DOCUMENT
71 -- Mannington Office Upload carpet - Attachment
- Notice Date
- 4/9/2014
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24914Q0434
- Response Due
- 4/14/2014
- Archive Date
- 4/24/2014
- Point of Contact
- Dewana Raynor
- E-Mail Address
-
dewana.raynor@va.gov
(dewana.raynor@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-14-Q-0434 is issued as a (Request for Quotation (RFQ)). This requirement is unrestricted. NAICS: The NAICS is 236220 and the business size standard is 500. To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/ DESCRIPTION/SPECIFICATION/WORK STATEMENT STATEMENT OF WORK PART A - GENERAL INFORMATION A.1INTRODUCTION - The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to replace water damaged flooring in our Audiology department. A.2BACKGROUND - The carpet in the Audiology department has suffered several leaks in and around the area which has irreparably damaged the carpet in the clinic. The carpet and cove base needs to be replaced. A.3 SCOPE OF WORK - Vendor will provide all parts, labor, equipment, material, and supervision to adequately replace all damaged carpet in six (6) offices. STATEMENT OF WORK PART B - WORK REQUIREMENTS B.1 Tasks to be accomplished: "Vendor shall supply all materials, labor and supervision to re-carpet six (6) rooms in the Audiology department at the VAMC Huntington; "Specific material requirements: oCarpet shall be Mannington Office Upload 43211 and approximately 190 square yards is required; oBase shall be Mannington 5-1/4" Regal Edge Effects in Flax 918 color and approximately 600 lineal feet of base is required; oVENDOR IS RESPONSIBLE TO FIELD MEASURE AREA PRIOR TO MATERIAL PURCHASE. VAMC HUNTINGTON IS NOT RESPONSIBLE FOR SHORTAGES; "All materials shall be brought to the Audiology department in building 1 South from the truck dock located at the rear of the facility. 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 work only during approved work times. Approved work times for this job shall be outside normal working hours of 8AM - 430PM to avoid clinical service interruptions. As such, work time will need to be coordinated with COR. "After completion of installation work, vendor shall appropriately clean areas inside the building where installation occurred. This may include vacuuming, broom sweeping, and/or trash collection; "Vendor shall supply their own trash/waste removal and shall remove all packaging, crates, and/or other waste materials created as a function of delivery of the purchased materials. VA waste collection services shall not be used by the vendor for any reason; "Vendor shall also provide proof of insurance prior to beginning work to cover remediation of any damage caused to the building as a function of the installation process. This includes significant wall scrapes, holes in walls, carpet tears or stains, etc. STATEMENT OF WORK PART C - SUPPORTING INFORMATION C.1Place of Performance - The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C.2Period of Performance - The Contractor shall perform all work during outside normal business hours, as stipulated earlier. Work is to begin as soon as possible as but no later than within 15 calendar days from date of award. The start date must be approved and coordinated with the VAMC Maintenance & Operations Supervisor. C.3Special Considerations - C.3.1Contractor 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.3.2Government 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.3.3Qualifications of Key Personnel - Contractor's employees should be knowledgeable of standards associated with this type work. C.3.4Supervision/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.3.5Security 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.3.6The 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.3.7The Safety Manger 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.3.8Drawings - 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.3.9Verification 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.3.10Smoking 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.3.11Parking/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. Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to lowest price quote which conforms to the requirements within this solicitation. To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to dewana.raynor@va.gov Responses must be submitted no later than April 14, 2014 @ 12:00 CST with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 236220. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 236220 d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 236220 Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting. Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0434/listing.html)
- Document(s)
- Attachment
- File Name: VA249-14-Q-0434 VA249-14-Q-0434.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1299626&FileName=VA249-14-Q-0434-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1299626&FileName=VA249-14-Q-0434-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-14-Q-0434 VA249-14-Q-0434.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1299626&FileName=VA249-14-Q-0434-000.docx)
- Place of Performance
- Address: Huntington VAMC;1540 Spring Valley Dr;Huntington, WV
- Zip Code: 25704
- Zip Code: 25704
- Record
- SN03334102-W 20140411/140410021255-a2fcb77d224aff7f1dd29f42be35fd54 (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 |