Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2016 FBO #5511
DOCUMENT

53 -- VA258-17-N-0142 Sliding Door Replacement - Attachment

Notice Date
12/23/2016
 
Notice Type
Attachment
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817N0142
 
Response Due
1/5/2017
 
Archive Date
1/15/2017
 
Point of Contact
SUBMIT QUOTES VIA EMAIL TO dena.hallaren@va.gov
 
E-Mail Address
g
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE: This is NOT a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, Southern Arizona VA Health Care System (SAVAHCS) has a requirement. The intent of the procurement is to award a firm-fixed price contract. The Statement of Work (SOW) defines the effort required for the purchase and delivery. Features: SAVAHCS Education department has scheduled four classes for Crucial Conversations and Crucial Accountability courses for FY 17. Any staff member attending a Crucial Conversations or Crucial Accountability training session must possess an original and purchase copy. Participant toolkits may not be re-used. STATEMENT OF WORK 1. SCHEDULE TITLE: Automatic Door Replacement/Install 2. BACKGROUND: The removal, replacement and installation of automatic doors at the West entrance to building 90. 3. SCOPE OF WORK: General Purpose: Is seeking a qualified vendor to provide the following meets or exceeds for brand name or equivalent of the listed items. Contractor shall provide all the Labor, material, equipment, supervision necessary to remove two existing double swing storefront doors and storefront material equipped with automatic operators and replace with two sets of automatic bi-parting sliding doors (O-SX-SX-O configuration). Contractor before stating work shall isolate work site by putting out barricades. Contractor may set-up a working and storage area outside but shall set barricades. This project shall have to be completed on two different dates by the contractor. There s two set of doors and they shall have to be completed in two days. This building is a day use building so we shall have to divert foot traffic through the south and east entrances. Proper signage shall be posted diverting foot traffic to alternative exits in case of fire or any emergencies. Contractor shall be responsible for removing the existing set of storefront doors with storefront material and the disposing of the old doors and materials. VA will be responsible for disconnecting the electric, alarm contacts and the re-connecting of the electric and alarm contacts. At the completion of this project, contractor shall make sure that the doors are working properly and area is clean. Contractor shall make sure that the new Automatic Sliding Doors meet the AAADM (American Association of Automatic Door Manufactures) Instructions and guidelines. Upon completion of the install Contractor shall conduct the first AAADM inspection: Please refer to owner s manual given at the time of installation for additional information. EXTERIOR DOOR SPECIFICATIONS Recommended manufacture brand name or equal to Stanley, Model #Dura-Glide 2000 1 each automatic bi-parting door (O-SX-SX-O). ) Door size: 12 9 1/2 x 8 0 with transom to 10 8 ½. (to be field verified). Door Activation-motion sensor on both entrance and exit. Door Safety- threshold safety sensor w/ doorway holding beams. Microprocessor control box w/ safety search circuitry. Shall use Bluetooth technology for programing purposes. Electro-mechanical operator, 1/8 HP DC motor (requires 120VAC, 5 amps min. by others) Narrow stile door panels w/ 10 bottom rails. Emergency breakaway sliding door panels with fixed sidelights. 1 tinted tempered glass in moving panels and on the glass in fixed panels. 1 - 4" Intermediate horizontal muntin per door panel with recessed panic devices. No threshold. Fail Secure solenoid lock. Aluminum finish shall be dark bronze anodized. Door panels and sidelights prepped with 1 glass stops. Adams-Rite Security deadlock w/ Best cylinder on the exterior and thumb-turn interior. Four position key switched added to choose bidirectional use or unidirectional use. Built-in alarm contact and switch option. Contractor shall submit to CO/COR the proposed door set to be installed for approval. INTERIOR DOOR SPECIFICATIONS Recommended manufacture brand name or equal to Stanley, Model #Dura-Glide 2000 1 each automatic bi-parting door (O-SX-SX-O). ) Door size: 12 9 1/2 x 8 0 with transom to 10 8 ½. (to be field verified). Door Activation-motion sensor on both entrance and exit. Door Safety- threshold safety sensor w/ doorway holding beams. Microprocessor control box w/ safety search circuitry. Shall use Bluetooth technology for programing purposes. Electro-mechanical operator, 1/8 HP DC motor (requires 120VAC, 5 amps min. by others). Narrow stile door panel. 10" bottom rails. Four position key switched added to choose bidirectional use or unidirectional use. Emergency breakaway sliding door panels with fixed sidelights. 1/4" clear tempered glass. 1 - 4" Intermediate horizontal muntin per door panel. Aluminum finish shall be dark bronze anodized. No solenoid lock. a. Specific Tasks. Contractor shall be obligated to keep area clean and safe. When moving items from vehicles to job site we have to make sure that it is done utilizing two personal because just outside the job site is a smoking shelter. Any damage caused by the contractor shall be repaired by the contractor. b. Performance Monitoring The Contracting Officers Representative (COR) and will be completing random visits and inspections. The COR will serve to interpret contract and be the Point of Contact (POC) for the agency but any changes or amendments will be addressed to the Contracting Officer (CO). c. Security Requirements Contractor shall be issued identification tags and shall wear them on person viewable by others. If this project requires two days, the building shall be secured by the end of each day before contractors leave the job site. d. Risk Control This door is highly used and shall need to be closed and foot traffic shall have to be sent to the other entrances into building 90. There is a smoke shelter nearby so we shall have to contain with barricades the project area and the storage/work area. All tools and materials shall be kept in the barricaded areas. SOUTHERN ARIZONA VA HEALTH CARE SYSTEM (SAVAHCS): VAMC: 3601 S. 6th Ave Tucson, AZ 85723-0001 The applicable NAICS code is 332321 - Metal Window and Door Manufacturing. Small Business manufacturers for this NAICS code have a size standard is not applicable.   The resulting contract will be a firm fixed price order. The term of the contract is intended to be 30-90 calendar days ARO, with no options included. It is anticipated that a Request for Quotes will be issued in January, 2017. Award of a firm fixed price contract is contemplated by February, 2017. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is January 5th, 2017 at 12:00 pm EST time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via dena.hallaren@va.gov. Hard copy submissions are acceptable to VISN 18 Network Contracting Office; 777 E Missouri Ave, Suite #300, Phoenix AZ 85014. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817N0142/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-N-0142 VA258-17-N-0142.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3180290&FileName=VA258-17-N-0142-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3180290&FileName=VA258-17-N-0142-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Southern Arizona VA Health Care System;3601 S. 6th Ave;Tucson, AZ 85723-0001
Zip Code: 85723
 
Record
SN04359920-W 20161225/161223233102-3b85612a8e2ea40b1ce385fe7b5d97f8 (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.