West Virginia Bids > Bid Detail

Z2DZ--Roof Repair Building

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159569509532066
Posted Date: Nov 2, 2022
Due Date: Nov 5, 2022
Solicitation No: 36C24523Q0092
Source: https://sam.gov/opp/ec6f67d106...
Follow
Z2DZ--Roof Repair Building
Active
Contract Opportunity
Notice ID
36C24523Q0092
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 02, 2022 11:41 am EDT
  • Original Published Date: Oct 26, 2022 03:48 pm EDT
  • Updated Response Date: Nov 05, 2022 03:00 pm EDT
  • Original Response Date: Nov 02, 2022 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 02, 2022
  • Original Inactive Date: Dec 02, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2DZ - REPAIR OR ALTERATION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
  • Place of Performance:
    1 Medical Center Drive, WV Clarksburg VA Medical Center , 26301
    USA
Description

11/02/2022 Extending the response date by 2 days, updated the NAICS code to 238160





Page 1 of 3 DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. The Department of Veterans Affairs is conducting market research in order to provide Roof repair services at the Huntington WV, VA Medical Center. The Government anticipates awarding a Firm Fixed Price type contract that will provide the support services listed within the below Draft Statement of Work. OBJECTIVE: See Draft SOW. RESPONSE INSTRUCTIONS: Name and Address of Company Any small business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Mark Smith at Mark.Smith25@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to Mark.Smith25@va.gov no later than 3:00 PM EST on 11/02/2022. STATEMENT OF WORK STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs to repair the roofing of Building 1 due to storm damage. A.2 BACKGROUND Storm damage was done to the roofing on Building 1. A.3 SCOPE OF WORK Vendor will provide all services, parts or equipment to repair the damaged roofing on Building 1. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will provide all parts or equipment to repair the damaged roofing on Building 1 which includes the following services: Fabricate new 20 oz copper wall cap per drawing & dimension furnished Install new wall cap flashing with lead drive anchors into stone wall cap 60 manlift to access work All materials shall be brought to 1540 Spring Valley Drive, Huntington, WV. Delivery vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use Vendor shall deliver required parts or equipment specified above during approved work times. Approved work times for this job shall be normal working hours of 8AM 430PM STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. C.2 Period of Performance The Contractor shall perform all deliveries normal business hours, as stipulated earlier. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COTR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COTR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Technical Representative (COTR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Technical Representative will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COTR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.


Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >