Tennessee Bids > Bid Detail

Z1DA--621-23-103 - Replace Bldg. 8 Slate Roof - Phase 2

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159532395971783
Posted Date: Nov 17, 2022
Due Date: Feb 7, 2023
Solicitation No: 36C24923B0003
Source: https://sam.gov/opp/b51439edec...
Z1DA--621-23-103 - Replace Bldg. 8 Slate Roof - Phase 2
Active
Contract Opportunity
Notice ID
36C24923B0003
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 17, 2022 11:31 am CST
  • Original Response Date: Feb 07, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    James H. Quillen VAMC Corner of Lamont Street and Veterans Way , TN 37684
    USA
Description
PRODUCT/SERVICE CODE: Z1DA Maintenance of Hospitals and Infirmaries

This will be a 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns under the authority of 38 U.S.C. section 8127 (d).

NAICS code 238160 Roofing Contractors, applies to this
requirement. The small business size standard is $16.5M.

The estimated range of construction is Between $2,000,000 - $5,000,000.

This requirement will be procured per Federal Acquisition Regulation (FAR) Part 14.101 -
Sealed Bidding.

The solicitation is expected to be posted on or around December 22,2022.

This requirement is a 100% set-aside for Service-Disabled Veteran Owned Small Business
(SDVOSB) concerns under the authority of 38 U.S.C §8127 (d).Only those SDVOSB s listed
and viewable in the Center for Verification & Evaluation (CVE) database located at
https://www.vip.vetbiz.gov/. The CVE database will be checked at the time of offer submission
as well as prior to award. All offers must also have an active listing in the System for Award
Management (SAM) database. The awarded contractor must also submit evidence of
enrollment with VETS4212.

In addition to the requirements as set forth in the solicitation notice (to be issued), the proposed
contractor must also be determined responsible in accordance with FAR Part 9. The
Contracting Officer will determine responsibility prior to any award being made.

Questions related to this requirement will only be addressed in writing by way of email to the
Contract Specialist at jeannette.morphew@va.gov. The Project number, Project Name and
Solicitation Number must be included in the subject line of all questions related to this
requirement.

No questions will be considered until the actual solicitation is released.

SCOPE OF WORK
621-23-103
Replace Building 8 Slate Roof
James H. Quillen VA Medical Center
Mountain Home, Tennessee
STATEMENT OF WORK (SOW):
BASE BID:

THE CONTRACTOR SHALL PROVIDE ALL EQUIPMENT, MATERIALS, LABOR, SUPERINTEDENCE, SAFETY, QUALITY CONTROL, AND ADMINISTRATIVE OVERSIGHT TO PERFORM WORK FOR VA PROJECT #621-23-103 "REPLACE BUILDING 8 SLATE ROOF AT THE JAMES H QUILLEN VA MEDICAL CENTER, MOUNTAIN. HOME, TN, IN ACCORDANCE WITH THE INFORMATION AS GRAPHICALLY INDICATED ON CONSTRUCTION DOCUMENTS DRAWINGS DATED SEPTEMBER 26, 2022, AND SPECIFICATIONS VOLUME I OF I DATED SEPTEMBER 26, 2022.

WORK INCLUDES, BUT IS NOT LIMITED TO, INSPECTION OF EXISTING; DETAILED CONSTRCUTION SHOP DRAWINGS FOR ALL TRIM, FLASHING AND ROOF TRANSITIONS; GENERAL CONSTRUCTION; ACM/LBP INSPECTION, TESTING AND ABATEMENT; REMOVAL AND RE-INSTALLATION OF EXISTING SLATE ROOF TILE SHINGLES; REMOVAL AND REINSTALLATION OF ALL ARCHITECTUREAL CAP TRIM AND GUTTERS (INPSECT AND REPAIR BEFORE RE-INSTALLATION).REPAIR OF EXISTING T&G ROOF DECKING; GENERAL DEMOLITION OF ALL UNDERLAYMENT AND COPPER VALLEY/HIP/DRIP/EDGE FLASHING; GENERAL NEW CONSTRUCTION OF PLYWOOD ROOF DECK OVERLAY, ICE & WATER SHIELD, SNOW GUARDS, AND COPPER VALLEY/HIP/DRIP/EDGE FLASHING. MISC. SYSTEMS AND COMPONENTS DISTRURBED DURING CONSTRUCTION ACTIVITIES SHALL BE RETURNED TO PRE-CONSTRUCTION CONDITIONAND BE RE-TESTED WHERE NECESSARY WHEN APPLICABLE.

WHEN COMPLETED, ALL SYSTEMS AS GRAPHICALLY INDICATED AND DESCRIBED IN THE DRAWINGS AND SPECIFICATIONS SHALL BE FULLY COORDINATED AND FUNCTIONAL.

Break out base bid as follows:

LINE ITEM 1.1:
ALL COSTS FOR PROJECT ADMINISTRATION, GENERAL DEMOLITION, AND NEW CONSTUCTION.

LINE ITEM 1.2:
ALL COSTS FOR ASBESTOS CONTAINING ROOFING MATERIALS (ACM) AND LEAD BASED PAINT (LBP) TESTING AND REPORTING.

LINE ITEM 1.3:
ALL COSTS ASBESTOS CONTAINING ROOFING MATERAILS (ACM) ABATEMENT AND DISPOSAL.

LINE ITEM 1.4:
ALL COSTS LEAD BASED PAINT (LBP) ABATEMENT AND DISPOSAL.
Period of Performance (POP) shall be 180 calendar days from NTP.
Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 17, 2022 11:31 am CSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >