Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
DOCUMENT

Y -- NRM - CONTINENTAL DISTRICT. Project 832-18-201: Storm Drainage improvements to Biloxi National Cemetery. - Attachment

Notice Date
4/24/2018
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington, DC 20001
 
ZIP Code
20001
 
Solicitation Number
36C78618Q0335
 
Response Due
5/1/2018
 
Archive Date
6/30/2018
 
Point of Contact
Javoil Powell
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Notice Biloxi National Cemetery | Storm Drainage Improvements | Project# 832-18-201 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Biloxi National Cemetery, Storm Drainage Improvements, Project# 832-18-201 In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, the VA National Cemetery Administration (NCA) is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a NCA procurement opportunity. Pursuant to the set-aside authority contained in Public Law 109-461. Results of preliminary market research will be used in considering a 100% set aside for SDVOSBs first and VOSBs second. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. At this time, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested; respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs, NCA anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. Project Scope Summary: Shall furnish all labor, material, supplies, equipment, tools, transportation, and supervision to install storm drainage structures such as improved grass swales with underdrains and cleanouts at the Biloxi National Cemetery as required by contract drawings and specifications, and as described herein. This description is not all encompassing. IAW VAAR 836.204| Disclosure of the magnitude of construction projects. Between $25,000 and $100,000. A. The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): 1. The Contractor shall use a licensed surveyor to complete a topographic survey of the proposed east-west grass swale area and surrounding area to verify the minimum longitudinal slopes are achievable. The Contractor s surveyor shall verify that the flow line slope shall be sufficient to provide positive drainage in turf areas to associated area inlets as shown on the contract drawings. 2. Strip the live turf along the proposed flow line to the proposed area inlet. Trench for underdrain according to the contract drawings. Any encountered tree roots which are approved to be severed shall be cut cleanly and treated with a root sealer compound, and covered with earth as soon as possible. Cemetery staff will mark the approximate locations of utilities; however, the Contractor shall be responsible for accurate utility locations. Protect from damage existing, crossing irrigation laterals and other utilities that will be encountered during construction; hand dig in these areas. Excavated material may be regraded to form the new swale; any excess material not reused shall be disposed of appropriately off site. Contractor shall install 4-foot high orange, plastic construction fencing around any open excavations for the protection of the public and staff. 3. Protect from damage all other trees in the immediate vicinity of the construction according to contract drawings. 4. Install 6-inch perforated, (bell and spigot high density polyethylene HDPE) drainage pipes with three (3) rows of circular perforations spaced sixty (60) degrees apart, smooth interior walls, triple-wall construction with corrugated structural core, and meeting ASTM F810, including appropriate trenching, filter fabric, and #57 crushed stone backfill according to the contract drawings and specifications. The HDPE pipes shall be installed along the swale flow line and maintain positive drainage (0.80% minimum) back to the associated area drains. Install 6-inch cleanout/inspection ports, installed flush with the finish grade as indicated on the contract drawings. The cleanouts shall have threaded plugs. 5. Place and compact a 6-inch layer of #57 crushed stone. Complete wrap of pipe and drainage layer with non-woven, needle-punched polypropylene filter fabric that provides approximately 150 gallons per minute flow. 6. Place and compact enough imported sandy loam and 3 inches of imported clean, amended topsoil in order to restore all surfaces and grades. Regrade for positive drainage to the associated inlets according to the grading plan. The swale shall have a trapezoidal cross section with sides sloped up to 4:1, bottom width of approximately 3 feet, and freeboard up to 6 inches. 7. Install a new 24 x 24-inch area drain with traffic-rated drain grate. Connect the underdrain to the new area drain box and grout the connection according to the contract drawings. 8. Replace the existing 23-inch diameter solid cover for the east drain with a traffic-rated drain grate. 9. Install a 6-inch HDPE dual-wall, solid main transport pipe from the new area drain to the existing drain in the road median. Maintain a 0.80% longitudinal grade to the manhole. Bore under the road ensuring existing utilities are located and protected from damage prior. 10. Provide and install certified Celebration Bermuda sod for all disturbed areas in accordance with the contract specifications. The Contractor shall be responsible for the turf during the establishment period (approximately 30 days), including mowing and irrigation until sod is 100% established. After the sod has been established the Contractor shall request a Final Inspection in writing to the Contracting Officer and COR. All interested contractors shall be registered in the System for Award Management (SAM) database at https://www.sam.gov and Vendor Information Pages (VIP) at Vetbiz.gov web portal https://www.vip.vetbiz.gov/default.asp. Documentation supporting your (CVE) veteran s status must be submitted with your package; submissions must also indicate whether your firm is responding as a Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Small Business (VOSB. The relative NAICS is: 237990, Other Heavy and Civil Engineering Construction. The Small Business Administration (SBA) size standard is: $15 Million. Requested Information: 1. Please provide a positive statement of interest in submitting a quote based on the general scope of work description. 2. Please provide a capability statement; describe your firm s in-house capability to accomplish the summarized project scope/goal. 3. Please state whether your SDVOSB or VOSB firm is currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code 237990, Other Heavy and Civil Engineering Construction. Please state your firm's name, address, DUNS and CAGE number, and primary point of contact, including telephone number(s) and email address. 5. Please provide the following information for your three most relative, recent projects: (a) Contracting agency address and contracting officer s name, email address and telephone number. (b) Contract Number, date, amount of award, and date of completion. (c) Was your company the prime or a subcontractor? If performance was as a subcontractor, please provide the prime company s business name, address, email address, and telephone number, as well as the name, email address and telephone number of a specific contact person. (d) Describe items/services provided under the contract. (e) Please state if there were any performance issues under the contract resulting in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer. Response Submission: Please submit your information via email to Javoil Powell, Contracting Officer, at Javoil.Powell@va.gov, by the closing date and time of 3:00 P.M. EST, May 01, 2018. Please include the following as the subject line of your email: SS Response to| Biloxi National Cemetery | Biloxi National Cemetery | Storm Drainage Improvements | Project# 832-18-201. Please do not include advertising or promotional materials.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0335/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0335 36C78618Q0335.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4251058&FileName=36C78618Q0335-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4251058&FileName=36C78618Q0335-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Biloxi National Cemetery;400 Veterans Avenue;Bldg 1001;Biloxi, MS
Zip Code: 39531
 
Record
SN04899780-W 20180426/180424230731-7cb9e91abc959424f9da259101b61836 (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.