Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2021 SAM #7050
MODIFICATION

72 -- Sources Sought: Replacement of Awning Canopies and Acrylic Windows at the Jesse Brown VA Medical Center, Chicago, Illinois

Notice Date
3/17/2021 2:06:03 PM
 
Notice Type
Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25221Q0477
 
Response Due
4/8/2021 3:00:00 PM
 
Archive Date
04/23/2021
 
Point of Contact
Robert H Knight, Contract Specialist
 
E-Mail Address
Robert.Knight1@va.gov
(Robert.Knight1@va.gov)
 
Awardee
null
 
Description
36C25221Q0477 Sources Sought: The Department of Veterans Affairs, Great Lakes Acquisition Center, is searching for businesses capable of fulfilling the following requirements: Replacement of Awning Canopies and Acrylic Windows at the Jesse Brown VA Medical Center, Chicago, Illinois Overview. The purpose of this Contract is to provide replacement awning canopies and acrylic windows at the Jesse Brown VA Medical Center, 820 S Damen Avenue, Chicago, Illinois 60612-4223. Note: With the exception of replacement of a panel over the Garbage Disposal area noted below, the frame for the awnings and windows is already in place; only the awning canopies and acrylic windows are being replaced. Basic Contractor Responsibilities: The Contractor shall provide all personnel, equipment, material, parts, software, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for execution of the work to be performed under this Contract. All work shall be performed in a neat and professional manner, including the removal of all trash and debris at the completion of any and all work. Non-interference with Facility s Functions: The Contractor shall interrupt its work at any time so as to not interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, Contractor services may be stopped and rescheduled to a date and time mutually satisfactory to the Contractor and the POC, at no additional cost to the Government. Hours of Operation: Normal hours of facility operation are 7:00 a.m. 3:30 p.m. Local Time ( Business Hours ), Monday through Friday, except for the following Federal Holidays ( Business Days ): New Year s Day; Martin Luther King, Jr. Birthday; President s Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day; and Any other day designated as a Federal Holiday by Presidential Decree. Location: The Contractor shall: replace the damaged panel, install new awning canopy fabric, and reinstall the panel over the Garbage Disposal Area; and replace the awning canopies and acrylic windows for the North Parking Garage Walkway and Southeast Connection Walkway. The approximate locations are set forth in Attachment 1. Dimensions: The dimensions of the Garbage Disposal Area panel, North Parking Garage Walkway, and Southeast Connection Walkway are set forth in Attachment 2. These dimensions are approximate; the Contractor shall ensure the proper fit of the Garbage Disposal Area panel and all replacement awning canopies and acrylic windows. Proper fit and installation of the Garbage Disposal Area panel and all replacement awning canopies and acrylic windows shall be judged by the POC, in the POC s sole discretion. See Attachment 3 for pictures of the Garbage Disposal Area panel, Attachment 4 for pictures of the North Parking Garage Walkway, and Attachment 5 for pictures of the Southeast Connection Walkway. Replacement Garbage Disposal Area Frame: The frame used to replace the damaged Garbage Disposal Area panel shall be sufficient to comply with the Chicago, Illinois Building Code. Replacement Awnings: The fabric used for the replacement awning canopies shall meet the following minimum requirements: Fabric Strength: The replacement awning canopy fabric strength shall be sufficient to comply with the Chicago, Illinois Building Code, including without limitation: Snow loads; Wind loads; and Rain loads. Additional Requirements: Replacement awning canopy fabric shall also possess the following characteristics: Waterproof; Flame retardant; Mildew resistant; Provide ultraviolet ray protection; and Color to match as closely as possible the existing awning canopy color and be resistant to fading. Replacement Windows: Replacement windows shall be made of weather-resistant acrylic and match the thickness and tint of the current windows. Replacement windows shall be properly weather-sealed during installation. Warranty: The Contractor shall provide a written Warranty to the POC before conclusion of the work under this Contract. This Warranty shall, at minimum, cover all materials and labor provided under this Contract for at least ten (10) years from work completion. Any repairs or replacement of materials provided under this Warranty shall be at no cost to the Government. Final Report: At the conclusion of all work under this Contract, the Contractor shall submit a final written report on company letterhead within five (5) Business Days of work completion. This Final Report shall include the following information: The dimensions of all replacement awning canopies; The dimensions of all replacement acrylic windows; The brand name of the fabric used for the replacement awning canopies; The dates that work was conducted under this Contract; The names of all service technicians that performed work under this Contract; and The Final Report shall be signed by the Contractor. Scheduling: All work performed under this Contract shall be conducted during outside of Business Hours. The Contractor shall schedule any work to be performed under this Contract with the POC at least two (2) Business Days prior to such work occurring. Service Technician Requirements. Service technicians performing any work under this Contract shall be properly trained and certified, as required, to perform such work. Should a certification be required to perform any work under this Contract, upon request from the POC, the Contractor shall provide a copy of such certification for each service technician performing that work within three (3) Business Days. Legal/Professional Standards Compliance. All work performed under this Contract shall comply with all applicable laws, regulations, ordinances, rules, professional standards, and OEM standards/ recommendations including, but not limited to: The Joint Commission (TJC); the Occupational Safety and Health Administration (OSHA); the Environmental Protection Agency (EPA); the National Electrical Code (NEC); the National Fire Protection Association (NFPA); Underwriters Laboratories (UL); the American National Standards Institute (ANSI); the International Organization for Standardization (ISO); and NSF International. Additional Information: The Buy American Act and Service Contract Act may be applicable to the proposed contract. Submission Information: All interested, responsible businesses may submit a capabilities statement, which shall include DUNS number and business type, e.g., SDVOSB, VOSB, small business, or other than small business, by 5:00 p.m. Local Time, Sunday, March 14, 2021, to Robert.Knight1@va.gov. Disclaimer: This Sources Sought Notice is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. Please note that this is not a request for quote; the Government is seeking information for market research purposes only. [Rest of Page Intentionally Left Blank]
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26c83aa3b96945e3a1cace96a37cd4ee/view)
 
Record
SN05945164-F 20210319/210317230109 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.