Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
DOCUMENT

24 -- PACIFIC DISTRICT (OAK): 913-M&R-FY18-012 Maintenance Building Breakroom Improvements - San Joaquin National Cemetery - Attachment

Notice Date
8/15/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration (NCA);Contracting Services;75 Barrett Heights Road
 
Solicitation Number
36C78618Q9659
 
Response Due
8/21/2018
 
Archive Date
10/20/2018
 
Point of Contact
Tene Becknell
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
6 Sources Sought/Request for Information (RFI) Notice Department of Veterans Affairs National Cemetery Administration (NCA) SAN JOAQUIN VALLEY NATIONAL CEMETERY THIS IS AN RFI FOR SERVICE DISABLED VETERAN OWNED/VETERAN OWNED SMALL BUSINESSES (SDVOSB/VOSB) CONCERNS ONLY. Please review the Scope of Work below and contact me via email at tene.becknell@va.gov if your company can provide these services for the San Joaquin Valley National Cemetery. Any questions pertaining to this requirement can also be forwarded to the email address above before the close date of this RFI Notice. The North American Industry Classification System (NAICS) code for this requirement is 236220, Commercial and Institutional Building with a size standard in dollars at $36.5 million. Your RFI response must include: Company Capabilities Statement (in.pdf format) Current Veterans Information Pages (VIP) certified status as an SDVOSB concern (CVE letter is also sufficient) DUNS number Current System for Award Management (SAM) status Proof of NAICS code (236220, Commercial and Institutional Building) on SAM and VIP profiles To minimize document oversight, please provide ONE email response containing all requested documentation in.pdf formats. Any questions pertaining to this requirement can also be forwarded to the email address above before the close date of this Sources Sought Notice. Please do not send quotes at this time. EXPIRES AUGUST 21, 12:00 PM (EASTERN) Thank you! SCOPE OF WORK Maintenance Building Breakroom Improvements - San Joaquin Natl Cemetery The Maintenance Building Breakroom Improvements Project is in the Employee Breakroom at the Maintenance Building located on the east side of the San Joaquin Valley National Cemetery at 32053 West McCabe Road, Santa Nella, CA 95322. The Project Area is further shown on the Drawings and as described in this Statement of Work. All work shall be performed in accordance the Drawings, Technical Specifications, Statement of Work, and related Contract Documents. Contractor shall provide all labor, tools, materials, equipment, services, submittals, supervision, testing, and related work described GENERAL SCOPE OF WORK: Contractor shall provide all labor, tools, materials, equipment, services, submittals, supervision, testing, and related work described in the Contract Documents to conduct Maintenance Building Breakroom Improvements at the Maintenance Building located on the east side of the San Joaquin Valley National Cemetery. Existing Cabinets, Counter, Sink, & Shelves: The existing Cabinets, Counter, Sink & Shelves area is approximately 7 -6 wide. Contractor to remove and dispose of existing cabinets, counter, sink, built-in microwave unit, shelves, storage units, faucet, & drain pipe / trap. The existing garbage grinder unit shall be disconnected and re-installed as part of this work. Note 1a: Contractor shall ensure that there is between 24 and 26 inches of available counter top on the left side of the sink. This space will be dedicated for a second counter top microwave unit provided by the cemetery. Contractor shall ensure that new GFI outlet wire and conduit is sized for the existing counter top microwave unit. Note 1b: Contractor to provide a NEC code compliant GFI switch / outlet combination shall be installed to replace the existing unit above the sink area. All work shall be in conformance with the NEC and Division 26 Electrical technical specifications. Make submittals of all products. Note 1c: The mounted microwave shall have a separate conduit and wire connected back to the electrical panel box. Microwave shall have its own adequate size dedicated breaker. All work to be in conformance with the NEC and Division 26 Electrical technical specifications. Make submittals of all products. Note 1d: Contractor shall show in the Detailed Sketch submission that a single tub stainless steel sink is slightly wider and deeper than the existing sink. Width shall be limited to 24 inches and the depth to 12 inches. Note 1e: Contractor shall show in the Detailed Sketch submission that the existing mail shelves located on the right side of the counter will be similar in size with a total count of ten (10) shelves. Five (5) on each side. Flooring Improvements: Remove and properly dispose of existing vinyl floor in breakroom and abutting hallway area. Safely remove all adhesive material in compliance with OSHA requirements for tile removal. Prepare and resurface approximately 500 square feet of existing concrete subfloor by micro-topping with a polymer modified concrete product, material, stain, and finish in conformance with the technical specifications and approved submittals to the Contracting Officer Representative (COR). Note 2a: The existing Flooring Improvements area of the Breakroom and abutting Hallway is approximately 500 square feet. Contractor when preparing the concrete slab shall as a minimum follow the concrete surface preparation techniques recommended by the International Concrete Repair Institute (ICRI) outlined in Guideline No. 310.2R-2013 for overlays. Note 2b: The Contractor shall make submittal to the COR for approval of the appropriate surface preparation process as noted in the ICRI guideline that will be used for the slab encountered in this project. Note 2c: The Contractor shall ensure that all grease, oil, stains, residuals, rust, sealers, waxes and the like must be completely removed prior to the application of any product. Mild etching and cleaning solutions recommended by the manufacturer shall be used prior to any micro-topping work. Note 2d: The Contractor shall ensure that a certified manufacture representative shall visit the project site and provide a written letter stating that the concrete slab is ready for their product. Contractor shall submit such written certification to the COR prior to any micro-topping work on the concrete slab. Note 2e: The Contractor shall ensure that the slab is completely dry and all submittals have been furnished and approved prior to the application of any product. A minimum 4 ft. X 4 ft. mock-up area shall be created, reviewed, and accepted by the COR prior to starting the project. Note 2f: The Contractor should anticipate that a base coat, two top coats of the micro-topping product, polymer, grout, color stain, two coats of sealing, and finish will be required as part of this work. An Add Alterative Bid is requested for similar flooring procedures but without color stain. Miscellaneous Improvements: Miscellaneous Improvements to include the Removal and Replacement of the Breakroom Window Blinds and to Rehab the Existing Overhead Lights with LED Units. Contractor shall take his / her own measurements and conduct all appropriate investigations prior to Submittals. Note 3a: Contractor shall conduct Window Blinds Improvement in the employee breakroom on the large window unit at the maintenance building located on the east end of the national cemetery property. All work shall be in conformance with Division 1 General Requirements and the Technical Specifications. Note 3b: The existing Window Blinds Improvement area has an approximate width of 140 inches and an approximate height of 129 inches. The window is framed in six (6) parts. The upper three (3) sections are approximately 48 inches in height and the lower three (3) sections are approximately 81 inches in height. Each of the six (6) window sections is approximately 46 inches in width. The depth of the window frame is 1-7/8 inches. Contractor shall take his / her own measurements and conduct all appropriate investigations prior to Submittals. Note 3c: The Contractor shall provide Blinds that are mounted from the inside of the frame, match the color, louver size, material, hinge, and finish of the blinds recently installed in the maintenance building offices. Note 3d: The Contractor shall conduct Overhead Light LED Rehab Improvements in the employee breakroom on the each of the six (6) existing florescent overhead lights as part of this contract. All work shall be in conformance with Division 1 General Requirements and the Technical Specifications. Note 3e: The Contractor shall note that the existing voltage is 277v feeding the existing overhead light fixtures in the breakroom. Contractor shall remove and replace the existing T12 florescent lumens with Direct Wire T8 LED lumens, removal ballast, re-wiring of light fixture, and replacement of lamp holders. Plug and Play LED lumens are allowed if compatible with the existing ballast. Note 3f: The T8 LED lumens shall have internal driver, be DLC listed, with UL Safety Rating, minimum CRI of 80, color Cool White 4000 Kelvin, equivalent wattage between 40 and 50 watts, minimum 3000 lumens per lamp, minimum beam angle of 180 degrees, minimum 50,000 life hours, compatible for 277v power source, and have a 5-year warranty. Submittals: Submittal Requirements for all Work as outlined on the Drawings and Technical Specification. No work shall be conducted until all related submittals have been received and approved by the Contracting Officer Representative (COR).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9659/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9659 S05 - Sources Sought Notice - San Joaquin NC - Breakroom Improvements 081518.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542808&FileName=36C78618Q9659-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542808&FileName=36C78618Q9659-001.pdf

 
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 Joaquin Valley National Cemetery; 32053 W McCabe Road;Santa Nella, CA 95322
Zip Code: 22556
 
Record
SN05039531-W 20180817/180815231700-b599e23ff59068d2372dd582971bdd2d (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.