Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
DOCUMENT

99 -- Indiantown Gap NC: Paint maintenance bldg roof M&R 813-17-06 - Attachment

Notice Date
8/23/2017
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617R0544
 
Response Due
9/14/2017
 
Archive Date
11/13/2017
 
Point of Contact
Henry C. Dukes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration issued a requirement to prepare and repaint sections of metal roof, door frames, and doors at the Indiantown Gap National Cemetery, Solicitation Number: VA786-17-R-0544. Project Location: Indiantown Gap National Cemetery, Indiantown Gap Road, Annville, PA 17003 Summary of Work: Specific Work at Indiantown Gap Project Control #: 813-M&R-17-06 Contractor shall furnish all tools, labor, materials, equipment, and services to prepare and repaint sections of the metal roof, door frames, and doors at the Indiantown Gap National Cemetery. As required by the Scope of Work and Specifications. SPECIFICATION SECTIONS: 01 00 02 General Requirements 01 33 23 Shop Drawings, Product Data, and Samples 01 57 19 Temporary Environmental Controls 01 74 19 Construction Waste Management 07 92 00 Joint Sealants 09 91 00 Painting 32 31 19 Decorative Metal Fences & Gates. SPECIFIC WORK ITEMS: The contractor shall pressure wash, sand, and repaint sections of the existing Indiantown Gap National Cemetery Maintenance Complex metal roof, prepare and repaint the maintenance garage door frames, and remove, prepare, and repaint the Administration Area Tower door and door frame highlighted in the below photos (in Solicitation). Work shall be in compliance with all applicable Federal, State, & Local Codes, and Department of Veterans Affairs (VA) specifications. The VA specifications include, but are not limited to, the following requirements: A. Submit project health and safety plan, schedule, and other submittals to the Contracting Officer Representative (COR) for approval before commencing any work at the cemetery. B. Buildings B3001 and B3003 Roof Sections The Contractor shall prepare and repaint roof sections 1-4 of maintenance buildings B3001 and B3002 constructed in 1981. Preparation requirements and efforts per roof section are dependent on the degree to which the existing paint has deteriorated and the extent of rust on the galvanized metal roof. Preparation and repainting requirements by section include the following: Roof Section 1 (Includes ridge cap). a. Block off area around the roof to avoid damage to cars and equipment and harm maintenance staff near the roof. b. Tighten or replace any loose or missing roof panel bolts to avoid causing water damage from power washing the panels. c. Power wash the roof with water at 2500 psi to remove all the remaining paint that has not flaked off. d. Remove all snow guards (see below) and store any undamaged guards on site for potential use on other roof sections. e. Screw the snow guard bolts back into the roof and then mechanically remove the paint and glue (if any) from under the snow guard. f. Mechanically remove rust from roof panels with a wire brush. g. Treat the entire roof with a light solution of phosphoric acid and let it dwell for 30 minutes. h. Pressure wash the roof with clean water at 1500 psi and let thoroughly dry for 30 minutes. i. Tape and cover around the 3 roof pipe penetrations, to ensure clean lines and avoid spills on cleaned roof, then apply fiber asphaltic roof coating over existing sealant around penetration. Remove tape and cover before coating has dried. j. Clean paint flakes and debris out of gutters. k. Apply a three-step acrylic direct to metal (DTM) coating system to the roof via brush, roller, spray or combination thereof to achieve the proper build up. Application on this roof section may not be applied during direct sunlight or when the roof surface temperature is below 50 degrees or above 90 degrees. Spray applications may not be performed when winds in any direction exceed 5 miles per hour (MPH). l. Primer coat shall be a red oxide acrylic DTM. First finish acrylic DTM coat shall be a slightly different color than the final finish coat and the red oxide primer to allow the COR to inspect each coat. m. Replace all snow guards in this section with new to match. n. Remove all paint flakes and debris on the ground around the roof section. 2. Roof Section 2. Same as B.1. (Roof Section 1) above except as follows: a. There is only 1 roof penetration. b. Replace existing snow guards with original from this section or section 1. 3. Roof Section 3 (Includes ridge cap). Same as B.1. (Roof Section 1) above except as follows: a. Do not prepare or paint 4 translucent skylight panels. b. There are no roof penetrations. c. Replace existing snow guards with original from this section or section 1. 4. Roof Section 4. Excessive paint deterioration in this section is limited to the overlapping panel ridges; accordingly, the preparation and painting of this section shall be to the following: a. Block off area around the roof to avoid damage to cars and equipment and harm maintenance staff near the roof. b. Tighten or replace any loose or missing roof panel bolts to avoid causing water damage from power washing the panels. c. Mechanically removed flaking paint from panel overlap ridges. d. Hand clean or pressure wash the entire roof section with a light solution of trisodium phosphate (TSP) and 5% sodium hypochorite to remove grime, bird droppings, mildew, chalking. Water pressure should not exceed 1250 psi. e. Rinse roof with clean water and let dry thoroughly. f. Clean paint flakes and debris out of gutters. g. Apply a three-step acrylic direct to metal (DTM) coating system to the bare metal panel overlapping ridges via brush and roller. h. Primer coat shall be a red oxide acrylic DTM. First finish acrylic DTM coat shall be a slightly different color than the final finish coat and the red oxide primer to provide the COR visual assurance of complete coverage. Finish coat shall be applied to the entire roof section, not just the panel overlap ridges. i. Replace any damaged snow guards with existing from section 1 prior to applying the finish coat. C. Building 3002 Roll-Up Door Frames Contractor shall sand then clean six building B3002 roll-up garage door frames (4 -10 x 18 and 2 10 x 12 doors) in preparation to repaint. Areas of excessive rust scale and pitting similar to the below shall be mechanically brushed then treated with a rust inhibitor. All frames shall be painted with two coats of a flat grey inorganic zinc primer. D. Tower B3301 Doors. 1. Contractor shall remove the door hinge bolts, lift the doors away from the frame, then ship the doors to an off cemetery location to be sand blasted to remove all existing paint and rust. Areas of excessive rust, like below at the bottom of the doors, shall be cutout and repairs welded into place that continue to allow any accumulated water in the doors to drain. At the same time any cracked welds on 2. Contractor shall remove all caulking between the door frame and brick wall, then sand all frame surfaces. Areas of excessive rust scale and pitting shall be mechanically brushed then treated with a rust inhibitor. 3. Door and door frame coating system shall consist of a red oxide inorganic zinc primer, inhibitive polyamide expoxy intermediate coat, and aliphatic polyurethane finish coat to match existing color. Each successive coating is to be a contrasting color to provide the COR visual assurance of complete coverage. Door coatings applied away from the cemetery shall be documents in photos provided to the COR. 4. After paint coatings have been accepted by the COR; replace caulking and sealing between door frame and brick wall, then hang doors. Patch any scratches to the paint from shipping and hanging the doors. Pre-Bid Site Visit: Bidders are urged and expected 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 to make arrangements: Completion Time: Upon receiving Notice To Proceed (NTP) under this contract, the Contractor and Site Manager shall contact the COR(s) to visit the site and plan the work schedule. The contractor will have all work/services completed, not to exceed 90 calendar days Contractor shall obtain any necessary permits and cooperate with the utilities company/cemetery staff to avoid any damage or liability, and provide a safe work environment for his/her employees. Contractor is responsible for damages to utilities, above and below ground. Contractor shall be responsible for training and safety precautions prescribed by OSHA regarding safety equipment and devices. 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 238160 Size standard is $15 Million. Electronic solicitations will be available for download from Federal Business Opportunities http://www.FedBizOpps.gov on or around August 24, 2017. Responses to the solicitation are due by 2:00 p.m., September 14, 2017. Offeror s are advised that they are responsible for obtaining amendments to the solicitation which is available at 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. PRE-BID SITE VISIT: There will be Two (2) Pre-Bid Site Inspection scheduled on: Tuesday, 29 August at 10:00 AM & Wednesday, 30 August at 10:00 AM. The Pre-Bid Site Visit will start promptly at 10:00 AM. All Interested Contractors will meet at: Indiantown Gap National Cemetery, Indiantown Gap Road, Annville, PA 17003. The Tour Guide for the Site Visit(s)is Mr. John Jernigan; Phone (717) 865-5254 or John.Jernigan2@va.gov In order, for the Government to post all questions and answers on FedBizOpps.gov. All questions generated during and after the site visit must be submitted in writing and emailed to the Contracting Officer: Henry Dukes at henry.dukes@va.gov NLT Wednesday, 6 September 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/VA78617R0544/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-R-0544 VA786-17-R-0544.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3753371&FileName=VA786-17-R-0544-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3753371&FileName=VA786-17-R-0544-000.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: Indiantown Gap National Cemetery;Indiantown Gap Road;Annville, PA
Zip Code: 17003-9618
 
Record
SN04642240-W 20170825/170823232550-b8f50cd38bafd33f9c1cd6f26b456789 (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.