Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

99 -- NRM Project #839NRM17-05. North Atlantic to Replace Concrete, Asphalt, Underdrain & Other Repairs at Culpeper National Cemetery - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617R0165
 
Response Due
3/24/2017
 
Archive Date
5/8/2017
 
Point of Contact
Henry C. Dukes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 3 The National Cemetery Administration issued a requirement to Replace Concrete and Asphalt, Underdrain, and other repairs at Culpeper National Cemetery. Project Location: Culpeper National Cemetery, 305 U.S. Avenue, Culpeper, VA 22701. The Contractor shall furnish all tools, labor, materials, equipment, services and professional design services to perform work described below, in other specification sections, and on the drawings at Culpeper National Cemetery as required by the work scope, specifications, and drawings. Specific Work shall include, but shall not be limited to the following for project to Replace Concrete and Asphalt, Underdrain, and other repairs (not necessarily in the order indicated): This numbered requirement only applies to work items specifically noted as DESIGN BUILD ELEMENTS below. The contractor shall engage the services of a professional design firm which specializes in the work contained in this project. Contractor shall submit this firm for approval complete with qualifications prior to the start of construction. Contractor and this professional design firm shall submit design drawings. Design drawings shall be: scaled drawings, Final construction documents, stamped and sealed by a professional engineer in the state where the work is to take place, submitted full size (30x42 ) and in electronic format (pdf) to both the Project Engineer and the Cemetery Director. The contractor shall submit submittals including shop drawings and any other specification requirements to the COR for review and approval prior to fabrication/installation. Submittals approved by the owner (VA/NCA) are required prior to starting on the corresponding work. 1. Concrete demolition and replacement (historical side drive and walkway to flagpole area). Reference drawing 839-NRM17-05-001 for more information and clarity. Demolish existing concrete slab roadway and walkways, including subbase. Install new concrete slab roadway in same location per drawing 839-NRM17-05-001 detail 4R. Install new concrete sidewalk in same locations per drawing 839-NRM17-05-001 detail 4S. Excavate for and compact aggregate for the subbase for this new concrete slab. Concrete is to be 4.5-7.5% air entrained, 4000psi, slump of 3-5, and reinforced with wire mesh as shown on the plans. Reinforcing should be a minimum of 1 from any edge of concrete either vertical or horizontal, and a maximum of 2 from any horizontal edge of concrete. Slope slab at 1:12 to provide gravity drainage as discussed on drawings. 2. Concrete demolition and replacement (historical side near maintenance building). Reference drawing 839-NRM17-05-003 details 1 and 2 for more information and clarity. Demolish existing concrete slab roadway, including subbase. Install new concrete slab roadway in same locations per drawing 839-NRM17-05-001 detail 4R. Excavate for and compact aggregate for the subbase for this new concrete slab. Concrete is to be 4.5-7.5% air entrained, 4000psi, slump of 3-5, and reinforced with wire mesh as shown on the plans. Reinforcing should be a minimum of 1 from any edge of concrete either vertical or horizontal, and a maximum of 2 from any horizontal edge of concrete. Slope slab at 1:12 to provide gravity drainage to match existing. Provide expansion joint at existing drain inlets. 3. Asphalt repairs (historical side): Reference drawing 839-NRM17-05-001 for more information and clarity. Demolish all existing asphalt, subbase, coatings, geogrid reinforcement necessary, and any subgrade as necessary to prepare site for new asphalt and subbase installed over the subgrade as shown on drawing 839-NRM17-05-001, detail 5. Assume for demolition bidding purposes that the existing asphalt is 8 in depth and the subbase is 8 in depth (typical all asphalt locations this project). Prepare subgrade for new work. Demolition shall prepare depth such that new asphalt finished grade matches existing grade. Demolish existing stone curbing along inside of asphalt circular drive. Install new asphalt to replace existing per detail above. Install new curbing along the inside and outside of this new asphalt circular drive as shown on the drawings. New mountable curb shall be per drawing detail. New standard curb along inside of the circular drive shall be 6 wide at top, 8 wide at bottom, and 18 tall. Expose 4 of the curb above new asphalt paving elevation. Curb shall have a #4 rebar continuous along the top and bottom of the curb. Concrete is to be 4.5-7.5% air entrained, 4000psi, slump of 3-5. Reinforcing should be a minimum of 1.5 from any edge of concrete either vertical or horizontal. Submit detail for this new standard curb. Control joints shall be provided with 1/2 expansion joints and polyurethane caulking. Space expansion joints no greater than 10. 4. Replace flagpole lighting (historical side). See detail 1, drawing 839-NRM17-05-002. Demolish existing floodlight fixture and replace with new LED floodlight fixture. Four (4) locations. Reuse existing foundation and steel base and cabling/conduit. Install new photocell to control all four (4) new LED fixtures such that they only illuminate during night. New LED fixtures shall be minimum: 75W, 6000 Lumens, and capable of illuminating the flagpole at the site given a flagpole height of 60. Note: Contractor is strongly encouraged to survey the project area prior to bidding to adequately understand the full scope of work and all requirements. Contractor is required to submit any questions or clarifications prior to bid. A bid submitted will be taken as agreement that the work shall be performed to meet the requirements herein based on the existing conditions in the field. Pre-Bid Site Visit: Bidders are strongly urged to inspect, site investigate by observation, and Request for Information (RFI) and responses through the Contracting Office to satisfy their understanding of the work to be done, all general, local and technical conditions that may affect the cost and the feasibility of their proposal. In no event shall failure to inspect the site constitute grounds for a claim after award. Visitors planning to conduct a site visit shall contact the Cemetery Director or Foreman to make arrangements: Cemetery POC(s): Lance Pridemore, Culpeper Cemetery Director................... 540-825-0027 or Lance.Pridemore@va.gov Technical POC: Rico Silvetti, North Atlantic District (NAD) Engineer....... (215) 381-3787 x4050 or rico.silvetti@va.gov The Government will award this solicitation as a Firm Fixed Price Service Contract in accordance with the criteria contained in 52.212-2. This Acquisition is 100% Service Disabled Veteran-Owned Business Set-Aside. The NAICS Code is 237310. Size standard is $36.5 Million. Electronic solicitations will be available for download from Federal Business Opportunities (FBO): http://www.FedBizOpps.gov on or around March 2nd or March 3rd 2017. Offers/Proposals will be due by 2:00 p.m., 24 March 2017. Offeror s are advised that they are responsible for obtaining amendments to the solicitation which is available at FBO: http://www.FedBizOpps.gov. No telephone requests will be accepted. Any questions should be sent via email and addressed to: Henry Dukes, Contracting Officer in writing at henry.dukes@va.gov. Prospective offeror s must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. Information shall be submitted in the manner requested in INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined technically non-responsive and removed from further consideration. In order for the Government to post all questions and answers on FBO pertaining to this solicitation. All questions must be submitted via e-mail to the Contracting Officer: Henry C. Dukes at henry.dukes@va.gov No Later Than (NLT) Wednesday, 15 March 2017 by 2:00 PM EST. Any questions generated during and after the site visit must be submitted in writing and emailed to the Contracting Officer: Henry.Dukes@va.gov by 2:00 PM EST, Wednesday 15 March 2017. Any questions received after that date will be considered too late and will not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617R0165/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-R-0165 VA786-17-R-0165.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3283466&FileName=VA786-17-R-0165-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3283466&FileName=VA786-17-R-0165-000.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: Culpeper National Cemetery;305 U.S. Avenue;Culpeper, VA 22701
Zip Code: 22701
 
Record
SN04405155-W 20170218/170216234529-a447dbd58891990a067790b84e5a32cc (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  © 1994-2020, Loren Data Corp.