Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
DOCUMENT

Y -- Subsurface Drainage Construction Project - Fort Gibson, OK Magnitude of Project - $25,000 - $100,000 - Attachment

Notice Date
5/23/2017
 
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 510;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA78617N0509
 
Response Due
5/29/2017
 
Archive Date
7/28/2017
 
Point of Contact
Ann R. Manning
 
E-Mail Address
914-5710<br
 
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 concerns that have the experience and interest in executing the pending requirement as stated herein. The place of performance is Fort Gibson National Cemetery, Fort Gibson, OK. 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 between: $25,000.00 - $100,000.00 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 - The Contractor must demonstrate experience with at least three (3) storm drainage projects that include underdrains of similar size over the past five (5) years.. 2 - The Contractor Supervisor (Employee or contemplated subcontractor) must have not less than five (5) years of experience as a direct supervisor of earthwork, grading, and drainage line installation projects. Evidence of any teaming arrangement is beneficial. 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, supplies, equipment, tools, transportation, and supervision to install a new subsurface drainage system for burial Section 21 at Fort Gibson National Cemetery. Perform the following work as required by drawings and specifications, and as described herein. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): The Contractor shall survey, evaluate, determine, and verify the existing conditions within the designated project work area. Utility locations shown on the drawings are only approximations. Verify the locations of all existing underground utilities, control markers, and gravesite locations along with all existing irrigation piping, sprinklers, valves, control wiring, and other irrigation components. Contractor s licensed professional land surveyor or civil engineer shall survey, layout, and stake the path of the new drainage system with final approval by the COR. Excavate trenches and for area inlet junction box as shown on the drawings. Maintain a minimum 1.0% bottom slope for all new drain collector and transport lines. The trench depth will vary to accommodate for the existing surface grade and to achieve the 1.0% minimum slope. Trench as close to the depicted layout while avoiding the irrigation system when indicated on the drawing. Install and maintain safety fencing around all open excavations during working hours. All excavations shall be covered and protected by the end of each workday. Do not leave any open trenches overnight. When excavating across irrigation lines is unavoidable (see locations on Demo Plan), Contractor shall cleanly cut and preserve the connection points. Irrigation cuts shall be repaired by the Contractor as part of this contract. The Contractor shall take care to not damage or destroy the connection points and shall prevent contaminating the existing irrigation system with debris during construction. Cleaning debris from the irrigation system shall be the responsibility of the Contractor. The Contractor should expect to encounter flooded trenches and perform dewatering accordingly. The Contractor shall transport and/or distribute the water to avoid causing damage or erosion. Install new 18-inch Multi-Flow (or equal) linear drainage collector lines (installed vertically) along the path staked by the Surveyor to the new transport pipes. Cap the West ends of the collector lines using an end cap provided by the manufacturer and install in accordance with the manufacturer s instructions. Ensure the collector lines are centered in the trench using tools and methods recommended by the manufacturer; construct and utilize as many PVC centering devices when backfilling as necessary to ensure proper clearance between the drainage collector and the trench walls and to allow proper placement of the sand around the drainage system per the manufacturer s requirements. A detail for the centering device is provided on the Drainage Details drawing. Install transition connectors provided by the manufacturer, and necessary PVC fittings to connect the collector lines to the new PVC transport lines in accordance with the manufacturer s instructions. Install the new 3-inch and 6-inch diameter, Schedule 40, PVC transport pipes to the new area drain junction box. Connect the transport pipes to the 18-inch Multi-Flow drainage collector lines using the transition connectors and PVC fittings. Set the pipe on granular bedding material. Install 3-inch cleanout/inspection port, installed flush with the finish grade as indicated on the contract drawings. The cleanout shall have threaded plugs. Install a new concrete area drain junction box in the location shown on the drawings in order to intercept the new 6-inch transport pipe and 3-inch collector line. Install the new junction box base and flow channel to maintain the drainage slope to the new 8-inch culvert. Provide lateral inlets for the transport pipe and collector line above the culvert invert per the Drainage Plan elevations. Grout the pipe connections. Installation shall be in accordance with the contract drawings and specifications. Install new 8-inch smooth interior HDPE culvert under the road from the junction box to the creek outlet. The Contractor has the option to horizontally bore, or saw cut the asphalt road and mountable concrete curb. Install concrete headwall at creek outlet in accordance with the drawings. Road Cut Option: The culvert shall be dual-wall HDPE pipe with smooth interior and corrugated exterior. Saw-cuts shall be perpendicular and straight. Ensure one lane of traffic is open at all times. Patch the Road: Install and compact 8 inches of Class 5 or 6 CDOT aggregate subbase course (ABC). Install and compact 4 inches of binded hot mix aggregate and asphalt base course. 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 2 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. Install new concrete mountable curb with the same profile as the existing; match existing gutter flow lines. Reconnect and restore irrigation lateral lines according to the contract drawings. Pipe sizes 2 inches and smaller shall be Schedule 40 solvent weld PVC. Perform operational test in coordination with COR: Perform leak test and provide results to COR with any corrective actions. Backfill the collector line trenches with very coarse sand as specified and with approval by the COR. Backfill the transport pipe trenches and junction box excavation with excavated material. Backfill the top 12 inches of all excavations with amended topsoil and grade to 1 below finish grade. Install new turfgrass sod with no gaps between seams. Restore all surfaces and grades to their original elevations. Excavated material that is not reused as backfill, debris, and waste shall be removed from cemetery property and disposed of in an approved landfill. Test all new components and final installation for full functionality and satisfactory workmanship. All completed work and testing shall be verified and approved as completed satisfactory by the COR. 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. 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. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. 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. All utilities required for the continuous operation of all existing facilities shall be maintained in service at all times except when disruptions are needed. The contractor shall inform the Cemetery Director and the Contracting Officer (CO) in writing for such disruptions and obtain approval from the CO in writing at least 2 weeks prior to such need. When option exists, implement options to minimize interruption of services to the facilities. 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 75 calendar days after contract Notice to Proceed. Work outside of the Cemetery s normal operating hours of 7:00 am to 4:30 pm shall be permitted only by approval of the COR and only in order to meet the Period of Performance. Code Compliance: All work shall be performed in accordance with the specifications. It shall be the Contractor's responsibility to comply with all the applicable local, state and federal laws and regulations. The Contractor shall apply and obtain all applicable permits to comply with local, State and Federal regulations and requirements. The Contractor shall remove and dispose of all waste materials and construction debris and comply with all applicable local, State and Federal regulations and requirements. All waste materials and debris specified shall be removed from the Cemetery grounds by the Contractor at its own expenses, including all applicable permits and fees. Experience Requirements: The Contractor must demonstrate with their technical proposal experience with at least three (3) storm drainage projects that include underdrains of similar size over the past five (5) years. The Contractor shall provide sufficient details with their proposal in order to make this determination. Each contract submitted must have been satisfactorily completed, or if not yet completed, must be marked by satisfactory progress. The Government will not consider a contract that is less than 50% complete or an effort that concluded more than 5 years ago. Contractor Supervisor/Superintendent: A competent and experienced English-speaking Contractor Supervisor/Superintendent 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 five (5) years of experience as a direct supervisor of earthwork, grading, and drainage line installation 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. 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 a one (1) year warranty, as specified. 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. 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. Availability/Constraints of Site: See attached drawings and specifications. Pre-bid Site Inspection: A pre-bid site inspection can be arranged if desired. Contact the Contracting Officer s Representative (COR), Mr. Guy Passman at (918) 478-2334 to make site visit arrangements. Submittals After Award: Submit samples, cut sheets, and shop drawings to the COR for review and approval. Detailed Work Plan. The Contractor shall provide in writing a detailed work plan which presents the Contractor s plan for completing the work. The Contractor s plan shall be responsive with the Scope of Work and describe, in detail, the approach to be used for each task required. For each task, the Contractor shall identify all necessary subtasks (if any), associated costs by task, and milestone dates. The Contractor s work plan shall be submitted to and approved by the Contracting Officer prior to issuance of the Notice to Proceed. Plans/details: X-101, Cover; L-101, Existing Conditions; L-102, Excavation and Demo Plan; L-103, Drainage Plan; L-201, Drainage Details; L-202, Roadway and Storm Structure Details. 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 (lawns, paving, roads, walks, etc.) 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617N0509/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-N-0509 VA786-17-N-0509.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3522273&FileName=VA786-17-N-0509-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3522273&FileName=VA786-17-N-0509-000.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: Fort Gibson National Cemetery;1423 Cemetery Road;Fort Gibson, OK 74434
Zip Code: 74434
 
Record
SN04518331-W 20170525/170523234742-adec2d957ec16a649b85d6b770806e76 (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.