Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

Z -- Resurface and Stripe Parking Lot at Fort Thomas, KY. Project #539-23-201

Notice Date
4/19/2023 6:23:16 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023B0046
 
Response Due
5/5/2023 9:00:00 AM
 
Archive Date
05/20/2023
 
Point of Contact
Brian Rosciszewski, Contract Specialist, Phone: 937-268-6511 x 4421
 
E-Mail Address
Brian.Rosciszewski@VA.gov
(Brian.Rosciszewski@VA.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
STATEMENT OF WORK (SOW) Fort Thomas Division (Cincinnati VAMC) 1000 S. Ft Thomas Ave Ft Thomas, Kentucky 41075 1. Contract Title. Project # 539-23-201 Resurface and Stripe Parking Lot at Fort Thomas, Kentucky. 2. Background. The chosen contractor shall provide complete construction services including labor, materials, equipment, and supervision required to complete Project# 539-23-201 Resurface and Stripe Parking Lot at Fort Thomas, Kentucky for the Cincinnati VAMC. This project will consist of repairing, resurfacing, and re-striping the existing Fort Thomas, Kentucky parking lot and adjacent sidewalk areas while adhering to the appropriate design guide requirements. Fulfillment of this project will further enhance a professional appearance, curb appeal, visibility of parking lines and improve the maneuverability and safety for the veteran patients and employees at the Fort Thomas facility. 3. Place of Performance. The project work will occur at the Fort Thomas Division, 1000 S. Ft Thomas Ave, Ft Thomas, Kentucky 41075 specifically within the existing on-site parking lot location. 4. Scope. The Resurface and Stripe Parking Lot at Fort Thomas project will include, but is not limited to, various repairs, milling, removal/replacement and crack filling of the existing parking lot, adjacent curbs & sidewalk areas at the Fort Thomas location of the Cincinnati VAMC. This work is divided into the following four (4) phases: Phase 1 Site Repairs Phase 2 Entrance Resurfacing Phase 3 North Parking Resurfacing Phase 4 South Parking Resurfacing. This construction project requires general contracting, demolition of existing conditions and safety and security for successful completion. 5. Specific Tasks. A general summary of tasks involved with this project are listed below by phase as currently documented in the project drawings & specifications. The intent of this phasing is to minimize impact on patients and employees throughout the course of this project. For a full and complete understanding of all required work to be completed under this project, carefully read through all aspects of the project drawings and specifications. Note 1: Contractor to field verify measurements and quantities of all items needed to complete this project. Utilize drawing plans as guides for planning and striping parking lot once repairs & resurfacing have been completed. Note 2: Any requirements listed in the project solicitation documentation that are unclear to the contractor or requires further clarification are to be documented and submitted via Request for Information (RFI) to be formally answered by the project s CO/COR. Phase 1 Site Repairs: This phase will include small site repairs including curb ramp reconstruction, concrete sidewalk milling, concrete sidewalk removal & replacement, concrete pavement removal & replacement, and concrete sidewalk milling/crack filling. Work shall be performed in such a manner to minimize disruption to the VA patients and employees. Patient and employee access to the building shall be maintained at all times. Contractor to provide detour signage around road or sidewalk closures. This phase may not be construction concurrently with any other phase. Phase 2 Entrance Resurfacing. This phase will include the resurfacing and repairs to the main entrance drop off and access roadways. Work shall be performed in such a manner to minimize disruption to the VA patients and employees. Patient and employee access to the building shall be maintained at all times. Contractor to provide detour signage around road closures. This phase may not be constructed concurrently with Phases 3 or 4. Phase 3 North Parking Resurfacing. This phase will include the resurfacing and repairs of the northern portion of the onsite parking lot. Work shall be performed in such a manner to minimize disruption to the VA patients and employees. Patient and employee access to the building shall be maintained at all times. Contractor to provide detour signage around road closures. This phase may not be constructed concurrently with Phases 2 or 4. Phase 4 South Parking Resurfacing. This phase will include the resurfacing and repairs of the southern portion of the onsite parking lot. Work shall be performed in such a manner to minimize disruption to the VA patients and employees. Patient and employee access to the building shall be maintained at all times. Contractor to provide detour signage around road closures and provide a dedicated pedestrian detour. This phase may not be constructed concurrently with Phases 2 or 3. Deducts. It is the intent of the VA to award a contract to complete the full scope of work as defined by the project drawings and specifications. However, if available funding is insufficient to match the construction bids received for the full project scope of work, the following items have been identified as deduct alternates as noted on the project drawings and specifications: 1. Deduct #1: Elimination of work related to select areas of sidewalk removal and replacement. 2. Deduct #2: Elimination of work related to the removal and replacement of accessible concrete curb ramps. 6. Performance Monitoring. Construction contract supervision will be conducted by the Project Section of Engineering Service at the Cincinnati VA Medical Center. Inspection will be made throughout the project and delivery and installation. 7. Security Requirements. None. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None. 9. Other Pertinent Information or Special Considerations A. Identification of Possible Follow-on Work. None. B. Identification of Potential Conflicts of Interest (COI). None. C. Identification of Non-Disclosure Requirements. None. D. Packaging, Packing and Shipping Instructions. None E. Inspection and Acceptance Criteria. Project COR to conduct the final acceptance of satisfactory installation. 10. Period of Performance. Total Period of Performance: 90 calendar days from the effective date of the notice to proceed. 11. Technical/Administrative Requirements. Contracted work shall be conducted in accordance with the below VA Specifications. Support features for each room can be found within U.S. Department of Veterans Affairs Office of Construction & Facilities Management Technical Information Library. This resource provides information regarding construction specifications, construction procedures, design manuals, design guides, room finishes, and door/hardware schedules which should be followed throughout the administration of this contract. 12. Additional Info. The above SOW constitutes a basic outline of work required for this project but does not include all details required for the design, construction, and completion of this project. A pre-construction walkthrough and inspection of current conditions is recommended to determine all needs and requirements prior to starting the project.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f3c550ab98b469db5384b47e8c2610c/view)
 
Place of Performance
Address: Fort Thomas Cincinnati VAMC 1000 S. Fort Thomas Ave., Fort Thomas, KY 41075, USA
Zip Code: 41075
Country: USA
 
Record
SN06655700-F 20230421/230419230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.