SOURCES SOUGHT
Y -- Sources Sought action Roadway Slurry Improvement San Joaquin National Cemetery
- Notice Date
- 12/17/2018
- Notice Type
- Synopsis
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0086
- Archive Date
- 2/15/2019
- Point of Contact
- National Cemetery Administration (NCA)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- San Joaquin Valley National Cemetery Roadway Slurry Seal Improvements Nov. 30, 2018 913-NRM-FY19-007 Synopsis: This announcement constitutes a Sources Sought Notice. THIS IS NOT a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish all necessary labor, material, equipment and supervision to provide roadway slurry improvements at San Joaquin Valley National Cemetery located at 32053 West McCabe Road, Santa Nella, CA 95322. The purpose of this notice is to determine interest and capability of potentially qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) relative to the North American Industry Classification code (NAICS) 237310 Highway, Street, and Bridge Construction with the Small Business Size Standard of $65.5 Million. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis. Submission requirements for responses to this sources sought synopsis: SDVOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. Where to send responses: Point of Contact: Gloria Lucero Email: gloria.lucero@va.gov Response Deadline: December 21, 2018, 3:00 PM, EST Statement of Work San Joaquin Valley National Cemetery 32053 West McCabe Road Santa Nella, CA 95322 SCHEDULE OF SERVICES: Contract Line Item Description Quantity Unit Unit Price Total Price 001 Roadway Slurry Seal: Project - A 1 Job $________ $________ 002 Roadway Slurry Seal: Project - B 1 Job $________ $________ 003 Roadway Slurry Seal: Project - C 1 Job $________ $________ TOTAL PRICE: $________ TOTAL PRICE WRITTEN: GENERAL SCOPE OF WORK: The Contractor shall furnish all materials, equipment, submittals, third party testing, labor and supervision necessary for the placement of roadway slurry seal coat treatment at the San Joaquin Valley National Cemetery on roadway surface areas shown on the Drawings in accordance with this Statement of Work, reference Standards, and the Technical Specifications. The National Cemetery Administration has the option to Award one, two, or all three (3) proposed Contract Line items. COMPLETION TIME: Sixty (60) calendar days from date of issuance of Notice to Proceed (NTP). CONTRACT DRAWINGS & TECHNICAL SPECIFICATION: The following Drawings are included with the work and the Contract: 913-NRM-FY19-007-01 SITE PLAN / PROJECT LOCATION 913-NRM-FY19-007-02 DETAILS & NOTES The following VA Technical Specifications are included with the work and the Contract: SECTION 32 12 36 ASPHALT SLURRY SEAL COAT (15 pages) PROJECT TEAM: Cemetery Director: Maggie L. Ayres (209) 854-1040 x 107 Margaret.Ayres@va.gov COR: Steve Brand (209) 854-1040 x 105 Steve.Brand@va.gov Project Manager: Ron Horton, P.E. (510) 637-6285 Ronald.Horton@va.gov SCOPE OF WORK: Work for this Project generally includes but is not limited to the following: The Contractor shall provide all required and suitable Slurry Seal equipment, surface preparation equipment, safety & traffic control equipment, hand tools, and other support necessary to perform the Work. Prior to any Slurry Seal work, the Contractor shall conduct proper surface preparation to ensure that pavements structural integrity is increased by Crack Sealing and Patching. All existing stray and overwide rubber crack sealant material on the paved surface shall be removed by the Contractor from the pavement. Such preparation work shall be inspected by the COR prior to proceeding with the Slurry Seal coat treatment. This Project will require a thirty (30) day period between the Crack Seal Treatment and the Slurry Seal Coat Treatment. A shorter cure time for the Crack Seal Treatment will be considered by the Project Manager if the Contractor can provide supporting documentation that the Crack Seal material and the Slurry Seal emulsion is compatible for the proposed cure time. Contractor shall ensure that all manholes, valve boxes, catch basin grates or other structures located in the pavement are covered with heavy paper or roofing felt. Such material shall be removed once the slurry seal material has sufficiently cured. Tack Coat Treatment with the Slurry Seal Emulsion is required on all dry and raveled paved surfaces prior to Slurry Seal coat treatment. The Slurry Seal shall consist of a mixture of an approved Mixed Design of emulsified asphalt, mineral aggregate, water, and specified additives, proportioned, mixed and uniformly spread over a properly prepared surface in areas shown on the Drawings or as directed by the Project Manager or Project COR. The Slurry Seal shall leave a homogeneous mat, adhere firmly to the prepared surface, and have a friction-resistant surface texture throughout its service life. All materials, testing, execution, and related work shall conform to the California Department of Transportation (Caltrans) Standard Specifications latest edition. The Contractor shall survey all areas affected under this contract to document any/all damage and submit in writing and photographically, to the Project Manager, with a copy to the COR and Cemetery Director prior to beginning any work on site. Contractor shall develop a construction schedule to cause the least possible impact on cemetery operations. Such schedule shall be revised weekly and submitted to the Project Manager and COR for approval. Contractor shall make all Submittals in accordance with Section 37-3.01A (3) Submittals of the Caltrans Standard Specifications unless noted otherwise in this Technical Specification Section 32 12 36 ASPHALT SLURRY SEAL COAT. During construction the Contractor is responsible for site safety, traffic control, staging / stockpile area, surface preparation, application conditions / rate / type, quality issues, and post construction conditions and treatments. The Contractor shall protect and preserve all government property, including existing vegetation, landscape features, and monuments within, along, and adjacent to the Project area. Contractor shall conduct all work with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, veterans and their families made for our nation. Phasing: The work will be completed, one Project Area at a time. Work shall not proceed to the subsequent Project Area until the current roadway Slurry Seal coat treatment has been complete, inspected and accepted by the Contracting Officer Representative (COR). Submit phasing plan to the Project Manager and COR for approval prior to beginning any work. Public access to all Cemetery areas not currently under renovation shall be maintained. Staging / Parking Area: See COR for specific locations for Project staging, parking, and facilities. The Contractor is responsible for the proper coordination of all contractors, utilities, and subcontractors engaged in the work within and adjacent to the Project Site. Contractor shall keep the project work site clean and tidy at all time. At the end of each work day, all material and equipment shall be stored in a designated place per the COR. All work will be coordinated with the Contracting Officer s Representative (COR). Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and / or time. Project Manager and COR shall be copied on all correspondence to the CO. See Specification Section 32 12 36 - Asphalt Slurry Seal Coat for specific requirements. All work which does not conform to the requirements of the contract and technical specifications shall be considered unacceptable. The COR may direct the Contractor to remove any portion of the work performed under this contract for inspection or for any other purpose. The Contractor shall protect and preserve all property, including all existing vegetation, existing landscape features, and monuments within, along, and adjacent to the Work. The Contractor shall manage all surplus materials and waste generated in the performance of the contract. Dispose waste materials in accordance with applicable federal, state, and local laws and regulations. General Project Requirements: Contractor shall read and comply with all conditions of this contract including the Statement of Work, Drawings, and Technical Specification as it relates to schedule, submittals, inspections, materials, work area, workmanship, execution, and Project expectations. Contractor shall develop a construction schedule to cause the least possible impact on cemetery operations. Such schedule shall be revised weekly and submitted to the project manager and COR for approval. Contractor shall take all necessary precautions to avoid damages to existing structures, surfaces, trees, land-scaping, and other feature within or because of the Contractors work. Contractor shall conduct work with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, veterans and their families made for our nation. The Contractor shall survey all areas affected under this contract to document any/all damage and submit in writing and photographically, to the Contracting Officer, with a copy to the COR, prior to beginning any work on site. The Contractor shall confirm construction limits, install safety / traffic controls, post signs, and install construction fencing as approved by the COR. Clean up the work area at the end of each day s work, leaving work area clean and free of waste, scrap, materials, equipment, allowing for public complete and safe access to visit the columbarium after 4:30 pm Monday-Friday and all day on Saturday and Sunday. Site work will be accomplished between the hours of 8:00 and 4:30, Monday through Friday, except Federal Holiday s. The Contractor is required to discontinue his work efficiently in advance of Easter Sunday, Mother s Day, Father s Day, Memorial Day, Veteran s Day and all Federal Holidays to permit clean up before these dates. Work appearance and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, the contractor shall exhibit absolute decorum, composure, and stability all times. Standards of Employee Conduct: National Cemeteries are national shrines. The NCA honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. The standards of work appearance and procedures performed by the Contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, the contractor shall exhibit absolute decorum, composure, and stability all times. Contractor personnel shall be required to adhere to the following standards of dress and conduct, while performing work in the National Cemetery. These standards are enforceable under Title 38, USC, Part 1, Chapter 9, and Section 5901. Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/Safety clothing and shoes shall meet OSHA and state requirements. Behavior, language and noise levels must be appropriate, reverent and respectful at all times. Eating and drinking (except water) is prohibited in the work areas and within the sight of a committal shelter during a service. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery grounds is strictly prohibited. Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment s or other items will be placed on or leaned on headstones or monuments. There shall be no playing of music on the cemetery grounds at any time. The Contractor is responsible for maintaining satisfactory standards of personnel conduct, work performance, and shall administer disciplinary action as required. The Contractor is expected to remove any employee(s) from the Cemetery for cause, to include, but not limited to, safety violations, misconduct. If the Contractor fails to act in this regard, or the reason for removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contracting Officer (CO) for resolution; however, the Contractor shall first comply with COR direction pending any Contacting Officer final resolution at a later date or time. The Contractor will not be due any type of compensation for their costs incurred because of an employee being removed for cause; unless the removal is directed by the COR and in later found to be invalid or and/or unreasonable by the Contracting Officer. All work shall be performed in accordance with the drawings and specifications. It shall be the Contractor s responsibility to comply with all the applicable codes. The Contractor, at their cost, shall apply and obtain all applicable permits to comply with local, State and Federal regulations. Contractor Quality Control Requirements: The Contractor shall guarantee all work done under this contract, to be free from defaults for a period of three (3) years. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the Contracting Officer (CO) at the Contractor s expense and at the satisfaction of the Government. The Contractor shall provide a Job Site Superintendent who speaks and writes fluent English on site at all times when work is being performed and at all times when Contractor personnel are on the premises. ----END--- NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0086/listing.html)
- Place of Performance
- Address: San Joaquin Valley National Cemetery;32053 West McCabe Road;Santa Nella, CA
- Zip Code: 95322
- Country: United States
- Zip Code: 95322
- Record
- SN05176195-F 20181219/181217230015 (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 |