Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2011 FBO #3358
SOLICITATION NOTICE

Y -- Tuckpoint South Elevation Project - Project 610A4-11-122

Notice Date
2/1/2011
 
Notice Type
Presolicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA25111IB0074
 
Response Due
2/18/2011
 
Archive Date
5/28/2011
 
Point of Contact
Aaron Lacy
 
E-Mail Address
cting
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a pre-solicitation announcement for the Department of Veterans Affairs, Ft. Wayne VA Medical Center located in Ft. Wayne, Indiana. An Invitation for Bid will be issued on or about February 18, 2011 for construction project 610A4-11-001 "Exterior Tuck Pointing Building 16, 2, 1, Smokestack, and top 4 levels of sunshades" at the Ft. Wayne VA Medical Center, 2121 Lake Avenue, Fort Wayne, IN 46805. This announcement is a total set-aside for Service Disabled Veteran Owned Small Business. The VA is seeking a Contractor to provide all labor, supervision, materials, and equipment necessary to perform the following work: Tuck Pointing for Building 1(South Elevation), Building 2, Building 16 and Smokestack. Building 1 is a brick, concrete and mortar constructed building, Building 16 is a block, brick and mortar constructed building, Building 2 is a brick and mortar constructed building, and the Boiler Plant Smoke Stack (95 ft high) is a brick and mortar constructed structure at VA NIHCS Fort Wayne, 2121 Lake Avenue, Fort Wayne IN, 46805. Building 1 North, East and West Elevations were tuckpointed and sealed last years. The other buildings have not had tuck pointing in a number of years. The Contractor shall provide all labor, equipment, materials and expert supervision to visually inspect the entire building's exterior walls, exterior and interior of parapets for voids, caulking, loose and/or deteriorated mortar. The areas with voids, caulking, loose and/or deteriorated mortar, shall have the mortar and/or caulking removed, with grinder if necessary, the void area cleaned of all loose mortar and/or caulking, dirt and debris, and then fill void with new mortar and trowel. Contractor shall use vinylized mortar on all concrete area joints. Contractor shall repair structural cracks, all spalled/deteriorated brick shall be replaced, capstones resealed and the entire exterior cleaned and sealed. Caulking for Building 1 (South Elevation), Building 2, Building 16 and Smokestack. Building 1's (South Elevation), Building 2's (excluding windows and doors) and Building 16's window edges, parapet caps and doorways and the Smokestack's Cap have not been inspected and caulked in a number of years. The Contractor shall provide all labor, equipment, materials, and expert supervision to visually inspect all of the window's edges, inside and outside of parapet caps and doorway edges, in Building 1 (South Elevation), Building 2 (excluding windows and doors), Building 16 and the Smokestack's Cap. The Contractor shall then remove loose and old, cracked caulking and clean the voided area of loose caulk, dirt and debris. The Contractor shall then fill the voids with caulking. Utilize 30 yr. bronze exterior 100% silicone caulk, paying special attention to the window edges and between the parapet cap and parapet wall. Areas must be clean and dry prior to caulking application. Caulking for Building 1's Sunshades top (4) levels. Building 1's has sunshades installed on each of the (5) floors, on the South side of the Building. The Contractor shall provide all labor, equipment, material and expert supervision as required to replace all caulking materials utilized on the sunshades of the top (4) floors of Building #1, with new sealing/caulking materials. This caulking includes between the sunshade and the building's exterior surface, as well as, the caulking on the top and underneath sunshade's seams. Due to the age of the structure, 1949 construction, the Contractor will also be responsible to repair/replace damaged supporting wood structure materials as required to maintain the sunshades integrity/ability to sustain snow and wind loads. Deteriorated rotted wood shall be replaced with treated wood matching the dimensions of the original construction materials. The Contractor shall be responsible for fabricating replacement pieces of trim for the replacement of missing/deteriorated items, as well as, furnishing and installing covering metal where existing is found to be damaged/deteriorated past serviceable limits or missing. The Contractor shall also replace all missing screws with similar stainless items. Where screws do not contact solid wood, replace wood prior to replacing screws. The Contractor shall not walk on the sunshades to work on them or the building. Contractor must adhere to all OSHA standards and utilize fall protection at all times. Contractor shall be responsible for repair to any damages caused to buildings, lawns, walks, curbs, parking, or drives. Completion Time: 210-calender days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b) (2) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is set-aside for Service-Disabled Veteran-Owned Small Business firms (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 238140 and size standard $14 million applies. In accordance with VAAR 836.204, disclosure of the magnitude of this construction project is between $100,000 and $250,000. The government intends to award a Firm Fixed Price Contract in April 2011. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc is available until issuance of the solicitation. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) System website (http://www.fbo.gov) on or about February 18, 2011 with a due date to be specified in the Solicitation. No other site shall be used to obtain these documents. Further details of all dates and events, including site visit and bid opening date, will be available in the solicitation. All interested bidders (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register at the FedBizOpps website. Bidders are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov, and will have completed the VETS100A report at http://www.dol.gov/vets/programs/fcp/main.html (if applicable). Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The apparently successful bidder, unless currently listed as verified in the Vendor Information Pages at www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Therefore, prospective SDVOSB contractors are urged to obtain verification at VetBiz.gov as soon as possible to prevent delays in receiving award. Address all questions in writing to the issuing office via email to aaron.lacy@va.gov or by fax to (317) 988-1809. No telephone inquiries will be accepted. No other information regarding scope, dates, etc is available until issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25111IB0074/listing.html)
 
Place of Performance
Address: Northern Indiana Health Care System;Ft. Wayne Campus;2121 Lake Avenue;Fort Wayne, IN
Zip Code: 46805
 
Record
SN02371048-W 20110203/110201234449-cff0803ac2776ff9197d2b2e3cc2b3d3 (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.