Indiana Bids > Bid Detail

Z1DA--Repair Building 1 and Building 5 Roofs Project 583-23-521

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159566292902028
Posted Date: Jul 13, 2023
Due Date: Aug 31, 2023
Solicitation No: 36C25023B0070
Source: https://sam.gov/opp/caaceb07fd...
Follow
Z1DA--Repair Building 1 and Building 5 Roofs Project 583-23-521
Active
Contract Opportunity
Notice ID
36C25023B0070
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 13, 2023 12:41 pm EDT
  • Original Response Date: Aug 31, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Richard L. Roudebush VA Medical Facility Indianapolis , IN 46202
    USA
Description
Page 2 of 2
PRESOLICITATION NOTICE
This document serves as notification of an upcoming solicitation for a construction project Project 583-23-521, Repair Bldgs 1 and 5 Roofs:
It is the intention of the Richard L. Roudebush VA Medical Facility to solicit bids for the following:

The proposed Repair Bldgs 1 and 5 Roofs project consists of the following:
The Richard L. Roudebush Veterans Affairs Medical Center (VAMC), located at 1481 W. 10th Street, Indianapolis, IN 46202 has requirements to replace roofing systems on five roofs on the main facility and one roof on an outbuilding within the VAMC campus.

Objective: Remove and replace the existing roofing system with an EPDM roof package suitable for the provided square footage and drainage system. Make repairs to the roof decking and submit a detailed report of damages.

Scope of Work: The contractor shall provide all necessary services, labor, material, tools, equipment, and supervision to execute the following:

At the time of executing the COR and VA authorities will determine the order of the phases depending on the time of the availability and time of contract award.

Mobilize equipment, personnel, and materials without complete restriction of normal vehicle/pedestrian traffic and facility operations.

The contractor shall obtain all necessary permits and licenses required to perform all work associated with the project. The contractor is responsible for compliance with federal, state, and local laws and regulations.

Adhere to means and methods of construction according to site construction plans and VA specifications.

Coordinate with the COR for staging of materials and equipment. If specified staging areas are not sufficient or unspecified for the phase of the project, the contractor shall coordinate with the COR for additional accommodations.

The contractor shall not strictly rely on provided drawings, as-builts, and dimensions provided by the VA. The contractor shall field verify existing site conditions, locations, dimensions, square footage, and quantities provided by the VA.

Remove all equipment, debris, and materials required in order to replace the roof. Debris removal and disposal is the responsibility of the contractor. Temporary storage locations for equipment relocation shall be coordinated with the COR.

Disposal of waste is the responsibility of the contractor. Coordinate with the COR for dumpster placement.

Remove entire existing roofing package and install fully adhered EPDM roofing system and taper package approved by the manufacturer. The system shall be installed to receive a 25 year warranty from the manufacturer.

After existing roofing package is removed the contractor shall notify the COR and complete a detailed assessment of the decking, coping, and flashing. The contractor shall remove all calking from the coping and flashing and make necessary repairs to coping, flashing and roof deck. Repairs made shall be included in the damage report submitted to the COR.

The contractor shall install the roofing system according to the provided design and manufacturers recommendation. Manufacturers recommendation supersedes all other instruction.

The contractor shall remove all calking and flashing surrounding the skylight between roofs 71 and 72. The contractor shall assess water damage and re-install trim and flashing to prevent further water leaks or damage.

The contractor shall level existing foam on roofing transition on chiller plant roof and install a roof transition from the foam roof to the EPDM roof that is sealed.

The contractor shall remove lightning protection systems prior to construction. The contractor shall re-install lightning protection equipment back to its original condition after roof replacements. The lightning protection system must be recertified in accordance with NFPA780.
TOTAL CONSTRUCTION DURATION:
Approximately 45 Days

This project will be procured as 100% set aside for Service Disabled Veteran-Owned Small Business (SDVOSB). The North American Industry Classification Code (NAICS) used for this requirement is 236220, Commercial and Institutional Building Construction. with a standard size of $45M. The magnitude of this construction project is between $250,000 and $500,000. Contract awardee shall provide all supervision, labor, equipment, training, materials, supplies, and incidentals necessary to accomplish the work in accordance with the terms, conditions, specifications & drawings provided. The VA will issue an IFB on or about 30 August 2023 via www.sam.gov . A site visit will be scheduled prior to the closing of solicitation, and the date, time and location will be posted in the solicitation. The point of contact for this project is Jeff Hairston, Contract Specialist, NCO 10 Contracting Office. The P.O.C. may be reached via e-mail at Jeffery.hairston@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 13, 2023 12:41 pm EDTPresolicitation (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 >