99--NRM MIDWEST DISTRICT: Project 897-17-106 Honor Guard Building Repairs-FCA Deficiency Corrections, Leavenworth National Cemetery (Re-Solicitation)

expired opportunity(Expired)
From: Federal Government(Federal)
VA78617R0508

Basic Details

started - 13 Jun, 2017 (about 6 years ago)

Start Date

13 Jun, 2017 (about 6 years ago)
due - 15 Jun, 2017 (about 6 years ago)

Due Date

15 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
VA78617R0508

Identifier

VA78617R0508
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs

Attachments (10)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
May 24, 2017 3:47 pm The National Cemetery Administration issued a requirement for Honor Guard Building Repairs FCA Deficiency Corrections at Leavenworth National Cemetery.

Project Location: Leavenworth National Cemetery, 150 Muncie Road, Leavenworth, KS 66048.

Contractor shall furnish all labor, material, equipment, transportation and supervision for the restoration improvements to the Historic Honor Guard Building. Contractor must have valid historic restoration experience.

The Work shall include, but shall not be limited to the following (not necessarily in the order indicated):

The work includes scrape (involves lead paint removal) and paint ALL the paintable surfaces inside and outside the building, restore the original windows throughout, tuck point the exterior stone and brick (replace broken sections), remove the electric register heat units and replace with an HVAC ductless mounted split system, update the fire alarm,
provide miscellaneous repairs to the copper gutter and the concrete bench seat and provide an inspection report on the clay tile roof, all for the Honor Guard Building at the Leavenworth National Cemetery, Leavenworth, KS.

The work includes site investigation to verify all measurements and site conditions before start of the work and the ordering of any materials. All work shall be performed in a professional workmanship like manner. All adjacent disturbed surfaces shall be repaired to the same quality standards of the existing work and shall also match the adjacent areas. Properly remove and dispose all debris from government property. All work must be in accordance with applicable federal, state and local codes and regulations. The contractor shall be responsible for any applicable permits. All electrical work shall be in accordance with the latest edition of the national Electrical Code (NEC). A pre-bid visit by the bidder is required to get an accurate understanding of the work.

All work must be done in strict accordance with the manufacturer s requirements and installation guidelines and shall be performed by a licensed full time professional with two or more years of experience in the respective trade.

Restore all the paintable surfaces (inside and outside the building) by removing/scraping the lead based paint and providing high grade primer and 2 coats of high grade paint (color to match existing). The areas included but not limited to are: gables, louver, ceiling, fascia, soffits, trim boards, door and frame and arch, windows (frame and grids), columns, black metal handrail and inside: ceiling (including beams), walls, trim, front double door and frame (also clean the door opener and hardware), windows (frame and grids), columns, etc. The work includes all preparation work as needed including patching of holes and other imperfections, the appropriate masking of protected areas such as floors, furnishings, etc. as well as the removal and replacement of all furnishings as required to perform the work. All painting and painting preparation shall be in accordance with the paint manufacturers written recommendations.







All painting shall be performed by a licensed painter or painting company that works as full time painters and has two or more years of experience in painting of buildings. a) The work includes lead paint abatement, removing/splicing rotted wood sections (assume 25% of area needing replacement), caulking around all the framework, minor carpentry work (securing loose boards, splicing in new boards, making sure doors & windows open & close without issue, etc.), repair numerous areas of plaster walls on the inside. The building is historic therefore all salvageable wood materials must be reused (non-rotted section of boards are salvageable).

b) All the exterior columns and bases have several layers of paint and will need to be stripped to the bare material prior to covering with primer and paint. Care of the historic structure is essential as not to harm the columns and base.

c) Remove the abandoned speaker located at the peak of the porch gable. Its wood support and electrical wires also need to be removed.

d) The route of construction traffic to and from the project site shall be clear of debris at all times as well as the required safety signage and barricades for the safe passage of visitors. Thoroughly clean up the work area at the end of each day s work and at the completion of the project. Leave the premises clean and free of waste, scrap, used equipment or other material intentionally delivered to the site by the contractor or contractor s personnel.

2) All the windows and hardware are original with the building and need to be restored except for the stained glass window above the door. The window frames and grids need to be repaired, re-glazed and the glass replaced if missing or damaged. Remove ALL the old paint (assumed to be lead paint) from the frames and grids and repaint as described above. Care of the historic windows is essential as well as providing a well-sealed window from the outside elements (i.e. weather stripped, re-planed, etc. to close tight). All construction work associated with this restoration is considered incidental, i.e. trim removal & replacement, brick or grout work, drywall/plaster repair, painting, shades removal & replacement, removing old paint from hardware and glass window, providing required materials and labor to complete the project, etc.
3) Provide tuck pointing of the exterior stone and brick. Assume 50% of ALL the stone and brick areas require the mortar joints to be tuck pointed. All cracked brick and broken stones (assume 25% of the area) will need to be removed, repointed and replaced with new matching brick and stones. All new mortar for this project shall have the color match with the existing aged mortar. Complete an initial test section of the stone and brick tuck pointing and obtain COR approval for color and workmanship prior to proceeding with the entire project. It is essential that the proposed work on the historic structure matches the adjacent undisturbed areas.

4) Prior to the tuck pointing restoration work, the vines around the chimney side (North wall and part of West wall as well) of the building will need to be removed and all the stained stoned and mortar on the North side area cleaned (i.e., power washed) to the same color as the adjacent unstained stone and mortar. It is critical that the stone is not damaged or discolored (color to match adjacent non-stained stone) during this cleaning process.

5) The exterior concrete seating bench needs the surface area restored with a thin layer overlay (i.e. micro topping) of a cement-polymer based product designed (i.e., Duraamen Pentimento) to cover an exterior concrete surface. The color and surface texture will need to match the current color and texture of the concrete bench. All work must be done in strict accordance with the manufacturer s requirements and installation guidelines.

6) The copper gutter around the building needs to have leaf gutter guards such as Leaf Filter procured and installed. Cleaning the gutters of debris will be needed prior to the installation work. The copper gutter is part of a historic building, therefore the installation process will need to be sensitive to the
Integrity of the gutter material and curb appeal of the finished product. Also, a dent in the copper gutter from a downed limb at the front of the building needs to be straightened/repaired back to its near original condition. All work associated with detaching and resetting the copper gutter is considered incidental to the project.

7) Provide a new HVAC ductless mounted split/mini split system (heating and cooling) in the Honor Guard Building.
a) The outdoor compressor shall have a 1 ton capacity capable of providing near 100% of rated heating capacity at minus 4 degrees Fahrenheit and provide heat when outside temperatures reach minus 13 degrees Fahrenheit. The energy efficiency rating SEER shall be a minimum of 14.
b) Provide 2 VRF indoor ductless mounted mini split units in the one room building (total area approximately 300 S.F. with approx. 12 ceilings).
c) Centralized controls shall be located in coordination with the COR.


Pre-bid Site Visit: Bidders are required to make a pre-bid site visit. Such visits must be pre-scheduled and arranged by contacting the Contracting Officer Representative at Fort Leavenworth National Cemetery office.

POC: The Contracting Officer s Representative for this project is: Michael Bricker at (913) 758-4105 or by E-mail at: Michael.Bricker@va.gov

The Government will award this solicitation as a Firm Fixed Price Service Contract in accordance with the criteria contained in 52.212-2.
This Acquisition is 100% Service Disabled Veteran-Owned Business Set-Aside. The NAICS Code is 236220. Size standard is $36.5 Million. Electronic solicitations will be available for download from Federal Business Opportunities (FBO): http://www.FedBizOpps.gov on or around May 24th, 2017. Responses to the solicitation will be due Wednesday, 14 June 2017 by 2:00 PM EST.
Offeror s are advised that they are responsible for obtaining amendments to the solicitation which is available at FBO: http://www.FedBizOpps.gov .
No telephone requests will be accepted. Any questions should be sent via email and addressed to: Henry Dukes, Contracting Officer in writing at henry.dukes@va.gov. Prospective offeror s must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov.
Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.)

All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered.

Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register.

Special Note: If the Vendor Portal is closed or you encounter problems uploading your proposals,
E-mail your proposals to: henry.dukes@va.gov in 3 Volumes: Volume I (Technical Proposal), Volume II (Past Performance) and Volume III (Price).

Information shall be submitted in the manner requested in INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined technically non-responsive and removed from further consideration.
In order for the Government to post all questions and answers on FBO pertaining to this solicitation. All questions must be submitted via e-mail to the Contracting Officer: Henry C. Dukes at henry.dukes@va.gov No Later Than (NLT) Thursday, 8 June 2017 by 2:00 PM EST. Any questions received after that date will be considered too late and will not be answered.

Leavenworth National Cemetery;150 Muncie Road;Leavenworth, KS 66048 USALocation

Place Of Performance : Leavenworth National Cemetery;150 Muncie Road;Leavenworth, KS 66048 USA

Country : United States

You may also like

853-MR23-037 CORRECT FCA DEFICIENCIES MONUMENTS AT JEFFERSON CITY NATIONAL CEMETERY

Due: 14 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Z2AZ--810-MM23-015, Honor Guard Bldg Restoration, Dayton National Cemetery

Due: 27 May, 2024 (in 24 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction