Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
DOCUMENT

Z -- IL San Jacinto Construction Project - Attachment

Notice Date
9/1/2017
 
Notice Type
Attachment
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17Q0449
 
Archive Date
10/16/2017
 
Point of Contact
Kevin Searles
 
E-Mail Address
searles2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. PLEASE DO NOT RESPOND WITH A PROPOSAL / QUOTE / OFFER. This sources sought is issued solely for informational, planning purposes and market research in accordance with FAR Part 10. This sources sought is seeking interest from all socio-economic categories with the capability and interest in meeting the following requirements. The Department of Veterans Affairs, Veterans Benefits Administration (VBA), Pacific District Contracting Team, is conducting market research to determine the existence of contractor's that can perform the following: Contractor shall provide concrete pathways adjacent to the Veteran s home, in accordance with the below DRAFT Performance Work Statement. The Contractor shall furnish all labor, materials, equipment, tools, transportation and supplies, and perform all work required according to the specifications of the contract. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. The Government's estimated construction time for the project is 7 days. This is based on the most current information available to date. Updated information will be posted electronically on Federal Business Opportunities as it becomes available. Place of Performance: San Jacinto, California 92582. In accordance with VAAR 836.204 Disclosure of the magnitude of construction projects, the estimated cost of construction for this project is less than $25,000.00. The North American Industry Classification System (NAICS) Code is 236118, and the small business size standard is $36.5M. The government anticipates award of a firm fixed price construction contract. Should adequate sources respond, the order of precedence for a resultant procurement will be SDVOSB, VOSB, Small Business, Full and Open. The decision to set aside a solicitation will solely be based on the results of this notice and extensive market research. In order to qualify as an SDVOSB or VOSB, your company must be a verified and a registered SDVOSB or VOSB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) located at http://www.VetBiz.gov. Federal Acquisition Regulations require that contractors are registered in the System for Award Management (SAM) database at http://www.sam.gov and entered all mandatory information into the system to include the completion of Online Representation and Certification Application (ORCA). Any interested and qualified sources are requested to submit their companies' capability statement (5 page count limit), to include a letter of interest to Kevin Searles, Contracting Officer via email to kevin.searles2@va.gov. As part of your capability statement please include your company DUNS and socio-economic status. Also, please include any current or past residential construction contracts you have been awarded or other information demonstrating proof of capabilities. Any information provided is strictly voluntary. The Government will not pay for information submitted in response to this Sources Sought Notice. To be considered in this research, please provide the information above not later than 12:00pm CST on September 8, 2017. DRAFT PERFORMANCE WOTK STATEMENT HOME MODIFICATIONS, SAN JACINTO, CALIFORNIA, 17 May 2017 PROJECT NARRATIVE The Veteran and his wife live in a single level suburban ranch house of 1,400 square feet constructed the 1980's in San Jacinto, California. He is confined to a wheel chair. He accesses the outside through a series of narrow walkways and uneven obstructions. While the second exit is fitted with a ramp, the front entry door and main exit is hampered by s 4 1/2" stoop only 3 feet deep. This project is intended to provide 5 feet wide concrete pathways from the front door, through the front yard to the driveway, then along the side of the garage to the rear yard, continuing along the side of the house to the back patio. The entire path is to be built unobstructed by barriers. The work will include demolition of existing pathways of two and three feet widths as well as other poured concrete and tile areas in the path of the new sidewalks. As an option, the back yard area covered by an uneven concrete slab would be removed and covered in decorative rock. CONSTRUCTION RISK AREAS The site is accessible from the driveway. The house will remain occupied during the course of this project and all care is to be taken to avoid disruption of the veteran's normal living environment. Work is to be sealed from the rest of the house. STATEMENT OF OBJECTIVES The contractor shall provide all tools, equipment and material to carry out and complete this project in its entirety, and leave the premise in full occupied condition. The contractor is to repair and replace any disturbed areas, vents, ducts, wiring or equipment affected by the work. The Contractor must provide structural engineering and architectural design, and all required engineering, and provide supervision throughout the entire project. The contractor is responsible for all applications to all local authorities having jurisdiction over the site, and for all permits, approvals and fees required to carry out the project. The contractor is also responsible for all required drawings, documents and licenses required, including stamped architectural/structural permit drawings. The work is to be carried out according to the local residential construction code currently in use. The contractor is to provide copies of all permits and approved design and structural plans with fee receipts to the Home Owner Veteran and to The Department of Veterans Affairs. GENERAL INFORMATION AND REQUIREMENTS TO CONSTRUCTION CONTRACTORS All access pathways, material storage locations and parking intentions are to be approved by the home owner prior to commencement of construction. The work is to be carried out in a professional manner and daily operations are to be cleaned up every work day. Work is to be cordoned off at the end of every work day in order that the occupants are safely protected from any hazards. Tools and equipment shall be stored out of the way of the homeowner's normal use of the house every day after work. All materials are to be classified as environmentally compatible whenever possible and all new work is to be energy efficient, or classified as environmentally compatible when possible. All debris is to be separated and recycled when possible and removed from the site on a daily basis. All elevations, dimensions and areas noted in this document are approximate, and the contractor shall be responsible for all measurements, dimensions and quantities needed to carry out the work in the manner intended by these documents. Photography: Any photos taken by the contractor of the Veteran's home shall not include the Veteran or any occupants of the home. Photographs shall not include any information that could be considered Personally Identifiable Information (Pll) including license plates, addresses, names, telephone numbers or other information that might identify the Veteran or any occupants of the home. Contractor shall treat photographs related to this project as sensitive information. All photos shall be destroyed at the end of the project and a memo confirming this shall be required prior to final payment. If the security photos are compromised in any way the contractor is required to notify the VA immediately. Building Access: Contain activities to affected spaces around and within the house. The Contractor's personnel shall not enter any part of the house which is not included in the work. Disruptions: Minimize disruptions to home occupants to the maximum extent practicable. This includes no loud radios playing, courteous language and professional demeanor, and appropriately ventilating space for noxious odors. Low Pollutant Emitting Materials: The following shall be low-emitting materials for this project: adhesives, sealants, cleaners, paints, stains, coatings, composite wood products, and furnishings. Minimize Toxic and Hazardous Materials: Minimize use and release of toxic and hazardous chemicals and materials, including toxic chemicals, hazardous substances, ozone-depleting substances, and other pollutants that my results in significant harm to human health or the environment. Recycled Content: Any products being installed or used that are listed on EPA's designated list must meet or exceed EPA's recycled content recommendations when the products meet VA's performance requirements are available at a reasonable cost. Utilities: Usual water and electric service will be provided to the Contractor at no cost. Contractor shall take all necessary steps to ensure that energy and water conservation policies and practices are in use. Contractor shall be responsible for excessive use of utilities and shall reimburse the Veteran for any excessive use e.g. water left on, broken pipes, etc. Protection of Existing: The Contractor shall provide all engineering controls to protect all areas being worked on from migration of dirt, dust, over spray and over brushing, and shall return all areas (including existing HVAC ductwork) to the original condition. The Contractor shall provide all labor, material, and equipment necessary for the protection of personnel, furnishings, equipment, or building structure from damage. The Contractor shall replace or repair to the original condition any items damaged due to work performed under this contract, at no additional cost to the Government. Demolition Salvage: Removed items not indicated to be reused or retained by the Government become the property of the Contractor and shall be removed from the site. Salvage value, if any, of removed items shall be reflected in the bid. The Government is not responsible for any loss or damage to materials, supplies, tools, or equipment on the site, including materials in which salvage value may have been reflected in bid. Storage or sale of excess salvable material on the site is prohibited. DETAILED WORK DEMOLITION Verify the location of any underground utilities and plumbing lines and lawn sprinklers. Excavate approximately 8" from finish level and prepare the areas of concrete work to take new work. The excavation area for concrete work is approximately 585 square feet. Remove metal chain link fence gate and store for reuse. Remove lawn sprinkler heads and lines which are affected by the work. Option for demolition and new work: Remove entire area of poorly poured concrete beyond the fence and finish area in decorative rock. The area is approximately 240 square feet. Additionally, extend garage door stoop to 5' deep, or approximately 12 square feet of concrete. NEW WORK Relocate lawn sprinkler heads and line away from the new sidewalk locations. Level ground, compact under areas of new sidewalks and lay washed gravel a minimum of 4" deep to create an under-slab drainage matt. Using concrete pumping equipment lay the new reinforced concrete sidewalks a minimum of five feet wide and 4" deep as shown on the site plan drawing. The approximate areas of new concrete are 255 square feet. Sidewalks are to slightly cross slope away from the house. Provide tooled joints every five feet along the length of the sidewalks. Finish with a broom finish. The sidewalks are to finish level with existing concrete work and slope no more than 1:20 along their lengths. At the front entry door, provide an additional two feet of stoop to make it 5 feet deep and start the new sidewalk level with the top of the stoop. Slope the sidewalk to finish level with the garage slab at its termination. At the opposite side of the driveway, start the sidewalk level with the driveway slab and slope the sidewalk up slightly to finish level with the existing stoop and the back garage door. Continue the walkway, sloping down slightly to finish level with the back patio. Replace back yard gate and set it slightly higher to clear level of new sidewalks. Reinstall the sprinkler lines and heads and test to ensure they are in working order. Verify that the existing pump is adequate to serve new portion of the system. Sod areas in the lawn affected by the work with grass to match existing lawn cover. Replace red patio tiles adjacent to new concrete near the back patio, cut to fit the curved portion of the new sidewalk work. MATERIALS All materials are to be reviewed and approved by the owner. The following list is a suggested level of quality as similar or equal to those selected. Concrete - Reinforced structural concrete with wire mesh and/or reinforcing bars according to local code requirements. 4000 psi or greater. Cut every 20 feet and properly cured. Expansion Joints: Standard fibrous expansion joints between new and existing concrete, at driveway, at front stoop and at the back patio. Red Patio Tile: Use exiting tile for area of work affected. Sprinklers:   Match existing sprinkler system. LOCAL AUTHORITIES City of San Jacinto Hours: 595 S. San Jacinto Ave. Monday Thursday San Jacinto, CA 92583 8am 11:45am and 1pm 4pm Telephone: 951-487-7330 CLOSED on Friday info@sanjacintoca.us CONCRETE SIDEWALK SPECIFICATIONS HOME MODIFICATIONS, SAN JACINTO, CALIFORNIA 8 MAY 2017 1. Planning a. Thickness. 4 inches b. Base. Firm, non-expansive sound subsoil and 4" washed gravel sub base of varying sizes c. Reinforcement. Galvanized 6x6 10/10 Wire mesh d. Drainage. Surface of the finished slab is to slope no more than 1/4 in per ft away from house. 2. Preparation a. Excavating. Remove all organic matter - sludge, leaves, tree roots, wood, etc. b. Compaction. Sub-soil on which concrete is to be placed must be compacted uniformly and evenly at 95% Proctor. c. Forms. Stake securely. Scrape base away from forms so edges will be full thickness. d. Isolation. Before concrete is delivered, install pre-molded joint material wherever flatwork comes against buildings, steps, walls, existing slabs, etc. Joint material must extend all the way to the bottom of the slab. e. Moistening. Shortly before placing concrete, wet the forms and the subgrade. Do not over ­ moisten the subgrade and do not use a membrane under the concrete pour. 3. Specifications for Concrete a Strength: A durable concrete mix design must be a minimum 4000 psi at 28 days. b. Air: Air content when placed 6 1/2 % - (5% to 8%) c. Slump: Slumps should be 4 in. +/- 1in. The slump should not exceed 5 in. for durable concrete. 6 in. is too wet to use. Slumps greater than 4" will prolong the time before finishing can occur. d. Aggregates: Use clean, sound aggregates. 4. Placing - Pumping only a. Addition of Water: Water should not be added at job site. Batches which do not pass slump testing will be rejected. b. All concrete should be placed within 90 minutes from the time the truck was loaded. In hot weather the time limit is to be shortened to maintain durable concrete. Prolonged mixing time or waiting time on the job cart result in a loss of air content and/or slump. c. Filling the Forms: shovel concrete directly to its final position. Screed {strike off) twice to level the surface. Immediately use wood or mag bull float to take out small high and low spots. Then, stop everything on that portion of the slab until bleed water {water sheen) disappears from the surface. d. Finishing operations should not be performed when there is excess moisture or bleed water on the surface. No adding of water or cement to the concrete surface to assist in finishing. 5. Finishing a. Steel troweling of the concrete surface is not recommended. b. When to finish: Immediately after all the bleed water is gone is the proper time to (1) broom surface; (2) if hand tooled, cut control joints while concrete is still plastic and (3) edge 6. Curing a. Curing: Curing is essential for surface durability. Fresh concrete must be kept warm and moist until the mixing water combines chemically with the cement (hydration). Without proper curing concrete may not reach proper strength. b. Curing in Warm Weather: Use a curing compound applied according to the manufacturer recommendations. In very hot weather, use white pigmented liquid membrane curing compound to avoid excess evaporation. c. Curing In Cold Weather: Concrete must be kept from freezing after it is placed. The concrete must be kept from freezing for at least the first week after it is placed. In cold weather, spread a thick layer of straw over it and then cover that with a black plastic sheet, or completely cover it with insulating blankets manufactured for concrete curing. d. Avoid any curing procedure that lets the surface dry in a short time, which stops the hardening process and will cause scaling. e. Drying: Concrete is to be placed so that it has one month of temperature above 40 ° F for curing and another month for drying out before freezes are expected. 7. Additional Requirements: a. Do not allow vehicles to use the new concrete for 7 days. b. Ensure there is proper drainage around the concrete and off the surface of the concrete in order that rain water does not undermine the slab c. Sealers: Water-repellent coatings or sealers are not to be applied prior to the period of air drying or no less than 14 days after placement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0449/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0449 VA101V-17-Q-0449.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3773598&FileName=VA101V-17-Q-0449-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3773598&FileName=VA101V-17-Q-0449-000.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: San Jacinto, California
Zip Code: 92582
 
Record
SN04659464-W 20170903/170901232112-c0e4ed26428ddfabce43e154f63ebcde (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.