Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOLICITATION NOTICE

Y -- VAMC Memphis Floor Refinishing SAND, STAIN AND APPLY POLYEURATHANE

Notice Date
3/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA-249-10-RQ-0167
 
Response Due
4/19/2010
 
Archive Date
5/19/2010
 
Point of Contact
Christina B JacksonContracting Officer
 
E-Mail Address
Contract Specialist
(christina.jackson2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation number. VA-249-10-RQ-0167. The United States Department of Veterans Affairs Medical Center in Memphis, Tennessee is soliciting a proposal for the sanding of existing floor coatings, recessing flooring nails, preparing floor surfaces, sealing, and applying urethane coating over prepared floors and painting the existing cove base molding black in the Rehabilitation Clinic Area Room BW218. A firm fixed price contract will be the result of this solicitation. This solicitation is 100% set-aside for Service Disabled Veteran Owned Businesses. The North American Industry Classification System (NAICS) code for this acquisition is 238330. The size standard for this NAICS is $14M annual average over the past three years. An organized site visit will be scheduled with the COTR, Jon Shaw prior to award. The project start date will be coordinated between the Contractor and the COTR, Jon Shaw (901) 523-8990 ext. 5234. PROJECT REQUIREMENTS: The Contractor will provide all labor, tools, equipment, materials and supervision to complete this project in accordance with all Federal, State, county, and local regulations and codes. Protect all facilities, grounds, equipment, and utilities not scheduled to receive work. Observe all safety, OSHA, DEQ, and EPA rules and regulations. Coordination between the M & R Department and the Contractor shall take place ten (10) days prior to start of work is required and will include the Rehabilitation Clinic. VAMC Memphis will assist the Contractor by moving furniture, installing the plastic barrier between clinic areas and providing a HEPA filter if needed. Furnish materials in manufacturers sealed containers bearing all dates, warnings, numbers, etc. Provide drop cloths, barricades, dust control and other forms of protection to safeguard work as required. The entire area shall be swept and vacuumed cleaned of all debris. Contractor shall sand and seal flooring with three (3) coats of urethane. Final floor preparation must meet the requirements of the manufacturer prior to application of the coating material. Acceptance of completed work will be the authority of the COTR, Jon Shaw. Clean up and disposal will be the contractor responsibility. Contractor will dispose of all hazardous wastes/materials in accordance with all-applicable state and federal environmental regulations. Product shall have a manufactures warranty of five years, and applicator shall guarantee for a period of two years for workmanship. Submit product samples, MSDSs and product data to government representative for approval before applying. The Government will pay for the usage of all utilities required to complete this work. All work must be completed within three (3) working days after notice to proceed is issued. The Contractor must maintain a quiet work environment within reason of conducting the work itself and all work shall be performed after normal work hours from 5:00 pm until the Contractor sees fit, Friday night through Sunday night. The Contractor shall be responsible for maintaining a negative air pressure within the clinic theater itself while all work is being performed. The Contractor shall be responsible for keeping the work site clean and dust free every day. The Contractor shall be responsible for removing any debris associated with the job. All work must be completed by Sunday night and the room ready to move equipment and furniture back Monday, the next day. This deadline must be met with no exceptions. The Contractor shall move the rehabilitation equipment, including desks and stations, back into place no later than 07:30 am Central Time. This will be coordinated between the furniture movers, carpenter shop and rehabilitation staff. EVALUATION FACTORS: Lowest Price Technically Acceptable: Offerors shall provide the following to demonstrate their technical ability: Applicator Qualifications: 1.) Minimum of three years experience in application of coating and resurfacing of floors 2.) A minimum of ten jobs or 1,000,000 square feet of successful applications. 3.) Applicators shall be approved, in writing, by the manufacture of the product. Price and price related factors: The proposed amount shall be evaluated based on reasonableness and realism. Firms will either receive an ACCEPTABLE / GO or NOT ACCEPTABLE / NO GO on the technical criteria listed above. Award will be made on the basis of the lowest evaluated price of the proposal meeting the technical evaluation factors. Lowest price technically acceptable does not permit trade-offs between price / cost and technical factors. Firms shall provide pricing in the following format: ITEM 0001 All costs associated with the removal of existing floor coatings, repairing of damaged concrete, preparing floor surfaces, and applying three (3) layers f coating over prepared floors and painting existing cove base molding black in the Rehabilitation Clinic Area Room BW218. ITEM 0002 All costs associated with the removal of existing floor coatings, repairing of damaged concrete, preparing floor surfaces, and applying urethane coating over prepared floors and painting existing cove base molding black Rehabilitation Clinic Area Room BW218. SUBMISSION OF PROPOSAL: Submit your proposal to: Christina B. Jackson, The Department of Veterans Affairs, VISN 9 Acquisition Service Center, 1639 Medical Center Parkway, Suite 400, Murfreesboro, Tennessee 37129,no later than 4:00 pm Central Time April 19, 2010. LATE PROPOSALS WILL NOT BE ACCEPTED. Electronic email attachment is the preferred method of submitting proposals to christina.jackson2@va.gov. Questions pertaining to this solicitation can be directed to Christina B. Jackson at (615) 225-6973 or Linda Dickey at (615) 225-3417. Questions pertaining to this proposal will need to be submitted no later than April 12, 2010. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability and be registered in Wide Area Work Flow (WAWF) Vendor Self Registration, http://wawf.eb.mil/. Firms shall submit invoices electronically. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this solicitation and are incorporated by reference: FAR clause 52.202-1, Definitions Far clause 52.203-3, Gratuities FAR clause 52.203-5, Covenant Against Contingent Fees FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel provision 52.212-1, Instructions to Offerors-Commercial Items provision 52.212-2 Evaluation-Commercial Items provision 52.212-3, Offeror Representations and Certifications Commercial Items clause 52.203-3, Gratuities provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR clause 52.219-6, Notice of Small Business Set-Aside FAR clause 52.222-26 Equal Opportunity FAR clause 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans FAR clause 52.222-36 Affirmation Action of Workers with Disabilities FAR clause 52.222-37 Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and other eligible Veterans FAR clause 52.222-41, Service Contract Act FAR clause 52.223-3, Hazardous Material Identification and Material Safety Data FAR clause 52.223-5, Pollution Prevention and Right-to-Know Information FAR clause 52.225-13, Restrictions on Certain Foreign Purchases FAR clause 52.228-5, Insurance Work on a Government Installation FAR clause 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration FAR clause 52.233-1, Disputes Alternate A FAR clause 52.236-2, Differing Site Conditions FAR clause 52.236-5, Materials and Workmanship FAR clause 52.237-1, Site Visit FAR clause 52.237-2, Protection of Government buildings, Equipment, and Vegetation FAR clause 52.252-2, Clauses Incorporated by Reference FAR clause 252.201-7000, Contracting Officer Representative FAR clause 252.212-7000, Offeror Representations and Certifications Commercial Items FAR clause 252.204-7004, Alternate A, Central contractor Registration FAR clause 252.209-7001, Disclosure of Ownership of Control by the Government of a Terrorist Country FAR clause 252.233-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Material FAR clause 252.243-7002, Requests for Equitable Adjustments FAR clause 252.247-7024, Notification of Transportation of Supplies by Sea FAR clause 252.227-7023, Drawings and Other Data to Become Property of the Government Additional Info: Contracting Office Address: The Department of Veterans Affairs, VISN 9 Acquisition Service Center, 1639 Medical Center Parkway, Suite 400, Murfreesboro, Tennessee 37129 Place of Performance: Veteran Administration Medical Center US Point of Contact(s): Christina B. Jackson (615) 225-6973 or Linda Dickey (615) 225-3417
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA-249-10-RQ-0167/listing.html)
 
Place of Performance
Address: VAMC Memphis;1030 Jefferson Avenue;Memphis, Tennessee
Zip Code: 38114
 
Record
SN02101675-W 20100326/100325011828-b94b68bde791453dbd647eb1b24cbf54 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.