MODIFICATION
Z -- NRM-CONST 528A6-18-622 DEMOLISH HANDICAP RAMP BUILDIN 35 AND BUILDING 78
- Notice Date
- 6/26/2023 9:19:34 AM
- Notice Type
- Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24223B0033
- Response Due
- 7/25/2023 10:30:00 AM
- Archive Date
- 09/23/2023
- Point of Contact
- Devan Bertch, Contract Specialist
- E-Mail Address
-
Devan.Bertch@va.gov
(Devan.Bertch@va.gov)
- Awardee
- null
- Description
- INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS (a) Bidding materials consisting of Invitation for Bids, drawings, specifications and contract forms will be available on http://www.fedbizopps.gov in electronic format only. All interested parties (subs & primes) should register at http://www.fedbizopps.gov as an Interested Vendor so that others will know of your interest in participating in this procurement. A Bidder s mailing list WILL NOT BE prepared by the Contract Specialist. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at http://www.fedbizopps.gov. Paper copies of the amendments will NOT be individually mailed. By registering to Receive Notification , you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. (b) If bid exceeds $150,000 a bid bond must be submitted. A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. (c) If the contract will exceed $150,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the General Conditions of the Specification. Copies of SFs 25 and 25A may be obtained upon application to the issuing office. (d) If the bid/offer is between $30,000 - $150,000 The bidder/offeror to whom award is made will be required to furnish a Payment Bond, Standard Form 25A or alternative payment protection which conforms to the requirements set forth in FAR Clause 52.228-13, Alternative Payment Protections, as noted in the General Conditions of this Specification. Copies of the Standard Form of Payment Bond may be obtained upon application to the Issuing Office. DESCRIPTION OF WORK: The general scope of this project is to DEMOLISH HANDICAP RAMP BUILDING 35 AND BUILDING 78 at the Bath VAMC. EXISTING CONDITIONS Contractor shall provide all labor, materials, supplies, equipment, tools, and supervision necessary to demolish existing concrete ramp located between buildings 35 & Bldg. 78, and production of new concrete ramp between buildings 76 & 44 located at the VA Medical Center in Bath, New York. Unless otherwise directed by the COR, work shall be performed in accordance with construction drawings and specifications and other standards and regulations as detailed or specified. The General Contractor shall be responsible for: demolishing the existing concrete ramp, curb, and asphalt drive, removing existing exterior door & frame, filling the opening with matching masonry on both exterior and interior of the connecting corridor, new concrete sidewalk between buildings 35 & 78, restoring previous asphalt drive to lawn, cut & cap existing storm pipe under connecting corridor, and production of new concrete ramp between buildings 76 & 44 . The G.C. is responsible for any site restoration that may be required as a result of construction activities. This contract shall include other items as shown on the contract drawings and specifications. Construction shall be completed 90 days from notice to proceed. Cost Range:$25,000 and $100,000. Safety or Environmental Violations and Experience Modification Rate All Bidders/Offerors shall submit the following information pertaining to their past Safety and Environmental record. The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information will be obtained from the bidder s/offeror s insurance company and be furnished on the insurance carrier s letterhead. Self insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead shall obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR will obtain their EMR rating from their state run worker s compensation insurance rating bureau. A Determination of Responsibility shall be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility. Failure to affirm being within the guidelines above or submit this information shall result in a determination of Non-Responsibility for the bidder/offeror. NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility shall make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7927360fbe348b2a5bef3e0a219c9f5/view)
- Record
- SN06727384-F 20230628/230626230103 (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 |