Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

Y -- Repair Roads, Sidewalks, and Curbs at San Antonio National Cemetery, San Antonio, TX Repair Asphalt Roads, Concrete Curbs, and Sidewalks at San Antonio National Cemetery (FSH), San Antonio, TX - Attachment

Notice Date
5/24/2017
 
Notice Type
Attachment
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon Street;Suite 510;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA78617N0512
 
Response Due
6/2/2017
 
Archive Date
8/1/2017
 
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 or VOSB concerns that have the experience and interest in executing the pending requirement as stated herein. The place of performance is Fort Sam Houston National Cemetery, San Antonio, Texas. Proposals will not be accepted at this time. The General Magnitude of this project is $25,000.00 to $100,000. 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. The period of performance any identified project is also required. The Government generally requires the following qualifications: 1 -. The primary firm demonstrates experience with at least three (3) asphalt sealing projects of similar size, scope, and using similar materials and methods over the past five (5) years. 2 - The Contractor Supervisor (employee or subcontractor) must have not less than five (5) years of experience as a direct supervisor of vehicle pavement, and concrete sidewalk and curb placement 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 necessary to crack and slurry seal asphalt roads, repair and replace select areas of asphalt, replace sidewalks and curbs, and install sidewalk access ramps at San Antonio National Cemetery in accordance with drawings, specifications, and per applicable standards and requirements. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): Contractor shall fill and seal all cracks greater than 1/8 in width in existing asphalt throughout cemetery in accordance with the contract specification(s). Crack filling/sealing shall be completed before application of slurry seal. Do not slurry seal over filled/sealed cracks until filler has cured. Clean and seal (slurry seal) all asphalt roads and parking areas/lots as shown on the attached drawing and in accordance the contract drawings and specifications. Demolish 4-inch thick concrete sidewalk, approximately 4 feet wide, reinforced with welded wire fabric (WWF), including gravel base as indicated on the drawings. Sawcut and demolish a portion of concrete curb and gutter as indicated on the drawings. Sawcut and demolish asphalt road, including gravel base as indicated on the drawings. Mill 12 inches of existing asphalt, 1 inch deep outside of sawcut perimeter in order to receive the patch. Smoothly grind down the lip between the sidewalk and gutter, flush with the gutter. Taper back the grind between 9 and 12 inches back to establish a maximum 8.3% slope. Prepare ground for new sidewalk including installation of 4 inches of crushed aggregate base material compacted to 95% prior to installing the new reinforced concrete walkway. Form and install new 4-inch thick, 3500 psi concrete sidewalk, reinforced with 6 x 6, 2.9Wx2.9W welded wire mesh set on chairs with expansion joints, control joints, and a finished surface that matches the existing patterns and textures of the existing concrete slab and walkways in accordance with the contract drawings and specifications. Form and install new concrete wheelchair accessibility ramps with inset truncated dome warning strips in accordance with the contract drawings and specifications. The warning strips shall be integrally colored yellow. Form and install new curbs and gutters in accordance with the contract drawings, including return curbs for access ramps. After new concrete has cured a minimum of 7 days, apply joint sealer on all new expansion joints and control joints. Joint sealant color shall match concrete color. Haul away & dump debris and waste to an approved disposal site. 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. 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. 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 60 calendar days after contract award. Work outside of the Cemetery s normal operating hours of 8 am to 4:30 pm CT, Monday through Friday, may be permitted to perform work items with hour restrictions, only in order to meet the Period of Performance, and only by prior approval of the COR. Requests shall be submitted at least three (3) working days in advance. 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 shall provide sufficient project details with their technical proposal to demonstrate experience with at least three (3) asphalt sealing projects of similar size, scope, and using similar materials and methods over the past five (5) years. 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 shall provide customer points of contact for each project listed. 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 vehicle pavement, and concrete sidewalk and curb placement 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 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. 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. Submittals After Award: Submit manufacture s literature for the slurry design mix, concrete design mix, aggregates, sealants, caulks, expansion joint material, and truncated dome strips to the COR for review/approval. Specifications Sections: 01 74 19 - Construction Waste Management; 07 92 00 - Joint Sealants; 32 05 23 - Cement & Concrete for Exterior Improvements; 32 12 17 Slurry Seal (Polymer Modified); 32 12 18 Asphalt Pavement Crack and Joint Filling and Sealing. Plans/details: Drawing X-101: Cover Sheet & Index; Drawing X-102: General Notes; Drawing C-101: Asphalt Work Site Plan; Drawing C-102: Concrete Work Site Plan; Drawing C-201: Civil Details; Drawing C-201: Truncated Dome Details; POC: The Contracting Officer s Representative (COR) for this project is XXX, Foreman, Fort Sam Houston National Cemetery. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617N0512/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-N-0512 VA786-17-N-0512.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3523403&FileName=VA786-17-N-0512-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3523403&FileName=VA786-17-N-0512-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04521255-W 20170526/170524235857-a8bd5b23332037ed899a19b818220a9a (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.