Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
DOCUMENT

H -- ROOF AND WINDOW ASSESSMENT OF DETROIT VAMC - Attachment

Notice Date
6/12/2012
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Veteran Affairs;Aleda E. Lutz Medical Center;Network 11 Contract Office;1500 Weiss Street;Saginaw MI 48602
 
ZIP Code
48602
 
Solicitation Number
VA25112Q0261
 
Response Due
6/25/2012
 
Archive Date
9/23/2012
 
Point of Contact
Roy W Samsel
 
E-Mail Address
1-4488<br
 
Small Business Set-Aside
N/A
 
Description
This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Contractor is to furnish all labor, materials, tools, equipment, supervision necessary to provide a complete roof and window assessment at the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, Michigan, 48201. NAICS is 238160/$14 Million. STATEMENT OF WORK ROOF AND WINDOW ASSESSMENT JOHN D DINGELL VAMC 4646 JOHN R STREET DETROIT, MI 48201 I.BACKGROUND The John D Dingell VAMC requires a total roof and partial window assessment. The roof and identified windows are of various ages and conditions and need to be scheduled for future maintenance. The report generate by this assessment will establish orders of priority for work and assist in developing cost estimates for future work. All offers must be submitted no later 2:00pm on June 25, 2012 to: Aleda E. Lutz VAMC Roy Samsel, Contracting Officer (90 C) 1500 Weiss Street Saginaw, MI 486602 Submissions must include: 1.Cover letter with brief work plan and methodology to be used to complete IR Thermography per SOW 2.Signed 1449 with pricing 3.Completed Price Sheet 4.Three References per SOW 5.Liability Insurance 6.Completed SF 1449 (first page) and Section B II.STATEMENT OF WORK a.Scope Contractor is to furnish all labor, materials, tools, equipment, supervision necessary to provide a complete roof and window assessment at the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, Michigan, 48201. The contract scope includes an assessment of approximately 254,000 square feet of roof surface and encompasses 34 different roof sections. This includes all canopies, balconies, and stairwells. The report shall include roof drawings with all dimensions, mechanical units, drains and all other penetrations. Test cores describing the composition of the roofing assembly. Provide an estimated life expectancy for all areas and a budget amount for roof replacement. Describe all defects with photographs and an estimated price to perform needed repairs. Also provide thermal scan for moisture that may be present in the insulation and report findings. The quality and detail of thermal scan required will be consistent with that typically provided through Aerial Thermography which is normally completed through local low level aerial photography. Methods other than aerial photography may be used if presented and approved as a component of the response to this RFQ. The contract scope shall also include an assessment of approximately 50 typical exterior windows. The report shall include window drawings with dimensions. Provide an estimated life expectancy for the installed windows. Describe all defects with photographs and an estimated price to perform needed repairs. Drawings are available upon request and will be emailed to interested parties. Drawings in combination with attendance at the scheduled site visit will provide the best perspective of the required work. b.Site Visit Site visit attendance is highly encouraged given the nature of work. Date: Monday, June 18, 2012 Time: 8:30 - 9:30 A.M. Location: John D. Dingell VA Medical Center, 4646 John R Street, Detroit, MI 48201 Room: LL638 - Engineering Conference Room, Lower Level Yellow Building Point of Contact/Contracting Officer's Representative Larry Kowalski (313) 576-1000, X-63004 c.Requests for Information RFIs should be submitted via email to roy.samsel@va.gov no later than 1:00pm June 21st. Submission after this date may not be answered. RFIs submitted to persons other than the Contracting Officer will not be answered. d.Price Sheet An attached price sheet has been developed to guide pricing. Please utilize this price sheet and include it with submissions. e.Evaluation Factors This is a lowest priced, technically acceptable procurement. To meet technically acceptable requirements offer must demonstrate that they are in the regular business of providing the requested service and must address all requirements in a satisfactory manner; submissions that only address a portion of the requirements will be considered technically unacceptable. f.References References for three of the most recent and technically similar projects shall be submitted. References shall include a brief description of work and a point of contract for the customer with phone number and email. g.Supporting Information VA Information and Information System Security/Privacy Requirements All contractors and Contractor personnel shall he subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program which is available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. Place of Performance Work is required to be performed at the John D. Dingell VAMC. The Government will provide office space, telephone service, and Government-furnished equipment. Period of Performance Contractor shall complete all services under this contract within 90 days after the kickoff meeting or Notice to Proceed. Government-Furnished Property The Government will provide roof and repair maintenance records related to the areas under consideration and other documentation appropriate in performing identified services on site. This information is the property of the Government and will be returned upon completion of work Qualifications of Key Personnel The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the VA Contracting Officer. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel that are being replaced. Requests to substitute personnel shall be approved by the VA Contracting Officer. All requests for approval of substitutions in personnel shall be submitted to the VA Contracting Officer prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute and any other information requested by the VA Contracting Officer needed to approve or disapprove the proposed substitution. The VA Contracting Officer will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. Confidentiality and Non-Disclosure It is agreed that: 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the Contractor in the performance of this contract are the exclusive property of the U.S. Government and shall be submitted to the COTR at the conclusion of the contract. 2.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract presented to the contractor shall be submitted to the CO for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this contract shall not be publicized without the written approval of the CO. This solicitation will be available only via the Federal Business Opportunities website (www.fedbizopps.gov). All Offerors MUST be registered and verified in the Central Contractor Registration (CCR) database. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55B. CLAUSES/PROVISIONS: The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following clauses added as addenda to the clause: VAAR 852.203-70 Commercial Advertising, VAAR 852.216-70 Estimated Quantities, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.271-70 Nondiscrimination in Services Provided to Beneficiaries, VAAR 852.273-76 Electronic Invoice Submission, 52.224-1 Privacy Act Notification, 52.224-2, and Privacy Act.. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS applies to this acquisition and the additional FAR clauses cited in the clause are paragraphs (b) 4, 6, 23, 26, 28-32, 38, 42, 48 (c) 1, 2, and 4. Solicitation Provisions: 52.216- Type of Contract, 52.233-2 Service of Protest, and VAAR 852.233-70 Protest Content/Alternative Dispute Resolution, 52.216-27, Single or Multiple Awards, and 52.225-25 Prohibition of Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. Electronic or mailed offers will be accepted. Offers are due to roy.samsel@va.gov NLT 2:00 p.m. on June 25, 2012. Mail to: Roy Samsel Contracting Officer 90C Department of Veteran Affairs Aleda E. Lutz Medical Center Network 11 Contract Office 1500 Weiss Street Saginaw, MI 48602
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC655/SaVAMC655/VA25112Q0261/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-12-Q-0261 VA251-12-Q-0261_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362076&FileName=VA251-12-Q-0261-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362076&FileName=VA251-12-Q-0261-000.docx

 
File Name: VA251-12-Q-0261 PRICING SHEET2.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362077&FileName=VA251-12-Q-0261-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362077&FileName=VA251-12-Q-0261-001.PDF

 
File Name: VA251-12-Q-0261 P07 WAGE DETERMINATION.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362078&FileName=VA251-12-Q-0261-002.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362078&FileName=VA251-12-Q-0261-002.PDF

 
File Name: VA251-12-Q-0261 FY12 PRIVACYHIPAATRAINING-TEXT VERSION.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362079&FileName=VA251-12-Q-0261-003.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362079&FileName=VA251-12-Q-0261-003.PDF

 
File Name: VA251-12-Q-0261 DRAWINGS 2.ZIP (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362080&FileName=VA251-12-Q-0261-004.ZIP)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362080&FileName=VA251-12-Q-0261-004.ZIP

 
File Name: VA251-12-Q-0261 DRAWINGS 1.ZIP (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362081&FileName=VA251-12-Q-0261-005.ZIP)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=362081&FileName=VA251-12-Q-0261-005.ZIP

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02772984-W 20120614/120612234938-6f7aea58fcb5461536a31acc4f74e717 (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.