Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2019 FBO #6453
SOLICITATION NOTICE

Y -- Pacific District - Honor Guard Trail Replacement Existing trailer needs to be demolished and moved offsite and replaced with a new 12'x44' Modular Building. SB setaside with tiered evaluations.

Notice Date
7/23/2019
 
Notice Type
Synopsis
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;NCA Contracting Service;18434 Joplin Rd;Triangle VA 22172
 
ZIP Code
22172
 
Solicitation Number
36C78619Q0411
 
Response Due
8/7/2019
 
Archive Date
9/6/2019
 
Point of Contact
valerie.wallace1@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
San Joaquin Valley National Cemetery Honor Guard Trailer Replacement Project June 7, 2019 913-MM-FY19-013 PAGE 1 Statement of Work San Joaquin Valley National Cemetery 32053 West McCabe Road Santa Nella, CA 95322 PRICE SCHEDULE-BASE BID Contractor shall provide all labor, tools, materials, equipment, services, testing. submittals, supervision, approvals, and related work for the Honor Guard Trailer Replacement Project at the San Joaquin Valley National Cemetery located at 32053 West McCabe Road, Santa Nella, CA 95322. The work includes all Project Improvements listed under the Base Bid Contract Line Item Numbers as follows: Contract Line Item Description Quantity Unit Unit Price Total Price 001 Existing Trailer Disconnect, Demolition, & Removal Off-Site 1 EA. $________ $________ 002 Site & Utility Preparation for 12 x 44 Modular Building. 1 EA. $________ $________ 003 Submittals, Delivery, & Setting of New 12 x 44 Modular Building Foundation, Structure, Skirt, & Specified Features. 1 EA. $________ $________ 004 Submittals, Delivery, & Setting of Steps and ADA Aluminum Switchback Ramp. 1 EA. $________ $________ 005 Furnish all Hardware, Fittings, & Products to Reconnect Utilities, and Obtain all Permits for Owner Occupancy. 1 EA. $________ $________ TOTAL PRICE: $________ TOTAL PRICE WRITTEN: INSTRUCTION TO BIDDERS: The Bidders shall provide a Unit Price and Total Price for each of the listed Contract Line Item Numbers (CLIN) provided in the above Base Bid. Bidders shall provide a Total Price in numbers and a Total Price Written on the above form. PRE-BID SITE VISIT: It is highly recommended that Bidders attend the pre-bid site walk, inspect the site, investigate by observation, and formally ask questions in writing for responses through the Contracting Office (CO) 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 of the Bidder/Offeror to inspect the site constitute grounds for a claim after the Contract Award. Bid submission is your acknowledgement that you have examined the job site and Bid Documents and are satisfied with the general and local conditions to be encountered; character, quality, and the Scope of Work to be performed; quantities of materials to be furnished; character, quality, and quantity of surface and subsurface materials or obstacles; and all requirements of the Contract. Bidders planning to conduct a site visit shall contact the Cemetery Director or Foreman to make arrangements. COMPLETION TIME: Ninety (90) calendar days from date of issuance of Notice to Proceed (NTP). CONTRACT DRAWINGS & TECHNICAL SPECIFICATION: The following Drawings are included with the work and the Contract: 913-MM-FY19-013-01 SITE PLAN / PROJECT LOCATION 913-MM-FY19-013-02 EXISTING TRAILER DEMO & REPLACEMENT The following VA Technical Specifications are included with the work and the Contract: SECTION 13 34 24 MODULAR BUILDING CONTRACTOR TECHNICAL CAPABILITY AND PAST PERFORMANCE REQUIREMENTS: The Contractor / Sub-Contractor must have worked in the field of Modular Building installation, Utility Connections, Foundation Design, ADA compliance, Site Work, and related Project activities for a minimum of five (5) years. Prospective Bidders / Offerors must provide at the time of Bid / Offer a minimum of three (3) similar size, scope, materials and methods Projects performed and completed within the past five (5) years. Each Project shall have client references name and phone number. Prospective Bidders / Offerors shall read completely all Drawings and Technical Specification and clearly note in their Cost Proposal what part (Subpart / Item No.) of the Technical Specifications cannot be achieved and explain in written detail what is proposed as an equal substitution to address the requirement. Such written document shall also be submitted at the time of the Cost Proposal and will be reviewed as part of the NCA Technical Evaluation. Qualifications of Contractor s Supervisor: The Contractor s On-Site Supervisor must have a minimum of five (5) years of experience as a direct supervisor of similar Projects. Prospective Bidders/Offerors shall submit a résumé for the proposed Project On-Site Supervisor as part of the Cost Proposal. Replacement of the Project On-Site Supervisor will not be allowed after the Contract Award without written approval by the Project Manager and Contracting Officer. PROJECT TEAM: Cemetery Director: COR: Project Manager: SCOPE OF WORK: Work for this Project generally includes but is not limited to the following: The Honor Guard Trailer Replacement Project requires the disconnection of all existing utilities, detachment and safe storage of all items currently attached to the existing structure or foundation, complete removal off site of the existing Honor Guard Trailer from the cemetery property; design and construction of structure foundation, manufacturing, shipping, and placement of the proposed new 12 by 44 trailer, anchoring structure, re-connection of all utilities, installation of structure skirt, re-attachment of all items previously attached, fabrication, delivery, and setting all steps and ADA ramps, and other incidentals noted in the Statement of Work, Technical Specifications, and Drawings. The Contractor shall furnish all tools, labor, materials, equipment, services, transportation, providing crane if needed, site surveys, soil testing, and related services to perform work described within the contract, Statement of Work, Technical Specification, and Drawings for a complete working system. The Contractor shall survey all areas affected under this contract to document any/all damage and submit in writing and photographically, to the Project Manager, with a copy to the COR and Cemetery Director prior to beginning any work on site. Contractor shall pay for private locator to locate all underground utilities within fifty (50) feet of the existing Honor Guard Trailer location. Once all utility lines have been properly located and marked in the field, the Contractor shall review with the Contracting Officer Representative (COR) the sequence for separation, relocation, and reconnection of all utility and communication lines. There shall be no demolition work until all utilities and communication lines have been located, marked in the field, and protected. If encountered, the Contractor shall provide and pay for all inspections and removal of any hazardous material to include asbestos and lead paint removal. Abatement of any hazardous material as determined by contractor third party must be done prior to any demolition. It is the Contractors responsibility to detect and remove any hazardous material within the footprint of the existing Honor Gard Trailer. The removal and relocation of any utility or communication line shall be paid for by the Contractor incidental to the Trailer demolition and replacement work. The contractor shall provide for all sawcuts, excavation, backfill, bedding, compaction and restoration to match nearby existing features. The Contractor shall take care to refrain from any damage to the existing parking lot and concrete sidewalk used for access to the existing honor guard trailer. Any damage caused by the Contractor to these existing features will be repaired at no cost to the National Cemetery Administration (NCA). The Contractor is responsible for proper traffic control, security fencing, barricades, and other safety measures to complete the work in harmony with the operations and schedule of the National Cemetery at this project site. The Contractor shall provide a 12-foot by 44-foot Modular Building that complies with the Construction Standards for Manufactured Homes Manufactured on or after June 15, 1976 (Title 24, Housing and Urban Development, Code of Federal Regulations, Chapter xx, Part 3280 Manufactured Home Construction and Safety Standards and Part 3285 Model Manufactured Home Installation Standards ). The Contractor shall provide a manufactured modular building that includes one bathroom with toilet and sink, gutters, downspouts, block & level, foundation material, anchors and tie-down material, full skirting, HVAC, on demand hot water heater, electrical connections, ADA ramp & steps, ADA aluminum switchback ramp w/ step, and ADA ramp final transition to match existing sidewalk grade. See Technical Specification Section 13 34 24 Modular Building. The Contractor shall apply for and pay for all local, county, state, or federal permits required to disconnect utilities, demo and remove off site existing trailer, and for delivery and setting the new trailer, and re-connection of all utilities. The Contractor is responsible for trailer registration, license, and all applications and fees for a code compliant structure that can be occupied when the work is complete. Contractor shall develop a construction schedule to cause the least possible impact on cemetery operations. Such schedule shall be revised weekly and submitted to the Project Manager and COR for approval. During all phases of this Project the Contractor is responsible for site safety and traffic control in coordination with the Cemetery Director and the Project (COR). The Contractor shall protect and preserve all government property, including existing vegetation, landscape features, and monuments within, along, and adjacent to the Project area. Contractor shall conduct all work with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, veterans and their families made for our nation. Staging / Parking Area: See COR for specific locations for Project staging, parking, and facilities. The Contractor is responsible for the proper coordination of all contractors, utilities, and subcontractors engaged in the work. Contractor shall keep the project work site clean and tidy at all time. At the end of each work day, all material and equipment shall be stored in a designated place per the COR. All work will be coordinated with the Contracting Officer s Representative (COR). Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and / or time. Project Manager and COR shall be copied on all correspondence to the CO. All work which does not conform to the requirements of the Contract and Technical Specifications shall be considered unacceptable. The COR may direct the Contractor to remove any portion of the work performed under this contract for inspection or for any other purpose. The Contractor shall manage all surplus materials and waste generated in the performance of the Contract. Dispose waste materials in accordance with applicable federal, state, and local laws and regulations at NO additional cost to the NCA. General Project Requirements: Contractor shall read and comply with all conditions of this contract including the Statement of Work, Drawings, and Technical Specification as it relates to schedule, submittals, inspections, materials, work area, workmanship, execution, and Project expectations. Contractor shall develop a construction schedule to cause the least possible impact on cemetery operations. Such schedule shall be revised weekly and submitted to the project manager and COR for approval. Contractor shall take all necessary precautions to avoid damages to existing structures, surfaces, trees, land-scaping, and other feature within or because of the Contractors work. Contractor shall conduct work with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, veterans and their families made for our nation. The Contractor shall survey all areas affected under this contract to document any/all damage and submit in writing and photographically, to the Contracting Officer, with a copy to the COR, prior to beginning any work on site. The Contractor shall confirm construction limits, install safety / traffic controls, post signs, and install construction fencing as approved by the COR. Clean up the work area at the end of each day s work, leaving work area clean and free of waste, scrap, materials, equipment, allowing for public complete and safe access to visit the columbarium after 4:30 pm Monday-Friday and all day on Saturday and Sunday. Site work will be accomplished between the hours of 8:00 and 4:30, Monday through Friday, except Federal Holiday s. The Contractor is required to discontinue his work efficiently in advance of Easter Sunday, Mother s Day, Father s Day, Memorial Day, Veteran s Day and all Federal Holidays to permit clean up before these dates. Work appearance and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, the contractor shall exhibit absolute decorum, composure, and stability all times. Standards of Employee Conduct: National Cemeteries are national shrines. The NCA honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. The standards of work appearance and procedures performed by the Contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, the contractor shall exhibit absolute decorum, composure, and stability all times. Contractor personnel shall be required to adhere to the following standards of dress and conduct, while performing work in the National Cemetery. These standards are enforceable under Title 38, USC, Part 1, Chapter 9, and Section 5901. Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/Safety clothing and shoes shall meet OSHA and state requirements. Behavior, language and noise levels must be appropriate, reverent and respectful at all times. Eating and drinking (except water) is prohibited in the work areas and within the sight of a committal shelter during a service. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery grounds is strictly prohibited. Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment s or other items will be placed on or leaned on headstones or monuments. There shall be no playing of music on the cemetery grounds at any time. The Contractor is responsible for maintaining satisfactory standards of personnel conduct, work performance, and shall administer disciplinary action as required. The Contractor is expected to remove any employee(s) from the Cemetery for cause, to include, but not limited to, safety violations, misconduct. If the Contractor fails to act in this regard, or the reason for removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contracting Officer (CO) for resolution; however, the Contractor shall first comply with COR direction pending any Contacting Officer final resolution at a later date or time. The Contractor will not be due any type of compensation for their costs incurred because of an employee being removed for cause; unless the removal is directed by the COR and in later found to be invalid or and/or unreasonable by the Contracting Officer. All work shall be performed in accordance with the drawings and specifications. It shall be the Contractor s responsibility to comply with all the applicable codes. The Contractor, at their cost, shall apply and obtain all applicable permits to comply with local, State and Federal regulations. Contractor Quality Control Requirements: The Contractor shall provide a Job Site Superintendent who speaks and writes fluent English on site at all times when work is being performed and at all times when Contractor personnel are on the premises. Per FAR 52.246-21 Warranty of Construction, The Contractor warrants, except as provided in paragraph (i) of this clause, that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier. This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Government takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Government takes possession. The Contractor shall remedy at the Contractor s expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor s expense any damage to Government-owned or controlled real or personal property, when that damage is the result of (1) The Contractor s failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished. (See FAR 52.246-21) ----END--- DRAFT******WAGE DETERMINATION THAT WILL BE USED IN THE SOLICITATION. DRAFT****** "General Decision Number: CA20190018 05/03/2019 Superseded General Decision Number: CA20180029 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway Counties: Alameda, Calaveras, Contra Costa, Fresno, Kings, Madera, Mariposa, Merced, Monterey, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Stanislaus and Tuolumne Counties in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 1 02/01/2019 2 02/15/2019 3 02/22/2019 4 05/03/2019 * ASBE0016-004 01/01/2019 AREA 1: CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS & TOULMNE COUNTIES AREA 2: ALAMEDA, CONTRA COSTA, SAN FRANSICO, SAN MATEO & SANTA CLARA COUNTIES NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUL-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/36C78619Q0411/listing.html)
 
Place of Performance
Address: San Joaquin Valley National Cemetery;32053 West McCabe Rd;Santa Nella, CA
Zip Code: 95322
Country: United States of America
 
Record
SN05378191-F 20190725/190723230017 (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.