor shall be responsible to cleanup area after each work day and keep area clean at all times. i.Prior to commencing work, contractor shall provide proof that a OSHA designated "competent person" (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. 4.MEETINGS AND REVIEWS: The Notice to Proceed shall be issued at the contract award meeting. 5.TRAVEL REQUIREMENTS: The contractor is responsible for providing transportation/travel for all materials, supplies, personnel and all items needed to complete this work. 6.CONTRACTING OFFICER'S REPRESENTATIVE (COR): a.COR: Angela Fritz, 504-553-5967 b.Alternate: Gary Speyrer, 504-553-5967 c.No Government personnel, other than the Contracting Officer (CO), have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification. 7.REPORTS/DELIVERABLES: Product Data: a.Submit manufacturer's current specifications and installation instructions. Shop Drawings: b.Submit shop drawings showing details of fabric, aluminum, frame, trim, fastening and anchoring methods. Awning installation shall not start until shop drawings are approved by COR. Samples: c.Submit actual awning samples along with material and color. Quality Control Submittals: d.Submit actual test documentation including structural, wind pressure, flame retardant and corrosion resistance tests. e.Submit material and fabric warranty. Safety: f.All employees of general contractor or subcontractors shall have the 10-hour or 30-hour OSHA Construction Safety course and other relevant competency training, as determined by Construction Safety Committee. Submit training records of all such employees for approval before the start of work. g.Submit formal site specific safety plan to VA safety office for approval prior to beginning work. 8.PERIOD OF SERVICE: Project complete Notice to Proceed + 120 calendar days 9.SECURITY: a.If a site visit is warranted in order to render services, the contractor will be required to check in first with VA Police prior to entering the premises. All site visits must be scheduled with VA prior to visit. b.The contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 10.CONTRACTOR QUALIFICATIONS: The contractor shall ensure that all personnel are qualified, experienced, and licensed in accordance with state and federal regulation regarding this service. 11.CONFIDENTIALITY AND NONDISCLOSURE: It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this contract are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. 2.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this contract, shall not be publicized without the written approval of the CO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25614R0392/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-R-0392 VA256-14-R-0392.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1185356&FileName=VA256-14-R-0392-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1185356&FileName=VA256-14-R-0392-000.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: Southeast Louisiana Veterans Health Care System;1601 Perdido Street;New Orleans,LA
Zip Code: 70114
 
Record
SN03277484-W 20140201/140130234450-a4706b817418a0bacede6b761faa3af3 (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.