Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
DOCUMENT

Z -- BATAVIA FENCE - Attachment

Notice Date
4/24/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 103, BLDG 3, 222 RICHMOND AVENUE;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA52814B0026
 
Response Due
6/16/2014
 
Archive Date
9/14/2014
 
Point of Contact
SABRINA BRINKMAN, CONTRACTING OFFICER
 
E-Mail Address
SABRINA.BRINKMAN@VA.GOV
(Sabrina.Brinkman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
UPDATE 4/24/14: THIS PROJECT HAS BEEN REACTIVATED. A SOLICITATION WILL BE FORTHCOMING ON OR ABOUT 5/12/14. A SITE VISIT WILL BE ANNOUNCED SOON. PROJECT DESCRIPTION: Contractor shall completely prepare the project site; furnish labor, equipment, material and supervision to Replace Fence for the VA WNY Health Care System at Batavia - as required by specifications and all applicable VA, local, state, and federal codes, rules, regulations, and practices. Base Bid: Fence along West side and North Side property lines. 1)Contractor shall remove all existing damaged chain link fencing and all existing damaged fence posts (complete with concrete) located along the entire West property line and North property line. 2)Contractor shall remove all existing chain link fencing that is less than 8 ft. in height and all existing fence posts (complete with concrete) that are less than 8 feet in height along the entire West property line and North property line. 3)Contractor shall properly dispose of all panels, fence posts, concrete bases and any other debris created by the removal of the fence and posts. 4)Contractor shall furnish and install new 8 ft. height fence posts, caps, and brackets along the entire length of the West and North property lines. New posts, caps, rails, brackets and all associated components shall be galvanized. End and corner posts shall be 3.5" O.D. with 0.216" wall thickness. Line posts shall be 2.875" O.D. with 0.203" wall thickness. Top rail, brace rail, and bottom rail shall be 1" O.D. 5)Contractor shall furnish and install new 8 ft. height fencing material along entire West and North property lines. New fencing material shall be 9 ga. galvanized and match existing in shape, and size. 6)Posts shall have concrete foundations of 12" diameter by 36" deep, with a maximum spacing of 8 feet. 7)Contractor shall clear property lines of existing brush, trees, shrubs, and any other type of vegetation for the installation of new fencing. CONTRACTOR shall obtain written approval from COR prior to the removal of any brush, trees, or shrubs. 8)Successful bidder will need to verify grade change in various locations to insure level installation of all components. All site conditions to be verified by bidders. 9)After installation of new fence Contractor shall clean all debris and restore landscaping to original condition. C. Option #1: Fence along East side property line. 1)Contractor shall remove all existing damaged chain link fencing and all existing damaged fence posts (complete with concrete) located along the entire East property line. 2)Contractor shall remove all existing chain link fencing that is less than 8 ft. in height and all existing fence posts (complete with concrete) that are less than 8 feet in height along the entire East property line. 3)Contractor shall properly dispose of all panels, fence posts, concrete bases and any other debris created by the removal of the fence and posts. 4)Contractor shall furnish and install new 8 ft. height fence posts, caps, and brackets along the entire length of the East property line. New posts, caps, rails, brackets and all associated components shall be galvanized. End and corner posts shall be 3.5" O.D. with 0.216" wall thickness. Line posts shall be 2.875" O.D. with 0.203" wall thickness. Top rail, brace rail, and bottom rail shall be 1" O.D. 5)Contractor shall furnish and install new 8 ft. height fencing material along entire East property line. New fencing material shall be 9 ga. galvanized and match existing in shape, and size. 6)Posts shall have concrete foundations of 12" diameter by 36" deep, with a maximum spacing of 8 feet. 7)Contractor shall clear property lines of existing brush, trees, shrubs, and any other type of vegetation for the installation of new fencing. CONTRACTOR shall obtain written approval from COR prior to the removal of any brush, trees, or shrubs. 8)Successful bidder will need to verify grade change in various locations to insure level installation of all components. All site conditions to be verified by bidders. 9)After installation of new fence Contractor shall clean all debris and restore landscaping to original condition. D. Option #2: Fencing along South side property line. 1)Contractor shall remove approximately 13 existing ornamental fence panels, approximately 9 existing ornamental fence posts located on the South side (Richmond Ave.) of the facility. 2)Contractor shall properly dispose of all ornamental panels, fence posts, concrete bases and any other debris created by the removal of the fence and posts. 3)Contractor shall fabricate and install new ornamental fence posts, caps, and brackets to match existing. New posts, caps, and brackets shall match existing in material, shape, and size. Posts, caps, and brackets shall be galvanized. Posts, caps, and brackets shall be primed and painted according to Specification Section 09 91 00 and match existing color as closely as possible. 4)Contractor shall fabricate and install new ornamental fence panels to match existing. New panels shall match existing in material, shape, and size. Panels shall be galvanized. Panels shall be primed and painted according to Specification Section 09 91 00 and match existing color as closely as possible. 5)Posts shall have footings of 12" in diameter and 36" deep below finish grade set in concrete. 6)Contractor shall remove two ornamental entrance gates and all associated components and hardware at the secondary entrance located on the South side (Richmond Ave.) of the facility. 7)Contractor shall grind and sandblast gates and all associated components to bare metal. Gates and all components shall be galvanized. Gates and all components shall be primed and painted according to specification Section 09 91 00 and match existing color as closely as possible. Gates shall be re-assembled, re-hung, and tested by Contractor to assure they are working properly. 8)Contractor shall remove all existing chain link fencing that is less than 8 ft. in height and all existing fence posts (complete with concrete) that are less than 8 feet in height along the entire South property line. 9)Contractor shall properly dispose of all panels, fence posts, concrete bases and any other debris created by the removal of the fence and posts. 10)Contractor shall furnish and install new 8 ft. height fence posts, caps, and brackets along entire length of South property line. New posts, caps, rails, brackets and all associated components shall be galvanized. End and corner posts shall be 3.5" O.D. with 0.216" wall thickness. Line posts shall be 2.875" O.D. with 0.203" wall thickness. Top rail, brace rail, and bottom rail shall be 1" O.D. 11)Contractor shall furnish and install new 8 ft. height fencing material along entire length of South property line. New fencing material shall be 9 ga. galvanized and match existing in shape, and size. 12)Posts shall have concrete foundations of 12" diameter by 36" deep, with a maximum spacing of 8 feet. 13)Contractor shall clear property lines of existing brush, trees, shrubs, and any other type of vegetation for the installation of new fencing. CONTRACTOR shall obtain written approval from COR prior to the removal of any brush, trees, or shrubs. 14)Successful bidder will need to verify grade change in various locations to insure level installation of all components. All site conditions to be verified by bidders. 15)After installation of new fence Contractor shall clean all debris and restore landscaping to original condition. All work will take place Monday-Friday, 7:30AM-4:00PM, except work that will adversely affect Hospital operations. Requests to conduct work outside of these hours must be submitted in writing at least fourteen (14) days in advance of the anticipated work to the COR. If the alternate work schedule is agreed upon, work can proceed. All mobilization and demobilizations services such as setting up a work facility including, but not limited to: a shop, storage area, office, sanitary facilities, services, etc. as required by local and/or state laws and regulations. The mobilization work associated with the facilities mentioned shall be done in a safe and workmanlike manner and shall conform to all pertinent state and local laws and regulations. All work will be performed, using properly trained journeyman, using tools and equipment specific to the task and in a manner that is considered acceptable industry wide. At any time the COR may deem any tool, technician, or method unacceptable based on this authority of inspection/acceptance of services. Job Conditions: a.Safety, observe all VA, OSHA and federal safety regulations and manufacture's warning and instructions for storage, handling and application of painting materials. b.Take necessary precautions to protect personnel and property from hazards due to falls, injuries, toxic fumes, fire explosion, or other harm. c.File for, obtain, and adhere to all permits and recommendations made by the VA Infection Control Department and safety department. The VA agrees to provide the contractor access to all areas and to supply suitable electric power (if necessary) to complete the task. In the event that it becomes difficult for the contractor to complete his work because of patient care related activities or security issues, the contractor will not be obligated to complete work in the area of concern at the time of his scheduled visit. He will be obligated to complete the work as soon as it is possible. The final authority relative to this decision will be the facility Engineering Manager. Unless fully absolved by the VA, contractor is responsible for completing all work. A.The CONTRACTOR shall perform all work in strict accordance with all applicable federal, and state rules, regulations, guidelines, and the contract documents. The CONTRACTOR is responsible for an accurate field verification of all work to be performed prior to bidding. This procurement has been set aside 100% to Service-Disabled Veteran Owned Small Business concerns. Offers from other than Service-Disabled Veteran Owned Small Business concerns will NOT be considered and shall be rejected. This solicitation will be awarded to the lowest responsible bidder. Solicitation packages will be available via FedBizOpps.gov on or about December 9, 2013. All questions concerning this project MUST be in writing and NO phone calls will be accepted. Please contact Sabrina Brinkman, Contracting Officer, RM 103 Bldg 3, 222 Richmond Avenue, Batavia, NY 14020. NAICS code is 236220 (Commercial and Institutional Building Construction). Size standard is $33.5 million. Project Cost Range is $250,000-$500,000. Bidders are encouraged to attend the Pre-Bid Meeting and walk through at the Batavia VA Medical Center, Bldg 1, Lobby Area. The date is scheduled for 10am on Thursday, December 12, 2013. NO OTHER WALK THROUGH WILL BE SCHEDULED. Please email Sabrina Brinkman at Sabrina.Brinkman@va.gov to confirm date and time of the scheduled walk through. Bidders should re-visit the website located at www.fedbizopps.gov periodically to look for updates. All requests for information are required to be submitted in writing to the Contracting Officer and shall be received prior to the bid opening by the date specified in the solicitation. NO hardcopies, NO telephone inquiries or questions, ONLY in writing, will be accepted no later than seven (7 days) prior to bid opening. Award is subject to availability of funds. No faxed or emailed bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52814B0026/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-14-B-0026 VA528-14-B-0026 RESTART.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327089&FileName=VA528-14-B-0026-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327089&FileName=VA528-14-B-0026-007.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03348281-W 20140426/140424235433-177702bb5e17e526e050e111093ea4f9 (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.