Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2023 SAM #7767
SOURCES SOUGHT

S -- Furnisher Moving and Painting Services

Notice Date
3/2/2023 10:39:39 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0396
 
Response Due
3/7/2023 9:00:00 AM
 
Archive Date
05/06/2023
 
Point of Contact
jameel.gordon@va.gov, Jameel Gordon, Phone: 410-642-2411 26911
 
E-Mail Address
Jameel.Gordon@va.gov
(Jameel.Gordon@va.gov)
 
Awardee
null
 
Description
Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify potential entities. The purpose of this sources sought notice is to inform the industry that the Government intends to solicit for Furnisher Moving and Painting Services at the Washington DC VAMC located at 50 Irving St., Washington, DC 20422. NOTICE This RFI does not constitute a Request for Quotation (RFQ) or a promise to issue an RFQ in the future. VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the responders to monitor this site for additional information pertaining to this requirement. Responses or questions concerning the composition and requirements to the RFI will not be returned. All capable contractors are welcome to respond to this notice and shall provide a brief capability statement that covers the information in the performance work statement. The Capability Statement shall be limited to 10 pages and no more than 5MB. The Government will not review any other information or attachments included, that are more than the 10-page limit. The Government will not review generic marketing materials that do not address the information contained herein or the attached documents. Interested & Capable Responses This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). GENERAL Your response must address capabilities specific to the services required in the performance work statement and must include the following: 1. Business name, address, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address), point of contact, telephone number, email address, and size status and representation of your business. 2. SAM CAGE/ Unique Entity ID under which the company is registered in Sam.gov/VetBiz.gov. 3. Provide prices based on the local areas' Service Contract Act - Wage Determinations or prevailing price mechanism. 4. Capabilities Statement. STATEMENT OF WORK The Washington DC Medical Center (DC VAMC) is seeking a short-term contract to provide Furnisher Moving and Painting Services for the interior design department. The DC VAMC is located at 50 Irving St. Washington, DC 20422. Personnel Requirements: The contractor shall provide the following personnel: Mover: Movers shall move single or multiple units (file cabinets, pedestals, chairs, furniture, or unwanted items), boxes, and other standard office items at the VA Medical Centers and their associated clinics as identified in paragraph 2. Additional duties include picking up and delivering warehouse items, trash removal, and control of removed furniture items. Painter: The work includes re-painting the interior by skilled painters. All areas to be painted shall be painted with two coats of paint. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color and appearance. Period of Performance: March 2023 May 2023 Services required: Description Each Quantity Unit Painter/Laborer 3 1008 HR Mover/Laborer 3 1008 HR Areas to be painted: Areas to be painted include patient rooms, exam rooms, nursing stations, procedure rooms and corridors within the Washington, DC, Medical Center. Work Orders: The Contractor will be assigned work orders on a daily basis; this is how the services throughout the hospital and outside clinics submit their requests. Mover/Painter shall be able to take a work order, all the information provided on the work order and complete the tasks. The Mover/Painter will need to report back to Interior Design what was completed, if follow up is required, date completed, items used, and a signature from service accepting completion. Equipment and Tools: The VA Medical Center will provide all equipment and paint supplies. Product to be used: Paint required for the interior walls is Sherwin Williams Interior Latex Semi-Gloss paint, colors to be provided by the Medical Center. Paint for the metal trims is Sherwin Williams Pro-Industrial Pre-Catalyzed paint, # 7045, Intellectual Grey Interior. Repairs to walls will be standard sheet rock and compound. Preparation/Application for Painting: First, ensure that the appropriate Infection Control Risk Assessment (ICRA) paperwork has been completed and is posted and secure the area in accordance with Life-Safety and Infection Control guidelines. Cover and protect floors and all adjacent surfaces from paint smear, splatters and droppings. Use drop cloths of adequate size to protect adjacent areas. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures and similar items in place not to be painted or provide surface applied protection. Reinstall removed items when final coat is thoroughly dry. If wallpaper must be removed, ensure that it is properly disposed of. Properly sand and prepare the wall for acceptance of paint product. Mix and prepare painting in accordance with manufacturer s recommendations. Do not paint over dirt, rust, scale, grease, moisture, voids and blemishes or other condition detrimental to formation of a durable paint film. Clean surfaces to be free of dust, dirt, oil, grease or other foreign matter. Repair all minor voids, nicks, cracks, dents and joint caulking as necessary with suitable patching materials and finish flush to adjacent surfaces. If any surface be found unsuitable to produce a proper paint and sealant finish, the Contracting Officer Representative (COR) shall be notified in writing and no material shall be applied until the unsuitable surfaces have been made satisfactory. Paint only when surfaces are moisture free. Execute work in accordance with label directions. Coating applications shall be made in conformance to this specification and to the manufacturer s paint instructions on the labels and product data sheets. Apply paint evenly to be free from sags, runs, crawls and defects. Mix to proper consistency, brush out smoothly leaving a minimum of brush marks. All work shall be accomplished by skilled workmen familiar with and trained to do this type of work; moreover, they shall be qualified operate or use equipment and rigging needed to accomplish this work. All equipment shall be in sound working condition and must meet all OSHA Safety Standards. All workmen shall be aware of and trained in the operation of all safety equipment required for this project Cleanup: The Contractor shall keep the work area, including storage areas, free from accumulations of waste materials on a daily basis and comply with all federal, state and local regulations pertaining to the storage, transport and disposal of wastes. The Contractor shall not use Embassy waste disposal facilities including garbage cans, trash piles or dumps Reporting for Duty: Contractor staff shall report for duty at the DC VAMC Interior Design office prior to performing any work (daily) unless otherwise directed by the point of contact. The contractors shall review the required tasks and scheduling with the Interior Design staff prior to the start of each workday. The workday hours shall be coordinated with the point of contact but will generally be an 8-hour day beginning at 7:00am or 7:30am, (5) days per week (Monday- Friday). Safety and Security Precautions: Contractor shall comply with all Occupational Safety and Health Act (OSHA) and applicable laws/regulations for the protection of his/her employees. The Government shall assume no liability or responsibility for the Contractor s compliance or noncompliance with such requirements. Contractor shall provide his/her employees with the necessary safety equipment required for performance of the contract. The contractor shall take precautions regarding fire and safety policies/procedures within VAMC and their associated Clinics. The Contractor and/or its staff shall immediately notify the COR of any existing or potentially unsafe conditions, i.e., frayed electrical cord, dripping or seeping of fluids. Reporting Requirements: Upon completion of work (daily), the Contractor shall document services rendered in a legible format and provide to the COR. If services are performed after normal businesses hours, the Contractor shall report to the VA site manager, and provide the service report to the COR on the next business day (with the signature of the VA site manager) to substantiate hours performed. Smoking Policy: Smoking is Not permitted within the VAMC facilities. Service Calls: Contractor s point of contact where services calls are to be placed. Name: ________________________________________________ Telephone Number: ______________________________________ Email address: ___________________________________________ Ordering Activities and Officers: The Contractor and/or its staff shall not accept any instructions issued by any other person(s) other than the Contracting Officer, the COR, or his/her delegated representative acting within the limits of his/her authority. Changes. Only those services specified herein are authorized. Services that are not included in the contract shall NOT be provided unless authorized via a modification issued by the Contracting Officer. Overtime: Overtime shall be approved by the COR or his/her designated representative prior to services being rendered. Badges and Parking: Contractor personnel are required to wear identification (I. D.) badges issued by the VA Security Office during the entire time they are on the grounds of the VAMC or one of its clinics. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the VAMC Security Office. The Government shall not validate or reimburse for parking violations under any circumstance. 2023 holiday schedule listed below: New Year s Day Monday, January 02  Martin Luther King s Birthday Monday, January 16 President s Day Monday, February 20 Memorial Day Monday, May 29 Juneteenth National Independence Day Monday, June 19 Independence Day Tuesday, July 04 Labor Day Monday, September 04 Columbus Day Monday, October 09 Veterans Day Friday, November 10 Thanksgiving Day Thursday, November 23 Christmas Day Monday, December 25 Also included would be any day specifically declared by the President of the United States of America as a National holiday.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd1ab073386447a997ab7f355fa80b7a/view)
 
Place of Performance
Address: Department of Veterans Affairs Washington DC Medical Center 50 Irving St Washington, DC 20422
 
Record
SN06607437-F 20230304/230302230119 (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.