Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
DOCUMENT

V -- INSTALLATION,MOVE,STORAGE - Attachment

Notice Date
2/1/2018
 
Notice Type
Attachment
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q9065
 
Response Due
2/20/2018
 
Archive Date
2/27/2018
 
Point of Contact
Reginald D. Hayes, Contract Specialist
 
E-Mail Address
ia
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION MARKET RESEARCH NOT A SOLICITATION PAGE 5 OF 2 OFFICE FURNITURE MOVING, INSTALLATION AND STORAGE SERVICES Introduction This Sources Sought is issued solely for information and planning purposes only. This is not an Invitation for Bids, a Request for Quotation, or a Request for Proposal, nor does it restrict the Government s decision on the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice will not be used as an Offer and cannot be accepted by the Government to form a binding contract. Any contract/order(s) that might be awarded based on information received or derived from this market research will be the outcome of a separate process. The purpose of this Sources Sought is to identify qualified contractors capable of meeting the Department of Veterans Affairs (VA) requirements, to determine if commercial items are available or if commercial items can be modified to meet VA s requirements, to determine the appropriate contract type (i.e., firm fixed-price) that will best support this requirement, to understand commercial pricing practices and garner other market information readily available. Any information provided by a vendor should be non-proprietary in nature. The VA is strongly encouraging all interested parties to attend a two-day information session. The Site Visit scheduled on Tuesday, February 13, 2018 from 10am to 12noon and a Question and Answer (Q&A) session scheduled on Wednesday, February 14, 2018 from 10am to 12noon. By offering a Site Visit, VA hopes potential Offerors will gain a better understanding of the requirements and the location where services are to be performed, interested parties are encouraged to inform the VA of your intent to attend the Site Visit by email. Please note that interested parties will not be authorized to use this Site Visit to present or pitch their proposed solution, services, or capabilities to any Government representative, and any attempt to do so will result in a polite request for the person(s) to leave the site. The address of the Site Visit is: The address of the Q&A session is: Premiere Install & Movers North Texas VA Medical Center 1002 Avenue T Suite 200 Engineering Bldg. 9 Grand Prairie, TX 75050 4500 South Lancaster Road Dallas, Texas 75216 Points of Contact The point(s) of contact for this Sources Sought and the Site Visit are below; at no point, should an interested party reach out to any other VA employee about this Sources Sought/Site Visit unless explicitly stated. Contracting Officer: Contract Specialist: Name: Victoria Rone Name: Reginald D. Hayes Email: Victoria.Rone3@va.gov Email: Reginaldd.hayes@va.gov Background/Scope VA s North Texas Healthcare System (VANTHCS) is seeking sources that can provide storage for existing furnishings, the receipt and storage of new furnishings, the design/layout and installation of new/used furnishings, the relocation of existing furnishings within work stations, the repair or servicing of existing furnishings, and the public display of surplus furnishings being disposed of through a Federal Lot Sale. Please see the DRAFT Statement of Work (SOW) that is included with this Sources Sought for the complete description and scope of the requirements. Submittal Instructions PRIOR TO PARTICIPATING IN THE SITE VISIT: It is requested that all vendors interested in attending a site visit first read the DRAFT SOW in full. After reviewing the DRAFT SOW, the Government requests that parties express their interest in attending a Site Visit by emailing the aforementioned Contract Specialist, copying the Contracting Officer, with an email subject line of: Sources Sought #, Title, Interest in Site Visit Interest in Site Visit notices must be received by Tuesday, February 6, 2018 at 4:00pm Central Standard by email to Reginald Hayes @ ReginaldD.Hayes@va.gov and Victoria Rone @ Victoria.Rone3@va.gov. The content of this notice should be as follows: The company name, the names of the representatives who will be attending, the business size and socio group (i.e. small, large, SDVOSB), a valid phone number and email. AFTER PARTICIPATING IN THE SITE VISIT: After the Site Visit, interested parties shall provide a brief capability statement (electronic submission) of no more than 10 pages (not including a cover sheet), single-spaced, 12-point font minimum, along with any questions, addressing the effort. In addition to mandatory information noted in the bullets, the vendor shall include in the capability statement any information that clearly demonstrates that the services that would be provided if a solicitation were released meet the Government s requirements. Marketing material that is strictly sales-based or promotional will not be accepted as an indication of capability. The following information must be included in a vendor s capability statement: Company name, address, point of contact, email address, website address, and telephone number. DUNS Number, Business type under North American Industry Classification System (NAICS) and CAGE Code. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. GSA Contract Number(s) and Schedule(s) under which the Contract(s) was awarded Point of Contact Name, Phone Number, and Email Address Whether the vendor intends to utilize a subcontractor to perform the services. Please list each potential subcontractor Please state which services will be provided by which proposed subcontractor Please list the socioeconomic status for each potential subcontractor After the Q&A Session, please provide responses about the DRAFT SOW as part of the capability statement submission via email no later than Tuesday February 20, 2018@4:00pm Central Standard Time. This information will be included in the page limit noted above. Your responses should address the following questions: Does the DRAFT SOW provide adequate details to provide a proposal? If not, please indicate which areas of the requirement(s) are unclear. Based on a review of the DRAFT SOW and the participation in the Site Visit, please indicate if your company can provide the services listed (a formal quote/proposal is not being requested at this time). If you have alternative or comparable services, please list and explain in your narrative indicating which service you are explaining. This Sources Sought is issued solely for information and planning purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract; there is no obligation on the part of the Government to acquire any products or services described in this SOURCES SOUGHT. Your response to this SOURCES SOUGHT, including the participation in a Site Visit, will be treated only as information for the Government to consider, you are responsible for adequately marking proprietary, restricted or competition sensitive information contained in your response, and all information received in response to this SOURCES SOUGHT that is marked as proprietary will be handled accordingly. All submissions become the property of the Federal Government, and will not be returned. The Government does not intend to pay for the information submitted in response to this Sources Sought nor for any costs or expenses related to the participation in a Site Visit; vendors will not be entitled to payment for direct or indirect costs incurred in responding to this SOURCES SOUGHT or participating in a Site Visit, and respondents are solely responsible for all expenses associated with responding to this SOURCES SOUGHT and participating in a Site Visit. No funds have been authorized, appropriated or received for this SOURCES SOUGHT effort. The information provided may be used by VA in developing its acquisition strategy and SOW. STATEMENT OF WORK OBJECTIVE, SCOPE, AND BACKGROUND The VA North Texas Healthcare System (VANTHCS) requires the storage of existing surplus furnishings, the receiving and storage of new furnishings, the design/layout and installation of new/used furnishings, the relocation of existing furnishing and personal property within work stations, the repair or servicing of existing furnishings, and the public display of surplus furnishings being disposed through a Federal Lot Sale. Furnishings may include systems furniture such as the products provided by the firms Herman Miller, Knoll, Haworth, Westin House, All Steel, and others, as well as other components of a workstation in both an office and/or medical environment. This requirement does not include Information Technology equipment, but does include the data lines that are part of the system furniture assembly. The services are required for the above items at the following locations: VANTHCS has 2,000,000 square feet of space located on an 85 acre campus in south Dallas at the intersection of Lancaster Road and Ledbetter; smaller off-site locations within the Dallas-Fort Worth, Texas, Metroplex area; the Dallas VA Medical Center-1,759,984 Sq. Ft.; the Bridge-10,000 Sq. Ft.; the Dallas VA Inspector General office-10,000 Sq. Ft.; the Fort Worth Outpatient Clinic-178,000 Sq. Ft.; the Veterans integrated Service Network (VISN) headquarters in Arlington, Texas-23,864 Sq. Ft.; the Vet Center Fort Worth-10,000 Sq. Ft.; the Vet Center Dallas-10,000 Sq. Ft.; TR Houses- 10,000 Sq. Ft.; Tyler CBOC-10,000 Sq. Ft.; the Ft. Worth Homeless Veterans- 10,000; CWT Bronze Way- 30,000 Sq. Ft.; Lancaster CMOP- 83,707 Sq. Ft.; Herzog- 10,000 Sq. Ft.; the Polk Clinic- 10,000 Sq. Ft.; and the VA facilities in Bonham, Texas- 403,292 Sq. Ft. The contractor shall provide these services only by a written work order placed for each task requested. VA will provide a list of staff members who are authorized to request services under this contract. VA shall provide POC names and phone numbers to the contractor after award. PERFORMANCE REQUIREMENTS The contractor shall provide the following services in accordance with the statement of work. Receiving Inventory, Storage of Inventory, and Maintaining the Government Property Record The Contractor shall provide proper storage for existing not-in-use furnishings. The climate control in the storage facility shall be adequate for the items being stored. The warehouse must be clean, organized, pest controlled and furnishings properly covered to preserve coloring and antimicrobial on furniture. The square footage required to store the furnishings will vary according to the order. The Contractor shall receive, notify VA, and update the Government Property Record for all items (both new and existing) ordered by VA to be delivered to the Contractor's storage facility. The Contractor shall provide, update, and maintain the Government Property Record or each item that is received and stored. The Contractor shall provide a complete manifest of items that are being transported from one facility to another. The Contractor is not required to provide a manifest for items being relocated within the same location (For example a move from the Dallas VA, 4th Floor, Building 1 to the 3rd Floor, Dallas VA Building 2. The Contractor shall store government property within a normal one-hour commute of the VA main campus at 4500 S. Lancaster, Dallas, Texas. The storage facility shall have adequate climate control temperature must be kept between 68 - 74 degrees in all seasons to protect the furnishing from damage. Damage includes the separation of adhesively bonded surfaces, fading, water stains, dirt/dust, cracking or any other damage that occurs from variances in temperature, exposure and humidity. All items should be stored according to the specs. The Contractor shall immediately notify VA of any discrepancies between orders and deliveries, between the government property record and any inventory, any product failures or damages and any other information regarding the safe-guarding of government property. The Contractor shall allow VA unlimited access to Government Property in the Contractor's possession. VA reserves the right to remove items from the inventory that are stored by the Contractor as long as VA properly notifies the Contractor of the items removed so that the Government Property Record remains accurate. The Contractor shall perform a complete physical inventory of the Government Property in its procession on April 1 and October 1. The results of these inventories are due on the 15th of the same month that the inventory is completed. B. TRANSPORTATION OF INVENTORY FROM STORAGE SITE TO VA OFFICES The Contractor shall transport furnishings from the Contractor's storage facility to the VA facility, including the removal/disposal of shipping containers and protective coverings. Also included is the assembling of workstations according to the Original Equipment Manufacturer's (OEM) specifications. Extremely oversized and/or overweight items are rarely transported. The Contractor shall clearly define the size and weight limits prior to award so that both VA and the Contractor can determine if a item is outside the scope of this contract (Example: 3500 pound safe). Normally, items shall not be left in a vehicle of the contractor overnight. In case of failure to completely unload at VA the contractor shall contact the COR on how to address this on a case-by-case basis. In case of a vehicle breakdown or accident, the contractor shall call the COR or the VA Police Department at 214 742-8387 and ask the operator to connect to the VA Police. Speed limit on the VA campus is 20 miles per hour and must be observed at all times. The Contractor shall utilize either a two or three-axle enclosed bobtail truck with lift gate. Most locations will not allow for the use of a tractor trailer rig. The COR can approve larger trucks for specific work orders. The Contractor shall provide a minimum of three staff members (including required lead), associated equipment and enclosed truck with lift for the relocation of existing furnishings. DESIGN, LAYOUT, INSTALLATION, AND RELOCATION OF WORKSTATIONS The Contractor shall provide the proposed designs/layouts of furniture systems from simple sketches provided by VA. The Contractor shall visit the site, participate in interview of users, verify dimensions of space and provide layouts to VA within 1 week of receipt of the order. The Contractor shall determine which pieces must be added to existing layouts to achieve desired results and shall use existing stock if available. The Contractor shall relocate workstations and perform minor repairs, including the packing and unpacking of personal property from inside the workstation. For example, if a secretary's workstation requires moving, the files, binders, office equipment, and supplies shall be boxed by the Contractor, relocated as required by the order, and placed back into the workstation at the new location. If the relocation is into new furniture, un-boxing may or may not be required. The Contractor shall organize workstation items to assure that items from other staff workstations are not mixed. Normally, the Contractor shall not disconnect, relocate, and reinstall any computer or high tech equipment; however, there may be occasions where the transportation of those devices is provided by the contractor, but the Contractor shall not be required to install any IT equipment under this contract. Personal property is defined as Government Property used by an individual, and does not include non-government owned items, such as plants, family pictures, and other staff owned property. The Contractor shall supply a crew with equipment within 24 hours of receipt of order of orders identified as an emergency. The Contractor shall protect Government Property from theft, damage or destruction. The Contractor shall perform moves in all the VANTI-ICS areas identified in section 1 Objective, Scope, and Background. The COR will provide maps to all locations. The Contractor shall consistently provide the same moving crew members. The Contractor shall use general industry standard moving equipment including an enclosed truck with lift gate, equipment tie downs, four wheelers, dollies, blankets, pallet jacks, gondola, and other equipment as appropriate. The Contractor crew leader shall have in his/her possession a cell phone and two-way radio for on-site communications. The contractor shall be able to receive calls from the VA and immediately communicate with the contractor's personnel regardless of the location. The Contractor shall provide services during the VA administrative day 7am to 7 pm. There may be some occasions when the contractor will be required to provide services either after hours or on weekends. D. GENERAL REQUIREMENTS FOR ALL ORDERS The Contractor shall contact the Contracting Officer at the earliest time available, but no later than the next business day, via phone of Contractor's knowledge of any conditions which may adversely affect the Contractor's ability to perform under the terms and conditions as stated in the specifications of this requirement. (For example, union strikes, vehicle problems, licenses, or anything that might jeopardize the terms and conditions of this contract should be reported to the Contracting Officer.) Should any items be lost, damaged or broken, the contractor shall submit a written report to the Contracting Officer within twenty-four (24) hours explaining the circumstances. Failure to provide the report with the specific time frame will cause further review by the Government to determine if the infraction warrants suspension/termination of the contract. Contractor must replace or repair any damaged or missing government property if VA determines it was due to Contractors negligence. The Contractor shall maintain a record log of services provided, indicating time and date of pickups, number and description of items from each location, along with signatures and shall duplicate the information on the appropriate invoices. There may be an occasion where the exact time of delivery and name of the person receiving the item is imperative for an investigation. The Contractor shall provide any such information upon request by the Contracting Officer, COR or VAPD. The Contractor shall provide the names and/or alternate who shall act for the contractor when the manager is absent in writing to the Contracting Officer, and shall provide an updated listing as changes in personnel occur. The COR is responsible for supervising the contractor to assure the security of paper records. The COR shall report any security breaches to the Privacy Officer and ISO immediately. Upon contract award the Contractor shall provide his/her staff identification to include a photo ID. The contractor's personnel shall present a neat appearance and be easily recognized as a contract employee. The contractors' employee shall wear uniforms that include the company's name/logo. PERIOD OF PERFORMANCE: Base with two option year renewals WORK HOURS: Normal Work Hours: The service schedule shall be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas Day Dec 25 5. PERFORMANCE STANDARDS a Quality Control, The Contractor shall maintain a quality control program that ensures services are performed in accordance with these specifications throughout the entire contract period, and shall implement procedures to track, identify prevent, remedy and ensure non-recurrence of defective services. Additionally, the contractor shall provide a method to accept and resolve customer complaints and notify the customer of the resolution, and shall immediately notify the Contracting Officer upon receipt of a customer complaint so joint validation may be accomplished. The contractor is responsible for quality control and specification compliance. This will be one of the evaluating factors. Inspection and Acceptance. VA will evaluate the contractor's performance using customer complaints, periodic on-site inspections, and may at the Government's discretion, inspect each task to verify conformance and acceptance prior to payment. VA will also periodically evaluate the contractor's performance in accordance with the following Quality Assurance Surveillance Plan: Performance Standard Minimum Requirements Overall Services. The COR has 1 or less customer complaints for the month. Timeliness/Customer Service Once contacted shall arrive 10 minutes before the required time to perform the task. Wear neat uniforms with company logo. Professional behavior mindful of hospital setting. Provide accurate and complete invoices within 15 days of completion. Report lost, damaged or broken government property within 24 hours of the incident. Transportation Services. The COR has 1 or less customer complaints for the month. Conditions of government property Secure government property on truck and comply with posted speed limit. Storage Services. No damages to government property during the storage month. Conditions of government Property Store government property in clean, pest controlled, and climate control environment. Design Layout The COR has 1 or less customer complaint in any 3 month period. Relocate workstation, perform repairs, pack and unpack items inside the workstation. Surveillance: The COR review performance on a monthly basis and address deficiencies to the Contractor for corrections. Standards: The COR shall notify the contracting officer of unresolved deficiencies for appropriate action. Procedures: The Contractor will be given eight (8) hours after verbal notification to address the unacceptable performance. If the Contractor disagrees with the complaint after investigation and challenges the validity of the complaint, the Contractor will notify the COTR. The COTR will conduct an investigation to determine the validity of the complaint. if the COTR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COTR will retain documentation for his/her files. If after investigation the COTR determines the complaint as valid, the COTR will inform the Contracting Officer. The Contractor shall receive shipments for the VA and review for defects or deficiencies. All defects and deficiencies shall be reported to VA within 1 business day of the receipt of goods. Latent defects shall be reported within 1 business day of discovery to VA. The storage is to hold furnishings awaiting installation in a climate controlled storage facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9065/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9065 36C25718Q9065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4056825&FileName=36C25718Q9065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4056825&FileName=36C25718Q9065-000.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: Network Contracting Officer VISIN 17;North Texas VA Medical Center;4500 South Lancaster Road;Dallas
Zip Code: 75216
 
Record
SN04807946-W 20180203/180201232220-b8a92fd656c6e62e7f66b5a5a0540b3f (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.