DOCUMENT
Y -- BLDG 92 FLOORING REPLACEMENT - Attachment
- Notice Date
- 10/3/2016
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Veterans Affairs;Central Texas Veterans HCS;1901 S. 1st Street;Temple TX 76504
- ZIP Code
- 76504
- Solicitation Number
- VA25717B0001
- Archive Date
- 1/10/2017
- Point of Contact
- joyce.mills@va.gov
- E-Mail Address
-
joyce.mills@va.gov
(joyce.mills@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Notice: The Central Texas Veterans Health Care System (CTVHCS), Network Contracting Office, NCO17 anticipates awarding a Firm-Fixed-Price construction contract to Building 92 Floor Replacement located at the Doris Miller VA Medical Center, 4800 Memorial Drive, Waco, Texas 76711. The method of procurement shall be an Invitation for Bid (IFB) in accordance with the procedures set forth in Parts 14 and 36 of the Federal Acquisition Regulation (FAR), with an anticipated "approximate" issue date of October 14, 2016 and a projected bid due date of November 18, 2016. The project includes, but is not limited to the following; contractor shall completely prepare site for building operations, including all demolition and removal of existing structures, to prepare the site for the required project per the Scope of Work (SOW) and drawings. The contractor shall be responsible for supplying and installing W60026 Forbo Allura Wood, Classic Beech. The work will involve coordinating with FSC, COR-Michael L. Fincher 254.534.1483 to schedule removal of cubicles, computers and office furniture. The work will be performed in 8 zoned section preventing disruption of FSC Austin Finance. All work must follow conduct rules and guidelines of the VA. All work will be performed at the Central Texas VAHCS facility, 4800 Memorial Drive, Waco Texas 76711. Site Conditions: The installation should not begin until the work of all other trades has been completed, especially overhead trades. Areas to receive flooring should be clean, fully enclosed and weathertight with the permanent HVAC must be fully operational, controlled and set at a minimum of 68o F (20o C) for a minimum of seven days prior to, during, and seven days after the installation. The flooring material (including adhesive and welding rod) should be conditioned in the same manner for a minimum of 48 hours prior to the installation. Areas to receive flooring shall be adequately lighted to allow for proper inspection of the substrate, installation and seaming of the flooring, and for final inspection. Substrates: Floors shall be sound, smooth, flat, permanently dry, clean, and free of all foreign material including, but not limited to, dust, paint, grease, oils, and solvents, curing and hardening compounds, sealers, asphalt and old adhesive residue. Wood floors should be double construction with a minimum total thickness of 1 inch. Wood floors must be rigid, free from movement and have at least 18" of well-ventilated air space below. Forbo floor coverings should not be installed over wooden subfloors built on sleepers over on or below grade concrete floors without first making sure that adequate precautions have been taken to ensure the structural integrity of the system, and to prevent moisture migration from the concrete slab. Concrete substrates should be prepared in accordance with the latest version of ASTM F 710, Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring. Concrete shall have a minimum compressive strength of 3,000 psi. Patch and repair minor cracks and other imperfections using only the highest quality patching and leveling compounds in strict accordance to the manufacturer's recommendations for their use and application. Floor covering should not be installed over expansion joints. Suitable expansion joint covers should be used. It is essential that moisture tests be conducted on all concrete floors regardless of the age or grade level. Conduct calcium chloride tests in accordance with the latest version of ASTM F 1869, Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride. Measure the internal relative humidity of the concrete slab in accordance with the latest version of ASTM F 2170, Standard Test Method for Determining Relative Humidity in Concrete Floor Slabs Using in situ Probes. One test of each type should be conducted for every 1,000 square feet of flooring (minimum of 3). The tests should be conducted around the perimeter of the room, at columns, and anywhere moisture may be evident. Concrete moisture vapor emissions must not exceed 5.0 lbs. per 1,000 square feet in 24 hours when using Forbo T 940 adhesive or 8.0 lbs. per 1,000 square feet in 24 hours when using Forbo Sustain 885m adhesive. The contractor shall provide all personnel, services, vehicles, transportation, tools, equipment, materials, supplies, facility supervision, supervision, administration and any other item(s) necessary to perform and accomplish the work. The contractor shall be familiar with all of the terms, conditions, and requirements herein contained. All work must comply with federal, state and local regulations. All work on this contract will be performed during normal work hours or on the weekends that will be specified by the COTR. Normal working hours are from 8:00am to 4:30pm, Monday-Friday. All work must be installed with federal codes and government regulations This requirement is a competitive offer, Set Aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). The applicable NAISC code is 238330, $15 M. The magnitude of the construction estimated cost range: $100,000.00 - $250,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACTHCS674/VACTHCS674/VA25717B0001/listing.html)
- Document(s)
- Attachment
- File Name: VA257-17-B-0001 VA257-17-B-0001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3036765&FileName=VA257-17-B-0001-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3036765&FileName=VA257-17-B-0001-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-17-B-0001 VA257-17-B-0001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3036765&FileName=VA257-17-B-0001-000.docx)
- Record
- SN04296673-W 20161005/161003234846-924b78664f68f02cf0bf11832dd63cc3 (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 |