DOCUMENT
Z -- Roof Warranty Service Contract - Attachment
- Notice Date
- 4/1/2014
- Notice Type
- Attachment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24714I0507
- Response Due
- 4/10/2014
- Archive Date
- 6/9/2014
- Point of Contact
- Ronnette Coffman
- E-Mail Address
-
9-6379<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice: Roof Warranty Service Engineering Services DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to Ronnette.coffman@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 238160, Roofing Contractors (size standard $14 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the services in accordance with the Draft Statement of Work (SOW) dated 01-17-2014. REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to perform the inspection, repairs, preventative maintenance, and other requirements for the building roofs as described in the SOW dated 01-17-2014. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. (3) WAGE DETERMINATION: Potential sources must identify what Department of Labor Wage Determination Schedule would apply to employees of your firm for this work; Service Contract Act (SCA) or Davis-Bacon Act (DBA). Responses must be emailed to Ronnette.coffman@va.gov no later than 2:00pm EDT on Thursday, April 10, 2014. Your response should include the STATEMENT OF CAPABILITY, BUSINESS SIZE AND SOCIO-ECONOMIC STATUS, AND WAGE DETERMINATION information as explained above. Please include "Roof Warranty Services" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. ~~DRAFT~~ STATEMENT OF WORK 1-17-14 A.GENERAL INFORMATION 1.Title of Project: Medical Center Roof Warranty Contract 2.Scope of Work: The contractor shall provide all labor, supervision and all other resources required to warranty maintenance of approximately 62,872 square feet of roof area and approximately sixteen[16] roof sections. The roof sections are roof 1,5,8,15,17,31,32,36,36a,39,40, and the following new roof areas: MRI, Mental Health Addition, Electrical Vault Building and the generator building[ see attached drawing] at the Ralph H. Johnson VA medical center[109 Bee Street, Charleston, S.C. 29401. To also include the Myrtle Beach CBOC[ 3381 Phillis Blvd. Myrtle Beach, S.C. 29577. 3.Performance Period: The contractor shall complete the work required under this SOW in during Fiscal Year 2014[Oct 2013 to Sept. 2014] with four option years. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 4.Type of Contract: Firm-Fixed-Price B. GENERAL REQUIREMENTS Contractor shall provide a warranty program that includes one site visit per year to inspect and repair all roofs as specified. The roof sections are roof 1,5,8,15,17,31,32,36,36a,39,40, and the following new roof areas: MRI, Mental Health Addition, Electrical Vault Building and the Generator Building at the Ralph H. Johnson VA Medical Center[ 109 Bee St., Charleston, S.C. 29401]. To also include the Myrtle Beach CBOC[ 3381 Phillis Blvd. Myrtle Beach, S.C. 29577]. During the year inspection the contractor shall provide a Leak Response Program, inspections, housekeeping, preventative maintenance, and a roof inspection report. Prior to initial leak response program, inspections, housekeeping, preventative maintenance, and roof inspection report, the existing roofs must be brought up to maintainable state. Leak Response Program This includes a 1-800, 24 hour-a-day phone number to which leaks can be reported. The contractor shall promptly respond to the leak. The contractor shall pay for any leak repairs unless they are caused by a source excluded by the terms of the agreement. For repairs not paid for by the contractor, the VA will be billed at a pre-arranged repair rate. If necessary, a follow-up inspection to the leak area will be conducted to examine the repair quality and identify additional roofing concerns. On Line leak reporting shall be available for leaks that are reported through the 1-800 number. These reports shall provide the following: 1. Number of customer calls into the system. 2. Response time for each call. 3. Overview of follow up recommendations. Inspections, Housekeeping, and Preventive Maintenance Once a year during the term of this Agreement, the Contractor shall inspect the roof and provide preventive maintenance and general housekeeping services. Roof inspection services include: "Metal edge flashing components-incidental tears, splits and breaks in the membrane flashings will be repaired with appropriate repair mastics and membranes. "Incidental tears and splits in the flashing membrane will be repaired with appropriate repair mastics and membranes. Incidental open or split flashing strip-ins will be repaired with appropriate repair mastics and membranes. Unsecured rooftop equipment will be secured. Exposed fasteners will be sealed. Intermittent voids in termination bar and counter flashings sealant will be resealed. "Roof membrane maintenance repairs-incidental tears, breaks and splits in the flashing membrane will be repaired with appropriate repair mastics and membranes. Incidental splits and blisters that threaten the roof integrity will be cleaned, primed and repaired with appropriate repair mastics and membranes. Intermittent voids in metal projections[hoods and clamps] sealarits will be resealed. "Preventive maintenance services do not include: a.Repairs or maintenance of any building component other than the roofing system. b.Remediation or abatement of mold. c.Recoating of roof membranes. General rooftop housekeeping services are as follows: "Removal of debris [i.e., leaves, branches, paper and similar items] from the roof membrane [excluding HVAC and other major equipment]. "Removal of debris from the roof drains, gutters, and scuppers. "All debris will be disposed of at the owner's expense at owner's approved on-site location.[housekeeping and general rooftop preventive maintenance does not absolve the building owner/customer from keeping effluent and debris from the roof surface. Customer agrees that all debris on or removed from the roof is the sole property of customer and it is the sole responsibility of customer to properly dispose of said debris.] Roof Inspection Reporting The contractor shall provide reporting from the roof inspections. The reports shall become part of the roof database maintained on the roof system. All reporting shall be provided through the Contracting Officer Representative {COR] or Designee. The data is capable of modification by individuals authorized by customer and is also available as read only data to authorized individuals. SCHEDULED MAINTENANCE 1.MATERIALS TO BE FURNISHED: All equipment and supplies needed to provide described service. 2.PARTS TO BE FURNISHED AND INSTALLED OR REPAIRED: n/a. The contractor shall be responsible for protecting the personnel furnishing services under this contract. The Contractor shall take all precautions necessary to protect existing structures and furniture. Any items that are damaged during the course of the work shall be repaired or replaced by the Contractor at no cost to the Government. Contractor shall take special precautions to ensure a safe work environment for the employees, contractors, and visitors. Contractor will make a reasonable effort to not be disruptive to hospital operation other contractors, or working staff at the job site. The parties agree that the contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose. Except in emergencies and as directed by the COR, the contractor shall not be required to perform services on Federal holidays. 1.FAILURE TO PERFORM a.Should any of the services not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. Should the work remain deficient, the COR may have the work accomplished by other means and deduct the cost thereof from the monthly payment. When the defects in services cannot be corrected by re-performance, the Government may: i.Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and ii.Reduce the contract price to reflect the reduced value of the services performed. b.If the Contractor fails to promptly perform the services in conformity with the contract requirements or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may: i.By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or ii.Terminate the contract for cause. WORK SCHEDULING AND REPORTING ACCOMPLISHMENTS 1.The Contractor shall instruct his/her personnel that any time they perform work under this contract they shall comply with the following procedures: a.Contact the COR or his/her designated representative when first arriving at the building. If the work is of a continuing nature, a check-in visit is required each day. 2.At the completion of the work, the Contractor's employees shall submit to the COR or the designated representative a copy of a work order, repair order or a form which shall furnish the following information: "Name and address of the Contractor. "Name of Contractor's employee in charge of the work "Date(s) work performed and hours expended. "Brief description of work performed including equipment identification. C. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. D. REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the COR with a copy of any licenses and/or permits obtained. E. TRAVEL All work is to be conducted at the Ralph H. Johnson VAMC located at 109 Bee Street, Charleston, South Carolina. The contractor is responsible for any anticipated travel and per diem. F. GOVERNMENT RESPONSIBILITIES The VA shall grant the Contractor and its Subcontractor permission to all areas of the Ralph H. Johnson VA Medical Center that are required access to provide the Elevator Renovations. G. CONTRACTOR EXPERIENCE REQUIREMENTS Contractor must be licensed and insured. All national building codes will be followed. H. 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 VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. 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 project, shall not be publicized without the written approval of the CO. I.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as Low Risk. 2.Background Investigation - The level of background investigation commensurate with the required level of access is Minimum Background Investigation. a.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. b.Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c.The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. d.Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714I0507/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-I-0507 VA247-14-I-0507.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1285565&FileName=VA247-14-I-0507-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1285565&FileName=VA247-14-I-0507-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-I-0507 VA247-14-I-0507.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1285565&FileName=VA247-14-I-0507-000.docx)
- Record
- SN03325333-W 20140403/140401234454-e476fc07172d6a615f7b9dad98807ea3 (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 |