The RFP Database
New business relationships start here

322VB3102 : Replace Carpet, Cove Base, and Repaint Offices at Montgomery Regional Office (322)


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PRE-SOLICITATION NOTICE



1.    Y
2.    1125    
3.    14
4.    20006
5.    SDVOSB
6.    VBA Office of Acquisition, 1800 G. Street N. W., Washington, DC 20006
7.    Replacing Carpet, Paint, Installing Cove Base and Replacing Wiring for New Workstations
8.    VA101V-15-B-0139
9.    122914
10.    Debra Rollins
11.    N/A
12.    N/A
13.    N/A
14.    N/A
15.    N/A
16.    Contractor shall provide all labor, materials, and supervision necessary to remove and install carpet, cove base, and paint interior (includes remove wall paper and patch walls where needed). The Contractor will be responsible for all furniture will be movement, and/or lifting. Vendors are required to attend the schedules site visit to assess and evaluate the work to be completed. All work will be completed parallel and/or in direct conjunction with the workstation installation project. IAW VAAR 836-204, the magnitude of this construction project is between $500,000 and $1,000,000.
    
SCOPE OF WORK:

This project shall be done in phases or sections (or both) as to minimize any down time of employees work. All work will be completed in one phase prior to beginning the next phase.

All products used must promote healthy indoor air quality.

CARPET AND PAINTING:

1.    CARPET - After removal of all carpet, contractor shall do all floor preparation needed to subfloor and install the new carpet (and carpet pad, if applicable). The carpet to use shall be commercial type 24"x24" carpet tile (Modules) for heavy use recommendation with mergeable dye lots. The performance should be as follow:
o    Tuft Bind (ASTM D-1335) loop pile, 8.0 lbs. minimum average value
o    Delamination Resistance of Secondary Backing: 2.5 lbs. per inch minimum
o    Colorfastness Crocking (AATCC 165); color transfer class 4 minimum, wet and dry
o    Electrostatic Propensity (AATCC 134); General use commercial carpet - 3.5 kV max
o    Flammability Properties: Carpet installation must comply with all applicable flammability regulations. Check state and local building and fire codes for specific requirements.
o    Indoor Air Quality, carpet, adhesives, seam sealer, Cushion and underlayment: Compliance with CRI Green Label Plus and Indoor Air Quality Testing Program
o    Delamination: Minimum of 2.5 per inch delamination resistance as ASTM D3936
o    Soil/Stain Protection (AATCC 175-1991) > 8.0 on the Red 40 Stain Scale
o    Fungicidal (AATCC 174, Part lll) No growth with mold warranty
o    Dimensional Stability (Aachen Method Din 54318) < 0.10% change
o    Smoke Density (ASTM E662) < 450 Flaming Mode
o    Yarn Weight 18 oz. per yd2
o    Cushion: always use manufacturer recommended cushions
o    Install transition plates where required

Color of carpet will be determined after award.

2.    PAINT - Paint shall be of the best grade Semi-gloss or Satan (low odor) paint for easy clean-up of marks on walls, ceilings and trim. Oil based paint (for doors, etc.) shall be used in the early hours of work to allow exit of fumes before work hours. Proper ventilation such as fans or air purifier shall be used to reduce the paint smells and toxins. Items on walls will need to be removed and replaced as before (some patch work of holes may be necessary). Remove all wall paper throughout the facility (bathrooms also) clean and paint. Color will be determined after paint samples are provided with submittals.


3.    COVE BASE - The cove base shall be of the best quality for commercial grade material for a long lasting life span, designed to resist scuffing, fading, cracking and shrinking. All cove bases throughout the facility will be replaced, to include the stairs.


4.    DOORS - All Doors to be cleaned, stained, and/or painted.


POWER/ELECTRICAL REQUIREMENTS

a) Panels shall have an open core frame and removable skins to maximize distribution, storage, termination, consolidation points, and access to data cables.

b) Each Power way must have the conductors to support 4 or more circuits (3+1, or 2+2), and a 20-amp electrical system to interface with building power. A 3SN wiring schematic shall be available if necessary.

c) Panel shall have the ability to distribute and access multiple 8-wire systems within a single panel .

d) Each side of the panel shall have access to every circuit distributed within the panel at every 6 feet.

e) Each circuit shall have access to either the system ground or isolated ground.

f) Power to be accessible below work surface behind removable panels.

g) All electrical components shall be UL listed and meet the applicable requirements of the National Electrical Code (NEC).

h) All electrical components shall be UL 183 Arch/Modular rated (same wire/cables pulled from walls, floor, and ceiling is used in furniture system) and meet applicable requirements of the National Electrical Code (NEC).

i) All panel system power components must be keyed and color-coded to prevent accidentally connection of components with dissimilar power components.

j) Power kits shall have multiple connection points for branching of power.

k) Power and communications/data shall be field-installed with the ability to add or move power and cables within any panel after initial installation.

l) All panels shall accommodate vertical and horizontal routing of power and cables within the panel, through the full height of the panel.

m) All panels (including stacked panels) shall accommodate lay-in cabling under panel top cap and in the panel below the work surface.

n) Cable routing locations within the panel must maintain the minimum bend radius required for fiber optic cable.

o) Panels shall allow for looping and storing of cables within the panel in anticipation of additional workstations.

17. Work Locations:
    
    The contractor will perform all work at the following location:

Department of Veterans Affairs
    Montgomery Regional Office (VARO)
     345 Perry Hill Road
    Montgomery, AL 36109

18.    This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. Offerors must be listed in the Veteran Information Pages (VIP) Database on VetBiz.gov (https://www.vip.vetbiz.gov/ at the date and time for receipt of proposals as well as the time of award to be considered. Proposals from Offerors who are not listed on the VIP Database will be rejected as non-responsive.

Debra Rollins
(254) 299-9413

Contracting Officer's E-mail Address

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP