Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
DOCUMENT

Y -- Replace Irrigation Mainline Isolation Gate Valve - Fort Logan, Colorado - Attachment

Notice Date
5/4/2017
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon Street;Suite 155;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA78617N0459
 
Response Due
5/9/2017
 
Archive Date
7/8/2017
 
Point of Contact
Ann Manning
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Sources Sought for the purposes of determining if there are qualified SDVOSB or VOSB concerns that have the experience and interest in executing the pending requirement as stated herein. This announcement is for planning purposes only and does not guarantee issuance of a formal Request for Quote. Proposals will not be accepted at this time. The General Magnitude of this project is less than $25,000.00. A formal Capability Statement or firm s Resume shall identify comparable work efforts under an identified Project or Contract. Identification of a project by Title Only is insufficient and does not provide the Government with assurances that the titled work effort is comparable. Execution dates of any identified projects is also required. The Government generally requires the following qualifications: 1 - Prime contractor/offeror has a minimum of three comparable projects within a three year period. 2- The Contractor Supervisor (employee or subcontractor) must have not less than three (3) years of experience as a direct supervisor of municipal water utility repair projects. 3 - Current registration in Vet-Biz and SAMS. Please provide a DUNS number also so the Government can verify Vet-Biz and SAMS registration status. Phone calls or e-mail requests for additional information will not be accepted at this time. The initial Statement of Work is as follows: The Contractor: Shall furnish all labor, material, equipment, and supervision to remove and replace an isolation valve on an 8-inch water line, including road demolition, excavation, and asphalt patching at Fort Logan National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): The Contractor shall saw-cut the asphalt road from curb to valve, approximately 12 feet, on either side of the proposed trench in order to access the 8-inch line. The asphalt pavement layer is approximately 4 inches thick. Demolish and dispose of asphalt, protecting the existing valve box. Ensure one lane of traffic is open at all times. Install and maintain safety fencing around all open excavations during working hours. All excavations shall be backfilled by the end of each workday. Do not leave any open trenches overnight. Coordinate the utility shut-off with the Contracting Officer s Representative (COR). The Contractor shall inform the COR in writing for such disruptions and obtain approval from the COR in writing at least 7 calendar days week prior to such need. Excavate down to the valve. The PVC line is approximately 3 to 4 feet deep. Excavate to permit workspace for installing connections. Salvage the roadway valve box for reinstallation. Cut out and remove the anchored gate valve wrapped in plastic. The mainline is anchored to a concrete pad under the gate valve. Salvage valve box concrete support blocks for reinstallation. Replace the valve with new AWWA C509 compliant wedge gate valve meeting the following requirements: iron body, bronze mounted, double disc with parallel or inclined seats, non-rising stem turning clockwise to close, and 200 psi minimum working pressure. Acceptable manufacturers are Clow, Kennedy, Mueller, Waterous, or approved equal. Ensure appropriate repair sleeve or clamp with full seal, and mechanical joints are installed. Re-wrap the gate valve in 3-mil plastic and re-anchor the main line on either side of the valve into the existing concrete pad using wedge bolts and #4 rebar. Set and compact 4 inches of crushed aggregate and reset the concrete support blocks on either side of the gate valve. Ensure the blocks are set at a level that guarantees the valve box cover will be flush with the finished road grade. Reset and secure salvaged valve box. Bed exposed mainline pipe in a 4-inch squeegee sand layer. Backfill above the sand layer in 6-inch lifts. Excavated material is generally satisfactory for backfill. Backfill shall be free of rubbish, vegetation, frozen materials, and any stones larger than 2 inches. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of any sharp edges that may damage the pipe. Install and compact 6 inches of Class 5 or 6 CDOT aggregate base course (ABC). Remove all loose materials from base course. Apply grade MC-250 prime coat to the base course. Once the prime coat has cured, apply grade SS-1H tack coat to all cut asphalt and curb edges, and to primed base course. In one layer, place and roll 4 inches of hot mixed asphalt (HMA), penetration grade 50/60. Roll in at least two directions and until the surface is hard, smooth, unyielding, and true to the surrounding elevations. There shall be no depressions which will retain standing water, and no deviations greater than 1/8 in six feet. General Conditions: Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. Thoroughly clean up the work area at the end of each day s work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel. Haul away & dump debris and waste to an approved disposal site. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. The Contractor shall coordinate with the Cemetery Director for parking, material storage, temporary portable restroom facilities, and any other needs for the work. Public access to the National Cemetery shall not be impaired. The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all materials in accordance with the safety provisions according to OSHA and Associated General Contractors of America (AGC). Standards of Employee Conduct: The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National Cemeteries are national shrines. The standards of work, appearance, and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times. Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here, while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 5901. Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/safety clothing and shoes shall meet or exceed OSHA and state requirements. Behavior and language must be appropriate, reverent, and respectful at all times. Eating and drinking (except water) is prohibited in the work areas and within sight of a committal shelter during a service. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery premises is strictly prohibited. Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments. The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employees from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government. If the Contractor fails to act in this regard, or the reason for a removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contacting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later time or date. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR, and is later found invalid and/or unreasonable by the Contracting Officer. Time of Completion: The project shall be completed within 10 calendar days after Notice to Proceed. Code Compliance: All work shall be performed in accordance with National, State, and Local Codes including the International Building Code (IBC), the International Mechanical Code (IMC), the International Plumbing Code (IPC), and the National Electrical Code (NEC). Contractor Quality Control: The Contractor shall guarantee that all work done under this contract shall be free from defaults and no faulty materials or workmanship with one (1) year warranty. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the CO at Contractor's own expense and shall be corrected to the satisfaction of the Government. Contractor Supervisor: A competent and experienced English-speaking Contractor Supervisor shall be provided by the Contractor whenever work is being performed - other than trash and debris pick-up. The Contractor Supervisor must have not less than three (3) years of experience as a direct supervisor of municipal water utility repair projects. Offerors shall submit a resume for the Contractor Supervisor as part of the technical proposal. All permanent substitutions, whether of prime supervisors or sub-contractors, will be identified and reported to the COR and Contracting Officer, if not prior to, as soon as possible after occurrence. The Contractor Supervisor shall review and approve submittals, ensure all specifications are being met, inspect the quality of work performed, ensure contract work does not conflict with ceremonies and funerals, ensure employees are is adequately supervised and proper conduct maintained, and certify the completed work for payment and other purposes. E. Contractor Quality Control: The Job Site Superintendent will: a) review and approve submittals, b) inspect the quality of work performed, and c) certify the completed work for payment and other purposes. F. Submittals After Award: Submit manufacture s literature and specifications for the all components, equipment, and materials used to perform the work to the COR for review and approval. H. POC: The Contracting Officer s Representative (COR) for this project is Martin Fawcett at, Fort Logan National Cemetery. I. Project completion: The project site shall be protected and/or restored to a condition equal to that existing prior to the commencement of work. Upon completion of contract, deliver work complete and undamaged. Existing work disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. END OF SCOPE OF WORK NOTE: Small Business firms are encouraged to submit Capability Statements or Resumes, in case the Government is unable to set-aside the requirement for SDVOSB or VOSB concerns as based on qualifications or interest level.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617N0459/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-N-0459 VA786-17-N-0459.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3470915&FileName=VA786-17-N-0459-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3470915&FileName=VA786-17-N-0459-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04496337-W 20170506/170504235450-f1b7e63156167c5c0c658f6cade3f21d (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.