Www.vendorportal.ecms.va.gov

?

5. PROJECT NUMBER (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NUMBERCODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NUMBER3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NUMBER9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NUMBER10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 11/2016)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(Number, street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)110000212-22-2017552-18-1-6932-0003552-16-101701AK/552Department of Veterans AffarisService Area Office (SAO) CentralNetwork Contracting Office (NCO) 103140 Governor’s Place Blvd. - Suite 210Kettering OH 45409-1337Department of Veterans AffairsDayton VA Medical Center3140 Governor’s Place Blvd. Suite 210Kettering OH 45409-1337To all Offerors/Bidders 36C25018B000712-06-2017 XXX1January 5, 2018 @ 10: A.M. (Local Time)1Tthe purpose of this Amendment is to extend the receipt for offers/Bid opeing date and provideresponses to questions submitted by potential offerors. Bid due date and time amended and shall now read: “January 5, 2018 @ 10:00 A.M. (Local Time)”. Bid Opening locationremains NCO 10 Contracting, 3140 Governor’s Place Blvd. – Suite 210 (Second Floor), Kettering, OH 45409. All other provisions and clauses remain unchanged by this amendment. Bob IveyContracting OfficerNCO1015L2-0500Questions & AnswersMay the Bid Due date be extended so is does not fall in the week between Christmas and New Year Day, most of the suppliers, quality subcontractors and Contractors are off that week for Christmas & New Year. Answer: Bid due date and time amended and shall now read: “January 5, 2018 @ 10:00 A.M. (Local Time)”. Bid Opening location remains NCO 10 Contracting, 3140 Governor’s Place Blvd. – Suite 210 (Second Floor), Kettering, OH 45409.I attended the pre-bid meeting today at the Dayton VA Medical Center. The project currently calls for a lift and relay of the existing clay tile roofing system, with a plan to replace approximately 10% of the roof with new material because of missing, cracked, or broken tiles.Based upon my visual inspection of the existing clay tile roof system, it is my opinion that you will need to replace much more than 10% of the existing roof system. I suggest that you consider replacing the entire clay tile roof system with a new Ludowici Spanish tile roof system. By doing so, you will be getting a much better unit price for the tile roof system because of the quantities that you will be buying. Also, you will be able to get a 75 year material warranty from Ludowici by installing a complete new roof system. You will not get any warranty if you only blend in the new tiles with the old tiles.What would the VA recommend?? Provide bid for full tile replacement.Please provide a manufacturer for the existing ornamental fencing that is to be matched. I see the detail on sheet C006. It shows a spear top, 8'h, 2 rail fence with Industrial 1" pickets. I do not know of a manufacturer that will make an 8'h Industrial fence in 2 rail. Is there a spec for the motorized gate operators? Ameristar (Tulsa, OK). New fence shall be 3 rail, steel, 8’ tall matching existing in appearance (spear top, finish) only.We did not find a CAD file in the provided documents. Most of the work we need to quantify for our proposal is not dimensioned and is instead based on line work. Having the drawings not only is more productive, but it is also more accurate allowing us to provide better pricing. Request a DWG or XML digital design file for proposal preparation. Answer: See attachments. The solicitation offer bid sheet has 5 bid items listed, but the statement of work only list 4 bid item. What is the 5th bid item? Amendment 1 will resolve drawings and specification 010000 bid items.In the spec's it give details for, metal palisade fence, non-climbable, truss rods, sleeves, etc. which is two different styles of fence...truss rods and sleeves is intended for chain link fence where metal palisade fence is typically aluminum or steel fence. Which fence is intended for the replacement? The aluminum (to match existing) or the chain link? Answer: Steel palisade fence to match existing style of aluminum fence (although 8' tall, 3 rail). Disregard truss rods/sleeves.On the site plans it states to match existing fence, 8' tall; however, the existing fence is 2 rail, aluminum, 6' tall. Would you prefer 8' tall or 6' tall? Answer: 8' tall, steel, 3 rail, match existing style. (similar finish, spear top).If you look at the details of the fence description on 552-16-101-c-006 it states Steel...again, should we reference the existing which is not steel or bid based off the shop drawing which is steel? Answer: Steel.Are the bollards removable or retractable? The description states both. Answer: Removable, VA does not want retractable.Question: Page 2 of 71 of the SF 1442 Solicitation, Offer & Award form has Bid Item #1 thru Bid Item #5 listed. Now referencing Pages 6 & 7 of 71 of the Solicitation titled Statement of Bid Items. Please identify Bid Item #5? Revised in Addendum 1 for clarification.Question: Is there any specification on the Wall Protection Wainscots in Building 105? Answer: There is no wall protection indicated in Bldg. 105 schedule, General note D does not apply, existing wall tile to remain.Question: The existing sheeting is 1x 6 bead board:Is there a spec on the sheeting? NA If not, do we need to use the bead board when it is not in view such as above the ceiling or do we need to use it even though it’s not in view? NAQuestion: Spec. Section 09 66 16 refers to drawing ID 601 for Terrazzo Tile Color, Size, Thickness, Finish and Type, is ID 601 the same as AI 101? Answer: Correct reference is Al 101.Question: CI 100 call for the walk around Building 105 to,” Remove and Replace Existing Concrete Walk Pad, Match Existing Joint Pattern and Finish,” AE 101 calls for brick pavers:Are we replacing with concrete or with brick pavers? If we are replacing with brick pavers, is there a specification? Answer: Concrete is to be provided to match existing.Question: CI 100 shows the pad around Building 105 to be 50 x 40. A 6” curb runs the entire length on the east side, it is not shown on CI 102 to be removed, do you want it removed? Answer: Yes.Question: Sheet CI 106.0, Note P states “See MEP drawings for additional earthwork associated with demolition and construction of other utilities.” What drawings specifically was this note referring to? Answer: Electrical drawings show details with grading/embedded item detailing (ES103, EP501, EL501, etc.) Structural drawings also show site work sections, the intent is indicate that not all site work is specifically limited to C-sheets.Question: The relocation of the Monuments for the gate on Gettysburg, depending on the drawing, the distance scaled is different from drawing to drawing. Which drawing do you want us to scale? Answer: CI-106.4 which includes dimensions for all site work between monuments.Clarification: The plans do not address the existing traffic fiber for the intersections. The fiber transitions from overhead to underground on the S.W. signal pole (to be removed) at Tennessee Ave. We will have to tie in the new signal at the ramps to this fiber. Please provide additional detail and clarifications on how this can be achieved. Answer: Please bid per contract documents.Question: Can the VA provide an as-built drawing showing the circuitry for the existing campus street/parking lot lighting that lines up with solicitation drawing ES106? Answer: See attached Electrical Distribution Plan and Electrical Street Light Plan.Question: In the solicitation, it states that the intention of this project is to “create new automation capabilities at each of the gate entrances”. Gates will be motorized, however no access control (PACS/remote access or control) beyond lockable open/close push buttons on each motor housing.Is the intention to install gate operators and access controls on the new gates? Answer: Gate motors with locking controls on motor housing, no access control beyond that.If it is, we can find no specification covering what is wanted. Please provide additional detail and clarification on how this is to be achieved. Answer: Gate motors with locking controls on motor housing, no access control beyond that.Clarification: There are two specifications for fence (32 31 19 for Ornamental fence & 32 31 53 for Perimeter Security Fence & Gates). There seems to be a conflict between the two, as the Ornamental specification seems to be on point with what is wanted on this project. Please advise as to what part of the project specification 32 31 53 is applicable to. Answer: Base bid is for security fence and gates, ASTM F2656 M50 (k12 rated), basis of design is Ameristar Stalwart II. Bid deduct is for an ornamental fence to match existing. Bid deduct to be updated to reflect this response in Specification 010000.Question: Will the VA provide a specification for the crash rated fence & gates? Answer: ASTM F2656 M50 (k12 rated), basis of design is Ameristar Stalwart II.Question: For the crash rated add/alternate, is the intention to have the crash rated gates automated as well? Answer: Yes.Is the intrusion Detection System panel intended to be located in an open office area that can be accessed easily? Can this be relocated to a more secure space? Answer: Correct as shown on drawings.Just to confirm, are all cameras required to record for 6 months as mentioned on ES106? Clarification, current VA standard is 90 days.What is your existing VMS that is currently being used at the VA site? Answer: Tridium.Should future integration between the VMS and access control platforms be considered for the VMS functionality? YesCan we use an equivalent AXIS camera for the Optiview cameras for the LPR and call box stations? Answer: If it is compatible with the system yes, specific models/brands are called out in drawings or specs as basis of design only.Will EC provide any trenching and power as needed for the project? Answer: No trenching intended for call box cameras (new pulls in existing conduit), although conduit trenching/running is a part of scope for new work for other electrical items.Has an asbestos abatement been down in the children’s building? Answer: VA has indicated no asbestos in B401.Does the video management software have to be Digifort? Specific models/brands are called out in drawings or specs as basis of design only.Do the cameras have to be Optivue? Specific models/brands are called out in drawings or specs as basis of design only.Do the pole cameras have to be 12MP, single sensor, 360 dome cameras? Bid as such.The spec on the asphalt mix is not clear cut on what type they are requesting. Are they requesting a Superpave Mix Design for the surface asphalt on this project? Answer: Yes.See attached document: 552-16-101-CIVIL PLAN.See attached document: 552-16-101-Site Plan New Work.See attached document: 552-16-101-Site Plan Existing.See attached document: Electrical - Distribution Plan 06-26-2017.See attached document: Electrical - Street Light Plan 10-03-2017. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download