The RFP Database
New business relationships start here

Emergency Department Flooring Repair


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

SOLICIATION: 36C24619Q0869

NOTICE TYPE: Combined Synopsis

SYNOPSIS:
Emergency Department Flooring Repair
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued.

This solicitation is issued as a Request for Quote (RFQ). Submit written proposals on RFQ 36C24619Q0869.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.

Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov).

The Network Contracting Office 6-RPO East intends to award a firm-fixed price contract for EMERGENCY DEPARTMENT FLOORING REPAIR, VAMC HAMPTON, 100 EMANCIPATION DR. HAMPTON, VA 23667.

This acquisition is 100% small business set aside. The North American Industrial Classification System (NAICS) code for this procurement is 238330 with a small business size standard of $15 Million. This procurement is restricted for small business. All offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov to be considered for a federal contract award. The record must be complete and not missing elements such as representations and certifications.

Questions concerning this solicitation shall be addressed to Desiree Mills, Contracting Officer, and emailed to desiree.mills-hicks@va.gov. All questions or inquires must be submitted no later than 12:00 pm noon Eastern Standard time on 7/22/2019. No phone calls will be accepted.

Award will be made to the offer that represents the best value to the Government, evaluating both priced and non-priced factors. Evaluation factors for other than cost/price, when combined, are approximately equal to cost/price. Quotes are due by 12:00 P.M. Eastern Standard time on 7/24/2019. Quotes received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to desiree.mills-hicks@va.gov.

The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (OCT, 2018), with their quote. An offeror shall complete only paragraph (b) of this provision. The offeror shall have completed the Annual Representations and Certifications electronically at https://www.sam.gov . If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.

FAR 52.212-1, Instructions to Offerors -Commercial Items (OCT, 2018), applies to this acquisition.

This combined solicitation/synopsis is for the purchase of the following commercial items, Offeror shall provide a quote addressing CLIN (0001):

CLIN

ESTIMATED QUANTITY
UNIT
UNIT PRICE
ESTIMATED AMOUNT
0001
Contractor shall provide all labor, materials, tools, equipment, and supervision to perform all
operations necessary to complete the flooring repair. All work shall be completed in accordance with the SOW,
to include final cleanup.
1
MO
$____________
$__________
STATEMENT OF WORK

REPLACE FLOORING EMERGENCY DEPARTMENT ROOMS
Hampton VA Medical Center

1. General -The contractor will provide all transportation, materials, parts, tools, specialized equipment, labor, supervision and technical expertise to services to remove and replace Nora rubber sheet flooring in the rooms highlighted for the Emergency Department and the flooring in room GD-118. Hampton VA Medical Center (VAMC). This is a turn-key request with the contractor providing all the parts and performing all the work.

2. Coordination- The Engineering Service Project Section will serve as the focal point and point-of-contact (POCs) for this contract. Djina Barskile can be reached at
(757) 722-9961 extension 5852

2.1 The contractor must pre-coordinate and preschedule work with the POCs.

2.2 This job can be conducted and accomplished during normal duty hours (Monday-Friday 08:00AM-4:30PM). Work accomplished outside these hours must be approved by the POCs.

3. Government Provided Tools, Materials and Equipment- The Federal Government will not provide any tools, parts, materials and equipment. This is a turn-key project with the vendor providing all necessary tools, parts, materials and equipment.

4. Period of Performance- Following mobilization and procuring required parts, this repair is estimated to take four weeks, eight-hour work days.

5. Specifications- The following specifications will apply: Respond to the Hampton VA Medical Center and contact the Project Section POCs before accomplishing any work. Djina Barskile can be reached at (757) 722-9961 extension 5852

5.1 All work will be accomplished in-accordance with applicable Life Safety and OSHA codes and regulations. Additionally, the Department of Veteran Affairs guidelines and policies will be adhered to.

5.2 Contractor shall install flooring according to manufactures specification. Final installation shall be approved and certified by the manufacture. In addition, flooring installer shall provide proper certification prior to any flooring installation of flooring system. Remove damaged rubber flooring and replace with new Noraplan Environcare, 3 MM thickness color: Sandbar Willow #2963 24 x 24 . Use matching hot weld rod #2633.

5.3 The contractor is responsible for ensuring the dimensions in the field for any estimating purposes. Install work in strict compliance with manufacturer's instructions. No tile shall be less than 6 inches and of equal width at walls. Roll tile floor with a minimum 100-pound roller.

5.4 The Emergency Department shall remain operational during floor replacement. All work shall be coordinated with the COR to ensure minimal disruption. Weekend work and night work will have to be estimated.

5.5 See photo below for typical damage to be corrected:








5.6 Map of the ED and rooms to be repaired:


5.7 Notify the Project Section to inspect and accept all work.

5.8 Remove and dispose of all generated waste and debris off station.

5.9 Provide the POC with warranty information and documents for all work accomplished and goods purchased.

5.10 Accomplish invoicing in-accordance with the formal contract.

6. Other Station Rules and Guidelines. The contractor will adhere to the following station rules.

6.1 All work will be accomplished to industry standards and compliant with the current Life Safety and Mechanical Codes. All Department of Veteran Affairs, Federal, Commonwealth of Virginia laws, regulations and codes will be complied with.

6.2 This is a hospital environment. The contractor and personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally.

6.3 This is a federal facility as well as a medical center. As such, there is NO tobacco usage allowed inside any federal building or on the grounds except in designated areas. The POC will brief the contractor as to designated smoking areas prior to commencement of the contract. Failure to follow these regulations can result in removal of the worker or contractor from the facility and/or a US Magistrate s ticket and fine.

6.4 Parking will be in designated lots. Consult with the POC as to allowable parking and material drop-off.

6.5 The contractor will responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site. The contractor will be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation

6.6 Since the incidents of September 11, 2001, the Federal Government has begun to implement new security measures to help protect federal facilities. The contractor will provide to the POC a list of employees expected to work on this contract. This list will be on company letterhead and contain the employees name, driver s license number, address and nationality. This list will be verified and signed by a corporate officer. These personnel are subject to a background check and fingerprinting to be eligible to receive a security badge.

6.7 The U.S. Department of Veterans Affairs and the U.S. Department of Health and human Services requires that all contractor personnel coming on this facility to complete the Veterans Health Administration s Privacy Policy Training prior to coming on the facility. The contractor will submit the certificate, to be completed, at the end of the Microsoft PowerPoint Presentation for each person assigned to this contract who comes on this facility to work. A company roster certifying course completion may be substituted for individual certificates.

6.8 Security badges will be picked up from the Police Office in Building 36 and will be returned daily by 3:30PM unless other arrangements are made with the POC and the Police Office. Lost badges can result in administrative fees and fines not to exceed $50.00 USD to replace the loss badge.

WAGE RATE DETERMINATION

Wage Determination No.:VA190022, VA22, as of 04/05/2019

INVOICE/PAYMENT
The requirements of a proper invoice are as specified in clause 52.212.4. Invoices shall be submitted via OB10, https://www.fsc.va.gov/einvoice.asp an electronic invoice, by the Contractor on a timely basis to the respective VA Medical Center s bill to address. The vendor must reference the order number under which the supplies were ordered on each invoice.

Payment TO the Contractor will be made by:
Financial Service Center (FSC)
ATTN: Accounts Payable, Department of Veterans Affair
P O Box 149971, Austin, TX 78714
phone # 512-460-5380.

To improve the timeliness of payments and lower overall administrative costs, the VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. In the meantime, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp

Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition
Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (FAC 2019-02) applies to this acquisition. The following clauses under subparagraph (b) apply:

52.222-3, Convict Labor (June 2003) (E.O. 11755)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
52.222-50, Combating Trafficking in Persons (MAR 2015)(22 U.S.C. chapter 78 E.O. 13627)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-9, Buy American Act- Construction Materials (May, 2014) (41 U.S.C. chapter 83)
52.225-10, Buy American - Construction Materials (MAY 2014) (41 U.S.C. chapter 83)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.228-1, Bid Guarantee (SEPT 1996)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332)

The following VAAR clauses are also applicable to this acquisition:

852.203-70 Commercial Advertising (May, 2008)
852.219-74 Limitations On Subcontracting Monitoring And Compliance (Jul, 2018)
852.228-70 Bond Premium Adjustment (JAN, 2008)
852.232-72 Electronic Submission of Payment Requests (Nov, 2018)
852.232-70 Payments Under Fixed-Price Construction Contracts (Without NAS-CPM) (NOV 2018)
852.232-72 Electronic Submission of Payment Requests (Nov 2018)
852.236-72 Performance of Work by the Contractor (Apr 2019)
852.236-79 Contractor Production Report (Apr 2019)
852.236-80 Subcontracts And Work Coordination (Apr 2019)
852.236-88 Contract Changes--Supplement (Jul 2002)
852.242-70 Government Construction Contract Administration (Apr 2019)

Desiree Mills
Contracting Officer

desiree.mills-hicks@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP