SOURCES SOUGHT
Y -- NRM MIDWEST DISTRICT. Project: 806-NRM19-107 - Camp Butler National Cemetery Administration & Maintenance Building Repairs
- Notice Date
- 3/27/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;Contracting Services;75 Barrett Heights Road, Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0240
- Response Due
- 4/17/2019
- Archive Date
- 5/2/2019
- Point of Contact
- Denise Russell
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought Notice This announcement constitutes a Sources Sought Notice for the Administrative and Maintenance Building Repairs, at the Camp Butler National Cemetery. This is neither Request for Quote (RFQ) nor a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. To enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, the VA National Cemetery Administration (NCA) is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for an NCA procurement opportunity. Pursuant to the set-aside authority contained in Public Law 109-461. Results of preliminary market research will be used in considering a 100% set aside for SDVOSBs first and VOSBs second. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Issuance of this notice does not establish any obligation on the part of the Government, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. Proprietary information is not being requested; respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs, NCA anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. Project Scope Summary: Provide all labor, materials, tools, equipment, transportation and supervision for the restoration improvements to the Administration Building, the Maintenance Building and the Main Flagpole, in accordance with drawings, specifications, and per applicable standards and requirements. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $100,000 and $250,000. Work includes, but is not limited to: Provide all labor, materials, tools, equipment, transportation and supervision for the restoration improvements to the Administration Building, the Maintenance Building and the Main Flagpole. The work includes Front Entrance Work: replacing cracked stone steps, tuckpointing all stone steps and releveling brick pavers; repainting the basement and upstairs rooms, renovating the upstairs bathroom, replacing 6 exterior metal doors and frames and repairing the cast stone flag pole base all at the Camp Butler National Cemetery, Springfield, IL. The work includes site investigation to verify all measurements and site conditions before start of the work and the ordering of any materials. All work shall be performed in a professional workmanship like manner. All adjacent disturbed surfaces shall be repaired to the same quality standards of the existing work and shall also match the adjacent areas. Properly remove and dispose all debris from government property. All work must be in accordance with applicable federal, state and local codes and regulations. The contractor shall be responsible for any applicable permits. All electrical work shall be in accordance with the latest edition of the National Electrical Code (NEC). A pre-bid visit by the bidder is required to get an accurate understanding of the work. All work must be done in strict accordance with the manufacturer s requirements and installation guidelines and shall be performed by a licensed full time professional with two or more years of experience in the respective trade. The cemetery staff will be responsible for relocating/moving the unsecured items on the floor away from the work area, contractor to provide adequate notice (2 weeks). Contractor will be responsible for temporarily removing any items that are mounted to the floor or wall (and re-installing) if they are in conflict with the proposed work. Four large front entrance cut stone steps are cracked and need to be replaced in kind. All the stone steps and the building are historic, therefore matching the existing stone and the mortar with new is a requirement. Procure, remove and replace/install 4 stone steps that match in dimension, size, shape, color and material to the cracked stone steps. The cut stone steps range in size from approximately 15.5 x 25.5 x 5.5 to approximately 36 x 14 x 5.5 with a contoured lip on the bottom. The completed work shall visually match and blend with the surrounding stone steps in color and texture and pattern. Properly re-secure the existing hand railing to the newly installed stone steps. Any special treatment to the stone steps and railing required to remove the hand railing or to reinstall the hand railing will be considered incidental to the project i.e., special holes to be drilled into the stone, stainless steel fasteners to be replaced with new, disassembly of the entire railing (if necessary) and reassembly, safely storing and safe keeping of the railing when disassembled, caulking around the base of the railing, painting any damaged or exposed wood areas on the railing, etc. The two levels of stone steps (historic) in the front entrance require their joints to be tuckpointed. All new mortar for this project shall have the color match with the existing aged mortar. Complete an initial test section of the stone step tuckpointing and obtain COR approval for color and workmanship prior to proceeding with the entire project. It is essential that the proposed work on the historic structure matches the adjacent undisturbed areas. The surface finish tooling pattern of all retuck pointed joints are to match the existing surface finish tooling pattern of the adjacent existing areas of the stone steps. Remove, re-use and relevel approximately 60 s.f. of brick pavers. The brick pavers will need to be temporarily lifted and safely placed aside. The existing steel edging that is staked in placed will need to be removed and replaced in kind with new (same quality, material, thickness, etc.) steel edging. The sand base will need to be elevated to the original design in order to remove all trip hazards and drainage issues (provide positive drainage) created by the settlement that s occurred over time. Brick pavers are to be placed back into the same existing horizontal alignment and brick pattern and in alignment with the stone steps. The elevated sand base will need to be properly compacted and the joints properly filled and compacted with sand. Regarding the entire basement including area under the stairs, concrete steps/entry area, concrete breezeway (to back door) at top of concrete steps, (crawl space in the back and metal door to computer server not included), restore all the paintable surfaces (ceiling, walls, columns, poles, floor, steps, doors, shelves, etc.) by removing/scraping the lead-based paint and providing high grade primer and 2 coats of high grade paint (off white-eggshell, color to be approved by the COR) on all the surfaces except the floor. The basement floor and concrete steps (also include replacing the anti-slip strips on steps with new strips) shall be replaced with a layered epoxy coating (4-step Process: Base coat, top coat, full distribution of vinyl chips and one clear coat). The basement windows and their frame shall be left untouched. The COR shall determine the colors to be selected prior to ordering of materials from the range of available options. The work includes lead paint abatement, all preparation work such as cleaning the surfaces, removing and replacing any items whether the items are attached or unattached to the surface, working around and/or painting over items of conflict (piping, conduit, HVAC ducts, etc.) that cannot be temporarily relocated (shelving in back room to stay in place), protecting the windows and their frames, etc. All painting and painting preparation shall be in strict accordance with the paint manufacturers written recommendations/requirements. All painting shall be performed by a licensed painter or painting company that works as full-time painters and has two or more years of experience in interior painting of buildings. Areas: Floor approx. 1300 s.f., Ceiling approx. 1200 s.f., Walls (including columns, posts, half walls adjacent to stairs, area under stairs, doors, shelving) approx. 3300 s.f. Approximately 5% of the walls, ceiling and floor have significant spalling of its surface and will require the areas to be repaired prior to painting. The replacement material shall be a high strength, strong bonding material such as SpecChem Duo Patch or equivalent. All work associated with this is considered incidental to the project i.e., removing loose concrete material to a solid surface, applying the bonding patch compound per strict accordance with the manufacturers recommendations/requirements, smoothing out the repaired surface to match the adjacent surface, cleaning/disposing the removed concrete material, thoroughly checking all the surfaces (walls, ceiling, floor) for the loose areas needing to be repaired, etc. The back-door entrance upper floor surface (inside) and steps surface are significantly worn and need to be replaced. Procure, remove and replace/install a new surface for the floor and steps. Replace the surface material with high quality commercial grade vinyl composite flooring. The steps will also require safety strips (anti-slip strips) all the way down to the basement. Area approx. 100 s.f. The two east office rooms (2nd floor) will require the plaster walls and wood trim and closets (inside and out) and wood closet doors to be painted (except windows, window trim and entrance doors). As well as the west room (South Wall Only). Several cracks and other imperfections will need to be properly patched prior to painting (incidental to the project). Restore the paintable surfaces by removing/scraping the lead-based paint and providing high grade primer and 2 coats of high-grade paint (color to match existing). Area approx. 1400 s.f. The west room (2nd floor) has a water damaged section (7 x 7 ) of wood flooring surrounding the furnace unit and needs to be removed and replaced with new matching wood with the same material (hardwood), dimensions (width and thickness), color (stain) and varnish treatment. Additional lengths of wood flooring will be required beyond the 7 x 7 area to properly repair the floor as well as sanding/refinishing the adjacent existing wood areas to match and also temporarily relocate and reinstall the approx. 2 x 2 furnace unit are considered incidental to the project. The 2nd floor restroom (approx. 6 x 10 x 8.5 H) is outdated and needs to be refinished. Remove the flooring, the tile walls, faucets, sink and cabinet (tub and toilet to stay). The plaster walls and ceiling will need to be repaired and patched and the floor will require preparation to accommodate the new floor (all work related to this i.e., removing/demoing existing material, applying new material, making surface smooth and level, caulking, etc. is considered incidental to the project). Any work requiring reinstallation i.e., toilet, lights, mirror, hanging rods, etc. and caulking is incidental to the project. Provide high grade primer and 2 coats of high-grade paint on the walls and ceiling. Provide new commercial grade flexible wall base around the perimeter of the floor. Flooring shall be waterproof rigid core luxury vinyl tile or plank with pre-attached antimicrobial IXPE foam pad underlayment that is commercial grade durable such as Duralux Performance from Floor and Decor. Replace the sink with an Acrylic Solid Surface, seamless integration of the sink and counter (i.e. Corian or approved equal) and back splash, designed to fit into the same location and space. The cabinet shall be similar in size and style and of commercial quality wood. The faucet shall be a single handle for both hot and cold and of commercial quality. Colors to be approved by the COR. The public restroom (adjacent to the Administration Building) entry doors (2 total, exterior hollow metal doors) and the Maintenance Building doors (4 total, one double door and three standard doors, exterior hollow metal doors) and their frames have outlived their life and will need to be removed and replaced with new pre-hung exterior hollow metal doors (steel construction) and welded steel frames (sweep, seal, threshold, etc.) and hardware similar in grade and construction as the existing doors and hardware being replaced. Paint color of door to match existing colors applied at the factory or with 3 coats of paint in the field if factory color is not available (incidental to the project). The main flagpole cast stone base (not historic) has numerous cracks and eroded joints and is in need of significant repair. Repair all the cracks/spalling areas (remove all loose material to a solid surface) and remove and replace all the joints in the cast stone structure so that the appearance is uniformly consistent in color, texture and shape similar to when it was first installed. It is the contractor s responsibility to utilize the correct material compatible with cast stone that is high in strength, strong in bonding and matches the existing color (incidental to the project). The route of construction traffic to and from the project site shall be clear of debris at all times as well as the required safety signage and barricades for the safe passage of visitors. Thoroughly clean up the work area at the end of each day s work and at the completion of the project. Leave the premises clean and free of waste, scrap, used equipment or other material intentionally delivered to the site by the contractor or contractor s personnel. The purpose of this notice is to determine interest and capability of potential qualified SDVOSBs and VOSBs with under applicable North American Industry Classification code (NAICS) 236220 Commercial and Institutional Building Construction. The Small Business Size Standard for this code is $36.5 Million. To make an appropriate acquisition decision for this requirement, the Government will use response(s) to this Sources Sought Notice. The type of solicitation issued, and the manner of advertisement will also depend on the response(s) received to this notice. Response Submission: SDVOSB/VOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. Action Required by Interested Offerors in Response to this Sources Sought Notice: Interested Offerors shall provide a Capability Statement clearly demonstrating the company s expertise performing the services & supplies described above as well as a list of recent projects, ongoing or completed, of a similar nature to demonstrate the company s ability to perform such services. Vendors will also need to provide the following information: 1. Company Name: _________________________________ 2. DUNS number: __________________________________ 3. Web address (if applicable): _______________________ 4. Point of Contact: ________________________________ 5. Phone: _________________________________________ 6. Email: _________________________________________ Please submit your information via email to Denise Russell, Contract Specialist, at denise.russell3@va.gov, by the closing date and time of 3:30 P.M. EST, April 17, 2019. Please include the following as the subject line of your email: SS Response to| Camp Butler National Cemetery | Administrative and Maintenance Building Repairs | Project# 806-19-107. Please do not include advertising or promotional materials. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0240/listing.html)
- Place of Performance
- Address: Camp Butler National Cemetery;5063 Camp Butler Road;Springfield, IL
- Zip Code: 62707
- Country: USA
- Zip Code: 62707
- Record
- SN05262065-F 20190329/190327230025 (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 |