SOLICITATION NOTICE
Y -- Replace Handrails 460-18-010
- Notice Date
- 12/19/2018
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- ZIP Code
- 19805
- Solicitation Number
- 36C24419B0006
- Response Due
- 2/4/2019
- Archive Date
- 4/5/2019
- Point of Contact
- benjamin.villasenor@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES. Service Disabled Veteran-Owned Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, ( CVE ). This acquisition is conducted in accordance with FAR Part 14 - Invitation for Bid. -- Services -- PROVIDE: Professional construction services to include but not be limited to: Furnish and Install all items per plan and specification as shown on contract documents. Infection Control Risk Assessment Meet all of the requirements as outlined in VA Program Guide PG-18-1 (Master Construction Specifications). -- Project Scope -- GENERAL: Contractor to furnish all labor, materials, tools, equipment and supervision necessary to replace all designated existing handrails throughout the Wilmington VA s exterior grounds (See attached Drawing). SPECIFICS: Contractor shall remove and properly dispose of all identified existing facility s handrail (Refer to attached drawing). Furnish and install new stainless-steel handrail sections to create a seamless transition handrail barrier. The style and layout shall be as provided below (Figure 1) for illustration purpose only). Please use the recommended layout as the basis of design. Where conflicting information occurs with the recommended design, contractor shall comply with all OSHA, ADA and NFPA code requirements to determine handrail, railing size and spacing. Remove, cut, alter, replace, patch and repair any existing work as necessary to install new handrail system. Any existing condition deemed defective in any way shall be altered, extended or repaired without any additional compensation. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified by the COR. Allowance shall be made for thermal movement resulting from change in ambient temperature in engineering, fabricating, and installing handrails and railing systems to prevent buckling, open joints, overstressing of components and connections, and other detrimental effects. Where end caps or post caps are required, they must be permanently attached by welding with rivets or with vandal-proof screws. Handrail supports or posts shall be grouted with non-shrink, nonmetallic grout that is, non-staining, noncorrosive, and nongaseous. Handrail supports or posts must comply with ASTM C 1107. The Contractor shall provide grout recommended by the manufacturer for exterior applications. Contractor to thoroughly clean up the work area at the end of each day s work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel. All handrail and railing design shall conform to ASTM E985 for structural performance and the following: Cold-Formed Structural Steel: AISI Specifications for the Design of Cold-Formed Steel Structural Members Submission of a bid is a representation that the bidder has investigated general and local site conditions, and is satisfied as to the conditions to be encountered, while accomplishing work at the site. Work to be performed M-F 7a-4:30p. Figure 1: Proposed Handrail Design EXPECTATION: All projects and project designs shall contain language that addresses all applicable EOSH requirements. Regulatory Compliance EOSH requirements for work performed at the above location can be found in: Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry Volume 40 of the Code of Federal Regulations Protection of The Environment Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials Title 7 of the Delaware Code Conservation Title 16 of the Delaware Code Health and Safety Specifications The VA Master Construction Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements. Whenever possible, the Master Construction Specifications must be used as the basis for project designs. A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov. Specifications which address EOSH requirements include, but are not limited to, the following: SECTION 01 00 00 General Requirements SECTION 01 35 26 Safety Requirements SECTION 01 74 19 Construction Waste Management SECTION 02 41 00 Demolition SECTION 05 50 00 Metal Fabrications Please refer to Description of Bid Items contained in the solicitation for Bid Options. The solicitation for this requirement will be posted on https://www.fbo.gov/ on or about January 7, 2019. A confirmed date and time for the Pre-Bid site visit walk-thru will be contained in the posted solicitation. Contractors are to meet in Bldg. 10 Conference Room at The Department of Veterans Affairs, Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington DE PA 19805. While the walk-thru is not mandatory, all bidders, suppliers and subcontractors are strongly encouraged to attend. All requests for information or questions regarding the solicitation must be submitted in writing to the Contracting Officer via e-mail to: benjamin.villasenor@va.gov no later than 4:00 PM, (EST), one week prior to bid due date. Additional information will be contained in the posted solicitation. No telephonic or fax requests will be honored. In accordance with VAAR 836.204, the magnitude for this procurement is between $250,000 and $500,000 and NAICS Code 236220 with a small business size standard of $36.5 million. The Government contemplates award of a Firm Fixed Price contract resulting from the solicitation. Award of this contract is subject to the availability of FY19 funds. The maximum time for completion of the project is 120 calendar days after receipt of Notice to Proceed. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov, MUST be in compliance with VAAR 819.7003 and meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and MUST meet OSHA/EPA requirements. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov. To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-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/PiVAMC646/PiVAMC646/36C24419B0006/listing.html)
- Place of Performance
- Address: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
- Zip Code: 19805
- Country: USA
- Zip Code: 19805
- Record
- SN05178295-F 20181221/181219230011 (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 |