Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

M -- Cleveland Tile/Grout Restoration Services

Notice Date
1/13/2020 3:38:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238340 — Tile and Terrazzo Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0237
 
Response Due
1/22/2020 8:59:59 PM
 
Archive Date
03/22/2020
 
Point of Contact
DAVINA.PERRY@VA.GOV
 
E-Mail Address
davina.perry@va.gov
(davina.perry@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25020Q0237 Posted Date: January 13, 2020 Current Response Date: January 22, 2020 @ 17:00 Eastern Product or Service Code: M1QA Set Aside: Total Service-Disabled Veteran-Owned Small Business NAICS Code: 238340 Contracting Office Address Department of Veterans Affairs Network Contracting Office 10 6150 Oak Tree Blvd.; Suite 300 Independence, OH 44131 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238340, Tile and Terrazzo Contractors, with a small business size standard of $15 million. The Louis Stoke Cleveland VA Medical Center is seeking to purchase tile and grout cleaning services. Statement of Work Tile and Grout Restoration SCOPE of Work: The purpose of this specification is to secure the restoration of tiled floor public restrooms areas at Cleveland VA medical center, to a like new"" appearance, integrity and the application of an inorganic permanent protect barrier. The process should be permanent so that the appearance can be maintained using conventional cleaning processes without the need for additional annual maintenance services. The restoration condition desired shall be equal to or better than that of the national standards relative to floor care and maintenance, including the installation process. The contractor shall furnish all labor, supplies, transportation, and parts necessary to perform tile and grout restoration process to approximately 7642 square feet of ceramic tile flooring at the Cleveland Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106. TECHNOLOGY This technology is permanent in nature and should not be confused with or compared to grout painting, staining, or otherwise re-- coloring. The coating shall be an inorganic Siloxane sealer. It shall be environmentally friendly. All existing coatings must be removed to achieve maximum coating adhesion. Contractor must be certified in permanent floor sealer and installer process and has at least three or more years experience in this process. Due to the large volume of the project, references relative to this process are required and must be presented for viewing to COR prior to contract award process. WORK REQUIREMENTS Contractor is to provide all services necessary to perform a tile and grout restoration process to approximately 7642 sq. ft. of ceramic tile flooring including the immediate 4 inches of ceramic tile up from the floor. The floors are located in restrooms BA 139, BA 140, 1B 326, 1B 327, 1A 156, 1A 154, 1A 212, 1A 214, 1A 108, 1C 341, 1C 342, 1C 344, 2A 192, 2A 194, 3C 100, 3C 101, 4C 100, 4C101, 5C 100, 5C101, 6C 111, 6C 112 , ATRIUM, 3AC 282, 3AC 283, 4AC 241, 4AC 242 1D 330, 1D 331, 1F 157, 1F 201, 1F 205, 1F 145 Work schedule will be determined within 30 days of award. Most of the work shall be accomplished after 4:30PM on Monday through Friday or on the weekend. Rooms must be completed in 12 hours and open for business no later than 7:30 Am. The VA reserves the right to make last minute adjustments to the schedule/hours contingent upon the needs of the Medical Center. Total cost shall include all expenses associated with the project, fuel, travel, etc. Contractor shall furnish labor, supplies, materials, supervision, and tools necessary for a professional job. Contractor shall apply all measures to control odors produced by their work including exhaust fans. Contractor shall provide a room schedule prior to starting the project identifying each room that will be completed each day. This schedule shall be given to the EMS Chief designee ten (10) business days prior to starting the project. Once the schedule is approved, no deviation will be permitted without prior approval of the COR or designee. The period of performance to the project will be no more than 30 days from the award date and must be completed in no more than 5 days. Coating Removal Remove all existing surface polymer-based coating and/or seals with industry standards approved restroom sealers. Floor will be agitated to ensure loosening and emulsification of existing coatings. Floor needs to be rinsed with neutralizer to ensure that all surface contaminants have been removed. The residue shall be removed by suction to avoid environment. Grout Preparation. Grout lines will be chemically and mechanically cleaned using approved chemicals for flor care or equivalent that are specifically targeted to profile grout surface creating an anchor pattern for bonding of sealer or equivalent. Grout preparation products shall be comprised of organic and inorganic chelating, scale removing compounds, suspending agents, penetrating detergents, water soluble solvents compounds, viscosity control agents and odor suppressants. It shall remove embedded soils, dissolve micro-scale and mineral deposits, neutralize iron, rust, and mineral and urine stains without attacking the substrate or excessive dissolving cementations grout or mortar joints, or having a deleterious effect on metal, fiberglass, porcelain, or ceramic fixtures. The grout preparations shall promote maximum contact time and applicator control of the process and reduce contact hazards to a minimum. The grout preparations shall leave no residue, chalk, or grit when properly rinsed. A clear water flood rinse shall be applied to the floor and the residue removed by suction to avoid contamination of environment. Floor sealer or equivalent shall be applied to the entire floor after the grout preparation has been removed. The rinse-ate shall be removed by suction and the floor is to be completely dried by means of a mechanically generated airflow. Any missing grout shall be replaced. Sealing Porous tile. Inorganic Siloxane based Permanent Barrier shall be applied to the entire tile surface to provide impermeable seal over the entire treated area. This shield shall have a mate or high gloss shine appearance when it is dried. This product shall be inorganic with an oil, urine and water repellant compound with sufficient particle size of the emulsion and surfactant package to allow deep penetration of porous tiles substrates and must have an adhesion mechanism which is both mechanical and chemical. Downtime. The floor must be available for foot traffic in four hours after completion of the work. Support Service. Contractor shall offer a periodic scratch maintenance support service for at least the first year after the project is finished. Warranty. Provide a Four-year warranty on the integrity of the completed process when maintained in accordance with specific procedures. Contractor shall warrant the appearance and integrity of the tile and grout surface indefinitely as long as an optional sanitation support service is continued by the owner. ATTACHMENTS Wage Determination 2015-4728 REV. 11 Floor Plans Contract Clauses and Provisions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.203-16, Preventing Personal Conflicts of Interest (DEC 2011) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2019) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2019) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 2016) FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Evaluation Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will NOT use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:� Price: The Vendor shall provide one electronic copy of quote Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Description and Scope. References shall include contact information; brief description of the work completed, and contract # (if relevant).� References may be checked by the Contracting Officer to ensure your company is capable of performing the required services.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.� *Price and technical are equal. This is an open-market combined synopsis/solicitation for services as defined herein.��The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than January 22, 2020 at 5:00PM Eastern to Davina.perry@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Davina Perry, at Davina.perry@va.gov. Point of Contact Davina Perry Davina.Perry@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/509f1a9a403b453897d6426940acfa3c/view)
 
Place of Performance
Address: LOUIS STOKES CLEVELAND VAMC;10701 EAST BLVD;CLEVELAND, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN05532959-F 20200115/200113230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.