DOCUMENT
N -- Furniture Moving, Installation, and Storage - NWI 07/01/2018 to 06/30/2019 +4 OPTION YEARS - Attachment
- Notice Date
- 4/27/2018
- Notice Type
- Attachment
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;2501 W. 22nd St.;Sioux Falls SD 57105
- ZIP Code
- 57105
- Solicitation Number
- 36C26318Q9156
- Response Due
- 5/4/2018
- Archive Date
- 6/3/2018
- Point of Contact
- Scott Morrison, Contract Specialist
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice only and it is not a solicitation announcement. The purpose of this sources sought notice is to gain knowledge of qualified potential contractors and their socio-economic size classification in accordance with NAICS code 484210. Responses will be used by the Government to make appropriate acquisition decisions. This is not a solicitation and in no way obligates the Government to award any contract. Additionally, a response to this sources sought notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this sources sought notice is strictly for market research purposes. After a review of the responses to this sources sought notice, a solicitation announcement may be posted to Federal Business Opportunity website (www.FBO.gov). A response to this sources sought notice is not an adequate reply to the forthcoming solicitation. Abbreviated Statement of Work Contractor shall provide Furniture Moving, Installation and Storage Services for the VA Nebraska Western Iowa Health Care System (NWIHCS) for facilities below. Medical Centers: Omaha VA Medical Center, 4101 Woolworth Ave, Omaha, NE 68105-3601 Grand Island VA Medical Center, 2201 No. Broadwell Avenue, Grand Island, NE 68803-2196 Lincoln VA Medical Center, 600 South 70th Street, Lincoln, NE 68510-2430 Community Based Outpatient Clinics (CBOC): Bellevue 2206 Longo Drive, Suite 102, Bellevue, NE 68005, (402) 591-4500 Shenandoah 512 S Fremont, Shenandoah, IA 51601, (712) 246-0092 North Platte 600 East Francis, Suite 3, North Platte, NE 69101, (308) 532-6909 Norfolk 710 S 13th Street, Suite 1200, Norfolk, NE 68701, (402) 370-4570 O Neill O Neill Community Based Outreach Clinic, Avera St. Anthony s Hospital, 555 E. John Street, O Neil, NE 68763 (402) 336-2982 Holdrege 1118 Burlington Street, Holdrege, NE 68949, (308) 995-3760 Other Locations: Polytrauma Clinic Center Mall, 1941 South 42nd Street, Suite 227, Omaha, NE 68105, (402) 599-4000 Admin Space Center Mall, 1941 South 42nd Street, Suite 215, Suite 509, Omaha, NE 68105 Roman Hruska Federal Courthouse 111 South 18th Plaza, Various Suites, Omaha, NE 68012-2077, (402) 661-7480 Community Resource and Referral Center (CRRC) 925 Dorcas Street, Omaha, NE, (402) 995-4010 Omaha Veteran Center 3047 S 72nd Street, Omaha, NE 68124, (402) 346-6735 Lincoln Veteran Center 3119 O Street, Suite A, Lincoln, NE 68510, (402) 476-9736, (402) 476-9736 GENERAL REQUIREMENTS Contractor will provide services based on the following requirements: It is the intent of these specifications to govern receiving of furniture and furnishings, maintaining a current inventory of new and existing furnishings, perform moves (to include moving furniture and belongings), disassembly and assembly of furniture, removal and storage of existing furniture, installation of signage, artwork, medical accessories, IT equipment, and other wall mounted items. Occasionally the Vendor will be required to move patient records. Patient records shall always depart and arrive within a single day and will never be stored outside of an NWI facility. Vendor shall furnish all labor, equipment, materials, tools, supervision, and expertise required to receive, move, disassemble and assemble furniture and miscellaneous items for the VA Medical Center. The vendor will be responsible for hanging some wall mounted medical equipment and accessories. The placement of all wall mounted items shall be coordinated with the VA POINT OF CONTACT prior to installation. The Vendor shall assign a single point of contact that will consistently be on site as a project manager as needed and that person will manage moves and furniture installation and shall coordinate work with other vendor staff. This project manager shall have a cell phone and the phone shall have email capabilities and shall be provided by the Vendor to simplify communication between the vendor and VA staff. In addition, this project manager may be required to attend a weekly Moves Committee Meeting in Omaha to coordinate moves within the NWI facilities, which will be coordinated with the vendor at least 48 hours prior to the meeting. The VA staff will provide the Vendor with electronic copies of the Purchase Order s (POs) and installation drawings so the Vendor can coordinate receiving, storage, and installation. The VA POINT OF CONTACT will provide electronic calendar of task lists each week. The project manager is responsible for providing installation crew with copies of purchase orders (PO) and installation drawings previously provided by the government. The vendor s project manager shall coordinate sequencing and staging with the government. The Vendor s staff shall be dressed professionally and the shirt worn should state the Vendor Company name and all shirts shall be consistent for all Vendors workers. When called for projects, the vendor will be requested to work no less than two hours per call. The individual projects in question, however, could extend several days, depending on size of the project. When contacted to respond to a move or installation request, the contractor must be available within 24 hours of the initial request or within 3 hours of an urgent request. The Vendor shall be required to provide moving boxes and packing tape, as needed, to the VA for staff moves. Boxes will be small size, approximately (18W x 12H x 12D). The quantity and location of the boxes will be determined by the VA POINT OF CONTACT. The vendor will be requested, at times, to add/change furniture locks and repair damaged furniture. Before obtaining services, prior approval must be given and obtained by the VA POINT OF CONTACT. Normal Duty Hours: Monday Friday 8:00 AM to 5:00 PM. Vendor required to schedule all work received within 48 hours of notification for this work classification. Any exceptions to this need to be approved by the VA POINT OF CONTACT. Off Duty Hours: Monday Friday 5:00 PM to 8:00 AM and all day Saturday and Sunday. Vendor required to start emergency/off duty work within 3 hours of notification from VA POINT OF CONTACT. Any exceptions to this need to be approved by the VA POINT OF CONTACT. Contractor is responsible for identifying when a project is complete, per plans and specifications, to VA POINT OF CONTACT for inspection if necessary. If electronic task list cannot be completed as a result of government delay, the contractor will notify the VA POINT OF CONTACT to reschedule. 3. VENDOR STORAGE FACILITY The Vendor shall provide storage space as identified in the schedule of items. Some items require temperature control and those items will be identified by the VA POINT OF CONTACT. Temperature control is defined as being between 50 degrees and 80 degrees. Storage space will consist of a concrete floor that is accessible through a minimum opening of an 8'x 8' garage door. When new furniture is received, the Vendor may be required to store the existing furniture for a period of time in the vendor s warehouse until it can be placed in the facility in a different location. In addition, the vendor will receive and store new furniture in their warehouse. The vendor will store existing furniture inventory until a location is determined for the furniture item to be placed in the facility. Vendor will notify VA POINT OF CONTACT upon receiving VA furniture to initiate receiving reports and schedule installation. The Vendor is responsible for unpacking and disposing of all packaging materials. All items that can be recycled shall be recycled. Vendor shall leave spaces clean, vacuuming spaces if necessary after work is completed. Vendor will evaluate packaging for visible freight damage and immediately notify the freight company and VA contacts if damaged product is received. Damage of both concealed and visible freight damage should be photographed and detailed information provided to VA POINT OF CONTACT via email so that freight claims can be filed. Vendor shall not deliver freight damaged items to the site and shall store items until claim resolution. The vendor shall notify the VA POINT OF CONTACT when replacement items arrive. Vendor shall evaluate the furnishings for manufacturer s defects, missing or incorrect parts. The vendor shall notify the VA POINT OF CONTACT immediately to determine if the product should be delivered and installed. Vendor shall document the defect to include photographs and detailed information provided to VA POINT OF CONTACT. The Vendor shall inventory all existing furniture that is stored in their warehouse and continually keep it up to date as items are added and used from inventory. The inventory program shall be available on a website and shall be accessible at all times to both VA staff and contractor. The inventory will include a naming convention assigned to each inventoried item, Photograph of each piece, description, size (W x H x D), quantity, manufacturer, model, and location stored in warehouse. The inventory shall be updated weekly to reflect accurate information. The categories for inventory shall be as coordinated with the VA POINT OF CONTACT. The inventory system shall allow the VA POINT OF CONTACT to create furniture orders from inventory to include delivery date. Vendor storage facility is required to be no more than 20 miles from the Omaha VA Medical Center. To respond to this sources sought notice, please complete the document below entitled Sources Sought Notice and return via email to the Contract Officer, Scott Morrison, Email: scott.morrison2@va.gov Sources Sought Notice Please fully complete each section of the survey below. Company Name: _____________________________________________________________ Company Address: ___________________________________________________________ DUNS Number: _____________________________________________________________ Point of Contact: ____________________________________________________________ Phone Number: _____________________________________________________________ Email Address: _____________________________________________________________ Socio-economic Classification in Accordance with NAICS Code 811310: (check all that apply) Small Business Service Disabled Veteran Owned Small Business (SDVOSB) Verified SDVOSB by www.vip.vetbiz.gov Veteran Owned Small Business (VOSB) Verified VOSB by www.vip.vetbiz.gov Small Disadvantage Business Women-owned Small Business Economically Disadvantaged Small Business HUBZone 8(a) Certified Company s Capability Statement for Emergency Generator and Transfer Switch Maintenance: __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ After a review of the responses to this sources sought notice, a solicitation announcement may be posted to Federal Business Opportunity website (www.FBO.gov). A response to this sources sought notice is not an adequate reply to the forthcoming solicitation. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/36C26318Q9156/listing.html)
- Document(s)
- Attachment
- File Name: 36C26318Q9156 36C26318Q9156_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4261186&FileName=36C26318Q9156-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4261186&FileName=36C26318Q9156-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26318Q9156 36C26318Q9156_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4261186&FileName=36C26318Q9156-000.docx)
- Record
- SN04903985-W 20180429/180427230515-ab2bafad3c289acb281cd569ccf6ba17 (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 |