DOCUMENT
N -- INSTALLATION OF SEAMTEK TYPE 4 FLOORING SYSTEM - Attachment
- Notice Date
- 7/23/2015
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24615Q1054
- Response Due
- 7/28/2015
- Archive Date
- 11/4/2015
- Point of Contact
- CHERISSE HALL
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICIATION VA246-15-Q-1054 INSTALLATION OF SEAMTEK TYPE 4 FLOORING SYSTEM (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-15-Q-1054. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price contract for Pascal Laser and supplies for the Department of Veteran Affairs, Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. (VI)The North American Industrial Classification System (NAICS) code for this procurement is 238330 with a business size standard of $15 Million. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)Questions concerning this solicitation shall be addressed to Cherisse Hall, Contracting Specialist, and emailed to Cherisse.Hall@va.gov. All questions or inquires must be submitted no later than 11:00 AM Eastern Standard time on Monday July 27, 2015. No phone calls will be accepted. (VIII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 11:00 am Eastern Standard time on July 28, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Cherisse.Hall@va.gov. (IX)This combined solicitation/synopsis is for the purchase of the following commercial services: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001ARF Floor -Sand prepare the existing epoxy floor and install approximatetly 4996 square feet, 1200 LF 4'' of SeamTek type 4 epoxy quartz floor over the existing floor.1JB TOTAL: $ STATEMENT OF WORK 1.Title: Animal Research Facility (ARF) Flooring 2.Purpose: a.Purchase of a services for the installation of SeamTek Type 4 flooring system over the existing floor at the Animal Research Facility of Durham VA Medical Center. 3.Background: a.The VA Medical Center in Durham NC needs to replace the second floor at the Animal Research Facility. 4.Scope: a.The floor must be a smooth, cleanable and sanitizable non-slip finish. Use of this floors will span the majority of VA funded investigators perform research at the facility. 5.Period of Performance: Unit will have a life span of greater than 5 years. 6.Place of Performance: The contractor shall support this effort at Building 14 (Animal research Facility) of the Department of Veterans Affairs, Station 558, VA Medical Center Durham, NC 27705. Work at the government site shall not take place on Federal Holidays or weekends, unless directed by the Contracting Officer. 7.Tasks/Requirements: a.Install floor system LSP's SeamTek Type 4 applied at a minimum floor finish thickness of 1/8". System shall be sealed with Chemical Resistant Epoxy resin. System shall have a mild skid resistant texture. All epoxy resins shall be 100% solids for low odor and job-site safety during installation. Aggregate to be decorative ceramic coated quartz blends to be selected by the End User/COR. System shall have the following properties: i.Compressive Strength ASTM C-579 11,000 psi ii.Tensile Strength ASTM C-307 2,400 psi iii.Flexural Strength ASTM C-580 4,000 psi iv.Flexural Modulus ASTM C-580 2.5 X 105 b.Sand prep and install a SeamTek Type 4 Epoxy Quartz Flooring system over the existing floor. c.Approximately 4,966 SF, 1,200 LF 4" d.Bldg. 14 2nd Floor Rooms; 212, 214, 215, 216, 217, 218, 219, 221, 222, 224, 225, 226, 228, 229, 230, 233, 234, 236 and associated corridors. e.A 10' X 10' SF minimum job site mock-up must be installed to establish a standard for site installation quality. The same crew that installed the mock up will install the rest of the floor job. (see 10 a. for more information) i.Mock up shall be installed and finished with application of topcoats and skid resistance, for approval by the Government Engineer and CO/COR. f.4" Coves must be curved with no sharp corners or top ledges in order to provide adequate sanitation g.Obtain all flooring materials required for this job from a single source h.Contractor: Shall have a minimum of 5 years of experience in the installation of seamless flooring and be approved in writing by the specified manufacturer i.Vendor must have installed floor in research animal environments within a 30 minute radius of the Durham VA Medical Center. Sites must be able to be visited by Durham VMU staff to ensure adequate materials, finish and workmanship. j.Submit three 12" X 12" system samples with the bid for purposes of chemical resistance testing. The Government has the option to conduct on site chemical resistance testing "in their hands" to assure that the submitted system is acceptable for use in their environment. The Government reserves the right to refuse any bidder whose samples do not meet with their approvals as a result of these tests, or for inadequate surface finish. k.Flexible expansion joints must be provided as needed to avoid future cracking of flooring materials l.Deliver materials in manufacturer's undamaged containers, clearly marked with the following: i.1. Product Name ii.2. Manufacturer's Name iii.3. Resin or Hardener Designation iv.4. Mix Ratio of Resin and Hardener m.Handle materials in a safe and proper manner to avoid damage or spill. n.Inspect direct jobsite deliveries to verify correct material and quantities are received in good condition. o.Replace, at no cost to the Government, materials that are found to be defective in manufacturing or damaged in transit, handling or storage. p.Store materials per manufacturer's instructions and as follows i.Seals and labels shall be intact and legible. ii.Temperature of storage area shall be maintained between 60F and 80F. iii.3. Do not use materials which have been stored for a longer period of time than the manufacturer's maximum recommended shelf life. 8.Site Inspection a.It is the responsibility of the Vendor to visit the facility and verify that the room layout, existing utilities, and egress are sufficient for the proper installation. i.Evaluate slab conditions and extent of necessary repairs before begin preparation and installation of SeamTek Type 4 flooring system. ii.Evaluate detail conditions at all penetration, terminations, perimeter and drain locations. Detail problems shall be documented and resolved prior to floor installation. iii.Test concrete sub-floors using Calcium Chloride test method to verify that moisture vapor transmission rate doesn't exceed manufacture's recommendations. 9.Site Preparation a.The Vendor will sand prep the area making sure it is free from oil, grease, dirt and moisture. b.It is the responsibility of the Vendor to verify that the existing utilities are sufficient for the installations requirements. c.The Vendor shall be responsible for all unloading, uncrating, setting in place all the equipment needed to complete the floor installation. 10. Project Management or COR Progress Reporting a.First room will serve as a mock room and will be subject to VA inspection prior to continuing with the rest of the rooms. If first room is found unacceptable the Vendor must make all corrections and be re-inspected to VA satisfaction before it can continue with the rest of the work. b.Floor Thickness Verification: At the COR direction and under his supervision, take __12____ random cores, through system to substrate, prior to applying final seal coat, to verify proper floor thickness. c.Repair cored areas to match surrounding surface prior to applying final seal coat. d.Remove and replace areas with less than specified thickness, in a manner that does not affect aesthetics or integrity of overall floor 11.The Government will provide the following; a.Mixing and storage area with ventilation and temperature maintained between 60F and 80F b.An Electrician c.Hook up to a 3 phase 50amp, 208/220 volt power source d.All drains in place and operational e.Finish levels with no bottomless areas 12.Deliverable - requested a.Installation 10 days ARO. May be later if vendor notifies contracting officer in advance of known manufacturing or other delays. The Contractor shall notify the CO/POC as soon as it becomes apparent to the contractor that a scheduled delivery shall be late. The contractor shall include in the notification the rationale for late delivery, the expected date for the delivery and the project impact of the late delivery. The CO/POC shall review the proposed schedule and provide guidance to the contractor via a Task Order modification. Such notification in no way limits the Government's right to any and all rights and remedies up to and including termination. b.All deliverables shall be inspected for content, completeness, accuracy and conformance to task order requirements by the CO/POC/COR. c.Inspection may include validation of information as specified in the task order. d.All deliverables shall be checked for comprehensive to ensure the completeness, quality, and adequacy of all deliverables e.The Government requires a period not to exceed thirty (30) days after receipt of deliverable items for inspection and acceptance or rejection. f.Inspection and acceptance of all work performance, reports and other deliverables under this task order shall be performed by the COR g.Any further revisions required for government acceptance will be discussed between the CO and contractor. The CO written approval of the draft and final documents shall constitute acceptance by the VA. h.The contractor shall notify the Government in writing, if problems arise that could adversely impact the performance of the Task Order. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) Offeror shall provide a quote addressing all CLINS: 0001, 0002, 0003, 0004, 0005, and 0006 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2013) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (End of Clause) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q1054/listing.html)
- Document(s)
- Attachment
- File Name: VA246-15-Q-1054 VA246-15-Q-1054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2185034&FileName=VA246-15-Q-1054-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2185034&FileName=VA246-15-Q-1054-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-15-Q-1054 VA246-15-Q-1054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2185034&FileName=VA246-15-Q-1054-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;DURHAM VA MEDICAL CENTER;508 FULTON STREET;DURHAM, NC
- Zip Code: 27705
- Zip Code: 27705
- Record
- SN03808749-W 20150725/150724000154-dd48dec275ad66993b44d429e5c52165 (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 |