Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

99 -- Asphalt Procession Ln Expansion @ Ohio Western Natl Cemetery Seville, OH - Attachment

Notice Date
4/26/2017
 
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
VA78617R0443
 
Response Due
5/18/2017
 
Archive Date
7/2/2017
 
Point of Contact
Henry Dukes
 
Small Business Set-Aside
Total Small Business
 
Description
The National Cemetery Administration issued a requirement to Widen the Existing Asphalt Procession Lane at Ohio Western Reserve National Cemetery. Project Location: Ohio Western Reserve National Cemetery, 10175 Rawiga Road, Seville, OH 44273. The Contractor shall furnish all labor, tools, material, equipment, transportation and supervision to widen the existing asphalt road for a procession lane along the Avenue of Flags at the Ohio Western Reserve National Cemetery. Specific Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): The work includes site investigation to verify all measurements and site conditions before start of the work and the ordering of any materials. All work shall be performed in a professional workmanship like manner. All adjacent disturbed surfaces shall be repaired to the same quality standards of the existing work and shall also match the adjacent areas. Properly remove and dispose all debris from government property. All work must be in accordance with applicable federal, state and local codes and regulations. The contractor shall be responsible for any applicable permits. A pre-bid visit by the bidder is required to get an accurate understanding of the work. All work shall be performed by a licensed full time professional with two or more years of experience in the respective trade. Add a 12-foot wide lane to the current procession area for an approximate distance of 600-feet along with the required earth excavation. Provide 1.5 of compacted Bituminous Surface/Wear Course (Hot-Mix Asphalt), 2.5 of compacted Bituminous Binder Course (Hot-Mix Asphalt) and 10 of aggregate base course (crushed stone). Provide a cross-slope of 2% (positive slope off of the pavement) along the width of the pavement. Furnish and install bituminous tack coat over the binder course and prime coat over the aggregate base course. Ensure the bituminous binder course is free of all dirt and debris prior to placement of the tack coat and the bituminous wear course. a) The existing underdrain pipe and the irrigation line will need to be relocated (abandon existing or remove if in conflict, install new) along the improved area; offset from the new edge of pavement and depth to be the same as prior to the improvement, also match existing size and material. Reconnect the underdrain pipe as well as the irrigation line at each end of the improvement. b) Provide approx. 40-feet of concrete barrier curb (no gutter) along the east taper to help prevent vehicles from driving onto the turf when pulling out. The curb should butt up to the pavement and may require asphalt patching (incidental) along the existing pavement. The curb may also require a 3 break somewhere in the middle (incidental) to allow drainage to pass through if the low point is not at the end of the curb. Bull-nose (taper) each end of the curb for a smooth transition to existing. c) The signage along the improvement will be removed and replaced by the cemetery staff. Contractor to provide sufficient notice to them to complete the work. d) All disturbed turf areas adjacent to the improvement area to be top soiled and sodded (incidental to the project). Irrigation provided by the cemetery. e) The bituminous tack coat shall be applied at the rate of 0.10 gallons/square yard to attain a minimum of 0.45 lbs/s.y. of residual asphalt rate. The bituminous prime coat shall be applied at the rate of 0.50 gallons/square yard. All areas to be paved shall be coated uniformly at the required rate. f) All unused materials from the excavation and the paving operations shall be removed from the cemetery property by the contractor at his expense. g) The contractor will be responsible for traffic control and shall obtain, erect, maintain and remove all signs, barricades, flagmen and other traffic control devices as may be necessary for the purpose of regulating, warning or guiding traffic. All traffic control protection will be considered incidental to the cost of the contract. The existing procession lane and the adjacent road shall remain fully accessible during normal cemetery operating hours. h) Any areas disturb in performance of this contract which may require restoration shall be restored by the contractor and considered incidental to the contract. Areas outside of the construction limits impacted by operations of the contractor shall be returned to the state it was found prior to new construction. /0 i) The route of construction traffic to and from the project site shall be clear of debris at all times as well as the required safety signage and barricades for the safe passage of visitors. Thoroughly clean up the work area at the end of each day s work and at the completion of the project. Leave the premises clean and free of waste, scrap, used equipment or other material intentionally delivered to the site by the contractor or contractor s personnel. Pre-Bid Site Visit: There will be two organized site visits: Thursday, 4 May and Tuesday, 8 March 2017 at 11:00 am at the Ohio Western Reserve National Cemetery - to make site visit arrangements, contact Mr. Brian Cheeseman. POC: Cemetery Foreman is: Mr. Brian Cheeseman at (330) 335-3069 or by e-mail at: Brian.Cheeseman@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 procurement will be set aside using a Cascading Set-Aside Procedure. The Government will award at the highest possible tier. The tiers will be as follows: 1st tier- SDVOSB 2nd tier- VOSB 3rd tier- All Other Small Businesses Further information regarding this procedure is contained within the solicitation. 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 April 26, 2017. Responses to the solicitation will be Thursday, 18 May 2017 by 2:00 PM EST. Offeror s are advised that they are responsible for obtaining amendments to the solicitation which will be 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) Thursday, 11 May 2017 by COB. 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/VA78617R0443/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-R-0443 VA786-17-R-0443.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447812&FileName=VA786-17-R-0443-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447812&FileName=VA786-17-R-0443-000.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: Ohio Western Reserve National Cemetery;10175 Rawiga Road;Seville, Ohio
Zip Code: 44273
 
Record
SN04486037-W 20170428/170426235026-654aa8f00f0cf09b78db6e430805efe9 (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.