DOCUMENT
Z -- IL Construction - Sparks, NV - Attachment
- Notice Date
- 9/1/2017
- Notice Type
- Attachment
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V17Q0450
- Archive Date
- 10/16/2017
- Point of Contact
- Kevin Searles
- E-Mail Address
-
searles2@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. PLEASE DO NOT RESPOND WITH A PROPOSAL / QUOTE / OFFER. This sources sought is issued solely for informational, planning purposes and market research in accordance with FAR Part 10. This sources sought is seeking interest from all socio-economic categories with the capability and interest in meeting the following requirements. The Department of Veterans Affairs, Veterans Benefits Administration (VBA), Pacific District Contracting Team, is conducting market research to determine the existence of contractor's that can perform the following: Contractor shall provide concrete pathways adjacent to the Veteran s home, in accordance with the below DRAFT Performance Work Statement. The Contractor shall furnish all labor, materials, equipment, tools, transportation and supplies, and perform all work required according to the specifications of the contract. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. The Government's estimated construction time for the project is 90 days. This is based on the most current information available to date. Updated information will be posted electronically on Federal Business Opportunities as it becomes available. Place of Performance: Sparks, Nevada 89441. In accordance with VAAR 836.204 Disclosure of the magnitude of construction projects, the estimated cost of construction for this project is between $25,000 and $100,000. The North American Industry Classification System (NAICS) Code is 236118, and the small business size standard is $36.5M. The government anticipates award of a firm fixed price construction contract. Should adequate sources respond, the order of precedence for a resultant procurement will be SDVOSB, VOSB, Small Business, Full and Open. The decision to set aside a solicitation will solely be based on the results of this notice and extensive market research. In order to qualify as an SDVOSB or VOSB, your company must be a verified and a registered SDVOSB or VOSB concern in the VA Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) located at http://www.VetBiz.gov. Federal Acquisition Regulations require that contractors are registered in the System for Award Management (SAM) database at http://www.sam.gov and entered all mandatory information into the system to include the completion of Online Representation and Certification Application (ORCA). Any interested and qualified sources are requested to submit their companies' capability statement (5 page count limit), to include a letter of interest to Kevin Searles, Contracting Officer via email to kevin.searles2@va.gov. As part of your capability statement please include your company DUNS and socio-economic status. Also, please include any current or past residential construction contracts you have been awarded or other information demonstrating proof of capabilities. Any information provided is strictly voluntary. The Government will not pay for information submitted in response to this Sources Sought Notice. To be considered in this research, please provide the information above not later than 12:00pm CST on September 15, 2017. DRAFT CONSTRUCTION PERFORMANCE WORK STATEMENT HOME ACCESSIBILITY MODIFICATIONS 1.0 SPECIFIC REQUIREMENTS. 1.1 Location of Work: The work shall be performed in Sparks, Nevada 1.2 Period of Performance: The period of performance is 90 calendar days from receipt of Notice to Proceed (NTP). This includes the submittal review process, ordering and receiving materials, working time, and project closeout. 1.3 Work Hours: Work is to be performed from 8:00 am to 5:00 pm, Monday through Friday excluding Federal Holidays. Exceptions must be requested in writing and may only be approved by the Contracting Officer. 2.0 SCOPE OF WORK The Contractor shall provide all labor, tools, equipment, materials and supervision to perform the work indicated in this Performance Work Statement (PWS). The tasks provided under this contract consist of, but are not limited to the tasks listed. The Contractor shall provide all ancillary tasks and materials necessary to provide a complete, useable space. 2.1 Background: Title 38 of the United States Code, (U.S.C.), Section 3120, is the statutory authority for the Secretary of Veterans Affairs to provide programs of independent living services and assistance in various geographic regions of the United States. Under this authority, the Veterans Benefit Administration may enter into contracts to provide services, to include construction, to primary residences when deemed medically necessary to maximize independence in daily living The intent of the construction project is to prevent falls in the Veteran s master bathroom, help the Veteran bathe independently, and improve the accessibility throughout his home. The Veteran is unable to shower independently because his has trouble with stepping into his bathtub and remaining standing for the length of the shower. Renovating the shower, installing tile and a more accessible vanity in the bathroom will improve the Veteran s accessibility. Likewise adding a handrail to the stairs in the Veteran s garage will allow him to traverse the stairs unaided with no difficulty 2.2 General Construction Activities: Alterations include architectural, mechanical, electrical, HVAC, lighting and/or other related work, interior finishes including ceiling, painting, provide and install additional power outlets and services as needed, and carpeting/resilient flooring work. Contractor shall be responsible for removal and disposal of all materials being demolished and/or removed for the project. Contractor shall deliver all elements of the project (bathroom vanities, grab bars, toilet, sinks and faucet, barrier free shower assembly, flooring, painting, mirror, light fixture, etc ) in good working order at the completion of the work. All items included in this scope of work shall be new, in good working order, free of defects. Contractor shall be responsible for removal and disposal of all materials brought on site to perform the work. Contractor shall be responsible for delivering a clean, ready to use space. Contractor shall not disrupt adjacent portions of the house. Contractor shall be responsible for cleaning any areas sullied during performance of the work. Contractor shall keep the work space tidy during the remodel and minimize impacts and obstructions to other areas of the house. Contractor shall be responsible for repairing any area of the house or property damaged by the contractor during performance of the work. Contractor shall inspect the existing plumbing to ensure it is in good working order. Contractor shall replace any plumbing as necessary to complete the project. Interior and exterior finishes required to complete the project shall match the existing finishes. Specific Construction Activities: 2.3.1 Master Bathroom; Please refer to Sketch A, Master Bathroom (SKETCHES TO BE PROVIDED IN SOLICITATION) 2.3.1.1 Remove existing vanity, countertop, sink and ceramic tile border around existing sink. Salvage existing sink and faucet for re-installation. 2.3.1.2 Provide new vanity with base cabinet, countertop. The vanity should be 34 AFF. Reinstall the salvaged sink. 2.3.1.3 Patch wall around sink, paint and seal around new vanity. 2.3.1.4 Cut the existing drywall, install wood blocking, patch wall. Provide swing away grab bar, Bobrick B-4998 or equal. Seal around it and paint all the walls. Coordinate the mounting height with Mr. Veteran. 2.3.1.5 Provide recessed toilet paper dispenser into new base cabinet, Bobrick, B6677 or equal mounted to side. Coordinate the mounting height with Mr. Veteran. 2.3.1.6 Paint all walls and ceiling, patch all flooring. Clean up the entire bathroom after renovation. Rough dimensions are 87 x60. Please refer to photos illustrating existing conditions. 2.3.2 Secondary Bathroom; Please refer to Sketch B, Secondary Bathroom Layout (SKETCHES TO BE PROVIDED IN SOLICITATION) 2.3.2.1 Remove and dispose of existing vanity including base cabinet, countertop, 2 mirrors, toilet, and the bathtub. Salvage existing shower faucet assembly for possible re-use. Remove and dispose of wall (10 LF), door and flooring. Rework plumbing, electrical and HVAC as required for a new work. 2.3.2.2 Prepare existing area where the tub was removed to receive barrier free shower assembly. Provide plywood around the area for support as required and recommended by the manufacturer. Provide barrier free shower assembly by Best Bath, Aquatic Bath or equal. The assembly should include all of the manufacturer s options; grab bars, fold up seat, hand held shower assembly with slide bar, and pressure balancing mixing valve, soap dish and curtain rod. Rework plumbing as necessary to receive the new shower assembly. Color and finish to be selected by Mr. Veteran. 2.3.2.3 Provide new ADA toilet assembly. Color to be selected by Mr. Veteran. 2.3.2.4 Provide new wall framing (10LF) increasing depth of bathroom by roughly 16. The wall to match existing framing, with 5/8 moisture resistance drywall. Provide 5/8 drywall ceiling in the enlarged bathroom, patch with existing drywall ceiling, finish and prep for paint. Rework plumbing, electrical and HVAC as required. 2.3.2.5 Provide new vanity with 20 wide base cabinet, countertop, sink and faucet. The vanity should be 34 AFF. Colors for the base cabinet, countertop, sink and faucet to be selected by Mr. Veteran. Rework plumbing and electrical as required. 2.3.2.6 Provide new 3 0x7 0 hollow wood door with 3 hinges, lever handles and 1 privacy lockset. Provide trim inside and outside the opening. Color and finish to be selected by Mr. Veteran. 2.3.2.7 Provide 4 x4 floor ceramic tile with 4 wall base. Grout as required. Colors to be selected by Mr. Veteran. 2.3.2.8 Cut existing drywall, install wood blocking, patch wall. Provide swing away grab bar, Bobrick B-4998 or equal. Seal around it and paint all the walls. Coordinate the mounting height with Mr. Veteran. 2.3.2.9 Install floor stop at wall. 2.3.2.10 Prime and paint all walls, ceilings, and door framing with bathroom paint. Rough dimensions of the bathroom are 94 x60. Please refer to photos illustrating existing conditions. 2.3.2.11 Provide two mirrors. 2.3.2.12 Provide shower rod. 2.3.2.13 Seal around all fixtures and assemblies. 2.3.3 Entrance to the Garage; please refer to Sketch C Layout (SKETCHES TO BE PROVIDED IN SOLICITATION) 2.3.3.1 Provide aluminum rail securely fastened to the floor and wall. Patch and seal penetrations as required. Touch up paint. Please refer to photos illustrating existing conditions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0450/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0450 VA101V-17-Q-0450.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3774398&FileName=VA101V-17-Q-0450-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3774398&FileName=VA101V-17-Q-0450-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0450 VA101V-17-Q-0450.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3774398&FileName=VA101V-17-Q-0450-000.docx)
- Place of Performance
- Address: Sparks, NV
- Zip Code: 89441
- Zip Code: 89441
- Record
- SN04658963-W 20170903/170901231657-0e88bae753e7d840a7a8a782edd7ccd3 (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 |