Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
DOCUMENT

N -- Install new ADA ramp & concrete walkway @ Bakersfiedl National Cemetery - Attachment

Notice Date
4/17/2018
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Veterans Affair;NCA Contracting Service;75 Barrett Heights Rd;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q0331
 
Response Due
4/26/2018
 
Archive Date
4/27/2018
 
Point of Contact
Valentin Saucedo
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0331 Posted Date: 04-17-2018 Original Response Date: 04-26-2018 Current Response Time: 5:00pm(PST) Set Aside: SDVOSB NAICS Code: 238990 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Associated North American Industrial Classification System (NAICS) code for this procurement is 238990. The National Cemetery Administration Pacific District is seeking quotes from Service Disable Veteran Own Small Business (SDVOSB) that are qualified to contract services to install new ADA ramp and concrete walkway at Bakersfield National Cemetery. Project Title: Install new ADA Ramp at Comittal Shelter A, New Concrete Sidewalk at Ossuary/Memorial Wall and Accessible Ramps At Entry to Section 15 and 18 All work shall be performed in accordance the Description/Specifications/Statement of Work, contained in this contract. SCHEDULE OF SERVICES: Contract Line Item Description Quantity Unit Unit Price Total Price 0001 0002 InstallNew ADA Ramp at Committal Shelter A and New Concrete Sidewalk At Ossuary /Memorial Wall and accessible ramps at Section 15 and 18. 1 Job TOTAL PRICE SCOPE OF WORK GENERAL SCOPE OF WORK: The Contractor will furnish all labor, materials, equipment, and supplies necessary to repair the existing foundation by adding additional footings on properly compacted soil and providing repair to the structural frame of the panels. The original installation was installed on moist, loose soils with excessive amounts of organic material, Additionally, the soils were inadequately compacted. All work shall conform to the attached drawings and specification. Contractors are urged to visit the site to familiarize themselves with existing site conditions prior to submitting bids. Lay out and mark the areas to be removed and replaced. It is recommended that concrete sidewalk be taken out to the nearest joint. Set up warning barriers to make the work site safe. Saw cut the perimeter of the repair area to produce smooth, even edges. Excavate the required concrete and dispose off site. Compacted ¾ aggregate over compacted subgrade. Install 6 x 6 #10 welded wire mesh. Set concrete forms using metal or wood forms pinned at sufficient intervals to keep the forms from disfiguring or blowing out when the concrete is introduced. Pour sidewalk using 3500 psi concrete. Trowel the concrete level and score joints in a pattern that keeps the area uniform with the surrounding sidewalk. Control joints should be spaced at 5 O.C.. Apply broom finish perpendicular to the direction of traffic. Once concrete has set, strip forms and remove from the site. Any available dirt from on site can be used to fill the voids where the forms were. Remove any remaining trash or debris Shop drawing and submittal review shall be the Contractors responsibly and at their expense. Submit to COR/Project Manager for approval prior to construction. General Contractor shall submit daily reports with photographs for the Project Manager/COR to review. NCA will provide a Word document template for conversion to PDF. GENERAL REQUIREMENTS All work will be coordinated with the Contracting Officer s Representative (COR) and/or the Cemetery Director. Work will be conducted in such a manner to minimize the impact on the Cemetery operations. All work will be accomplished during normal business hours (8:00 am to 4:30 pm) Monday through Friday, except Federal Holidays, or at a time determined by the COR. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. Place of Performance: Bakersfield National Cemetery 30338 East Bear Mountain Blvd Arvin, CA 93203 For site visit contact the Purchasing Agent: Valentin Saucedo, valentin.saucedo@va.gov General Notes: The Contractor shall perform a thorough field survey of the existing conditions and features. Any conditions which may cause significant deviation shall be brought to the attention of the Contracting Officer or his/her Representative (COR) for clarification prior to beginning any work. Submittals: Prior to installation, the contractor shall submit to the COR and Project Manager for approval the manufacturer s literature and specifications for ALL materials being installed. Shop drawings will be required. Review by Consultants will be at Contractor s expense. Construction Coordination: Coordination of Construction with Cemetery Director/Cemetery Assistant Director and the COR: The burial activities at National Cemetery shall take precedence over all activities. The Contractor must cooperate and coordinate with the Cemetery Director, through the COR, in arranging the schedule to cause the least possible interference with Cemetery activities in actual burial areas. The Contractor is required to discontinue his work sufficiently in advance of Easter Sunday, Mother's Day, Father's Day, Memorial Day, Veteran's Day and/or Federal holidays, to permit him to clean up all areas of operation adjacent to existing burial plots before these dates. Cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the areas in a clean, neat condition daily. Contractor is responsible for disposing of debris off site. 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 hazards in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and OSHA. The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship and hereby agrees to repair or replace without additional cost to the VA and to his/her satisfaction all defects or imperfection appearing in said work within a period of one year after the date of final acceptance by the VA of all work done under this contract. Matters related to safety and any actions of the Contractor; shall meet all safety requirements of National Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. It is incumbent upon the Contractor to be familiar with these requirements. "Safety" shall also include the Contractor having a safety representative who maintains regular and routine contact with the Safety Officer at the cemetery. Contractor shall provide training of the contractor s and subcontractor s workers as necessary to meet these requirements. Repair and replace any existing structure to existing condition when altered or damaged by the construction. Completion Time: Thirty (90) calendar days from date of issuance of Notice to Proceed (NTP). (End of Work Statement) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.\ The Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.217-8, Option to Extend Services (Nov 1999) *30 calendar days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) * 30; 60; Five years FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) https://www.wdol.gov/ All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a SDVOSB set-aside for services as defined herein.    The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). For all inquiries contact the Purchasing Agent: Valentin Saucedo, valentin.saucedo@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 All quotes are due by: April 26, 2018 at 5:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; valentin.saucedo@va.gov to the Purchasing Agent. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0331/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0331 36C78618Q0331.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4235262&FileName=36C78618Q0331-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4235262&FileName=36C78618Q0331-000.docx

 
File Name: 36C78618Q0331 Binder1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4235263&FileName=36C78618Q0331-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4235263&FileName=36C78618Q0331-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04891472-W 20180419/180417230613-df255910585930e754242f611c6ee727 (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.