DOCUMENT
Y -- Create Green Roof - Attachment
- Notice Date
- 12/27/2012
- Notice Type
- Attachment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25013B0154
- Archive Date
- 3/27/2013
- Point of Contact
- TERANCE CRAWLEY
- E-Mail Address
-
Contract Specialist
(terance.crawley@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC), 10701 East Boulevard, Cleveland, Ohio, 44106 has a requirement for Project 541-12-126, "Create Green Roof MICU/PCU ". This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service Disabled Veteran-Owned Small Business Set-Aside. The SDVOSB contractor is required to perform a minimum of 15% of the construction work on the project. This does not include paperwork, submittals, etc. DO NOT SEND QUESTIONS TO THIS NOTICE. QUESTIONS WILL BE ACCEPTED ELECTRONICALLY AFTER THE SOLICITATION HAS BEEN PUBLISHED. NOTICE-SAFETY COMPLIANCE REQUIREMENT 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 as outlined below shall be submitted at the time the bid or request for proposal is submitted. For sealed bids, information shall be submitted in a separate sealed envelope identified by the solicitation number, company name, and identified as "Safety Compliance Information".) 1.VIOLATION INFORMATION: 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. 2.EXPERIENCE MODIFICATION RATE: All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information shall 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 must 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 shall obtain their EMR rating from their state run worker's compensation insurance rating bureau. DETERMINATION OF NON-RESPONSIVE-- All bids/offers in response to this solicitation will be reviewed for responsiveness to the solicitation. Failure to provide documentation as outlined above, at date and time set for bid opening or receipt of proposal, will deem the bid/proposal Non-Responsive. Post award, this requirement is applicable to all subcontracting tiers, and prospective prime contractors will be responsible for determining the suitability of their prospective subcontractors. Information concerning any subcontractors will be provided to the Contracting Officer, in the same form and format as outlined above, prior to the prospective subcontractors commencing work under any resulting contract. The contractor shall furnish all supervision, labor, tools, materials, supplies, and travel, to perform work under this project. The work will include but not be limited to general construction, alterations, mechanical, plumbing, electrical work, utility systems, necessary removal of existing structures, construction, and certain other items. The work shall include but not be Limited to: renovate approximately 4,000 gross square feet of existing roof space. The project will provide a reroof of existing area utilizing a concrete paver and pedestal system over an Ethylene Interpolymer Protect Roof Membrane Assembly to an internal second floor roof approximately (3700 square feet) bounded on 4 sides by multi-story towers with walkout access and, a first floor roof (300 square feet) with access by portable ladder, at the Louis Stokes Cleveland VAMC: including but not limited to the following: "Installation of pigmented pavers in pattern identified on the drawings. "Modification of roof drains and installation of exterior lighting, electrical convenience outlets, and hose bib. "Reconstruction of masonry veneer wall and installation of new windows. "Installation of through wall flashing at perimeter of new roof systems. "Site restoration along East Blvd. including grading, seeding, installation of landscaping, irrigation system, and concrete sidewalks. "The goal of the project is to improve views of the roof from patient rooms and public corridors and to pay tribute to the service of our veterans. The work to be performed will be at the Cleveland VA Medical Centers, Wade Park Division, and 10701 East Boulevard, Cleveland, OH 44106. The applicable NAICS code is 238160 with a size standard of $14.0 million. The IFB will be issued once all drawings and specifications have been approved. The Government intends to award a firm-fixed-price contract. The period of performance shall be 150 days from the Notice to Proceed issue date. This notice is not a request for competitive offers. A pre-proposal conference shall be held at EUL building 1605 East 105th street on the 6th floor room(6M-661) January 16, 2013 9:30 a.m.In accordance with VAAR 836.204(g), Magnitude of Construction is expected to be between $300,000.00 and $600,000.00. Offerors must be listed in the VetBiz.gov Vendor Information Pages at www.vetbiz.gov, currently registered in Central Contractor Registration, www.ccr.gov and have completed online Representations and Certifications at http://orca.bpn.gov. The point of contact is Terance Crawley who can be reached by email at Terance.Crawley@va.gov. Questions may be submitted by e-mail to above point of contact. Telephone calls will not be accepted. It is the contractor's responsibility to view the FBO website daily for any amendments to the IFB.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25013B0154/listing.html)
- Document(s)
- Attachment
- File Name: VA250-13-B-0154 VA250-13-B-0154.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=566790&FileName=VA250-13-B-0154-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=566790&FileName=VA250-13-B-0154-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-13-B-0154 VA250-13-B-0154.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=566790&FileName=VA250-13-B-0154-000.docx)
- Place of Performance
- Address: Louis Stokes Cleveland Department of Veterans;Affairs Medical Center 10701 East Boulevard;Cleveland, Ohio,
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN02955923-W 20121229/121227233807-9ca808b95d5c6def01f09c96b1a07ad7 (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 |