The RFP Database
New business relationships start here

REPLACE CEILING GRID AND TILE PER SOW


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
36C24919Q0068
Posted Date:
12/11/2018
Response Date:
12/20/2018 2 PM CT
Product or Service Code:
Z1DZ
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
238310


Contracting Office Address
Network Contracting Office 9
ATTN: Tara Hammrich
Department of Veterans Affairs
Contracting Office, 4th floor
1639 Medical Center Parkway
Murfreesboro, TN 37129
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 quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, 10/26/2018.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238310, with a small business size standard of $15 Million.

The Network Contracting Office (NCO) 9 is seeking to purchase the removal and replacement of ceiling grid and ceiling tile in the Canteen Kitchen for Tennessee Valley Healthcare System (TVHS) Nashville Campus VA Medical Center.

All questions regarding this RFQ must be in writing and may be sent by e mail to tara.hammrich@va.gov. RFQ must provide a technical portion/capability to be consider an acceptable quote. Any quote with no technical portion or coping of the Statement of Work will be considered not technically acceptable.

Questions must be received no later than Dec 14, 2018 at 2:00 PM CST. No further questions will be accepted after that date and time. (Please see Attachment D for Frequently Asked Questions)

You are reminded that representatives from your company SHALL NOT contact any Tennessee Valley Healthcare System (TVHS) employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.

STATEMENT OF WORK

Ceiling Grid and ceiling Tile Replacement Canteen Kitchen

STATEMENT OF WORK PART A GENERAL INFORMATION

A.1 INTRODUCTION Remove and replace ceiling grid and tile in Canteen kitchen and serving area.

A.2 BACKGROUND The ceiling tile and grid in the Canteen kitchen and serving area have severely aged. The ceiling tile and grid cannot be cleaned due to the discoloration from years of cooking and grease build up.

A.3 SCOPE OF WORK Cover all kitchen equipment with plastic to the point that dust cannot enter equipment. Seal all openings to other areas such as dining area and hallways so dust cannot migrate from the work space. Provide negative air within space were work will be done. Remove approximately 3100sqft of existing ceiling tile and grid. Then Install approximately 3100sqft of new(White) Donn USG Heavy Duty ceiling grid. Also Install approximately 3100sqft of new USG Clean Room 100 ceiling tiles. Caulk all grid where it contacts wall.

Contractor shall provide all labor, tools, materials, parts and equipment as necessary to perform the work in accordance with the Statement of Work at the Tennessee Valley Healthcare System (TVHS) Nashville Campus VA Medical Center.

STATEMENT OF WORK PART B WORK REQUIREMENTS

B.1 Tasks to be accomplished:
Remove approximately 3100sqft of existing ceiling grid
Remove approximately 3100sqft of existing ceiling tile
Install approximately 3100sqft of new (White) Donn USG Heavy Duty ceiling grid
Install approximately 3100sqft of new (White) USG Clean room 100 Ceiling Tiles
Caulk where grid is attached to wall
Clean and remove all associated debris
Seal all openings to other areas such as dining area and hallways
Provide negative air within work space
Cover all kitchen equipment with plastic to the point that dust cannot enter equipment.

Additional tasks:
Contractor shall provide daily cleanup of work area and trash removal from site.

STATEMENT OF WORK PART C SUPPORTING INFORMATION

C.1 Place of Performance First Floor Canteen Kitchen, VA Medical Center 1310 24th AV. So. Nashville Tn. 37212

C.2 Period of Performance The Contractor shall perform all work after normal business hours including weekend work, (unless other times are stipulated by the Contracting Officer s Representative (COR)) if space is occupied between the hours of 8:00 a.m. and 5:00 p.m. to minimize the impact on patients and VA operations.

C.3 Special Considerations

C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When "furnish", "provide", "install", or similar term is used it shall mean a complete installation, ready for use.

C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property.

C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work.

C.3.4 Supervision/Communications. At all times during the performance, the Contractor's Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor's "Competent Person" that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor's Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job.

C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order.

C.3.6 The Contracting Officer's Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer's Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.

C.3.7 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location.

C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order.

C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen.

C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings.

C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. There are no reserved parking spots for contractors at this VA hospital. The contractor is responsible for making their own parking plans off VA site. They may park only long enough on site, to load and unload supplies.

C.3.12 The Contractor shall at all times keep the work area, including any areas where materials/equipment is being stored, free from accumulations of waste materials.

C.3.13 The COR will designate a Contractor staging area due to space limitations. The contractor is responsible for disposing all waste.

C.3.14 Upon completion of a segment of work, the Contractor shall demonstrate to the COR that the work is complete and the system is working.

All interested companies shall provide quotation(S) for the following:

Price/Cost Schedule

Line Item
Description
Quantity
Unit Price
Total Price
0001
Replace ceiling grid and tile in Canteen Kitchen
1 EA


TOTAL PRICE

The period of performance is the following:

01/01/2019 to 06/30/2019
Place of Performance
Nashville Campus
1310 24th Avenue South
Nashville, TN 37212

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:
52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2016)
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016)
52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017)
52.228-5, INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
852.219-10, VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)
852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009)
852.232-72, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018)

The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10. REPORTING EXECUTIVE COMPENSATION & FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)
52.209-6. PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
52.219-28. POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)
52.222-3. CONVICT LABOR (JUNE 2003)
52.222-21. PROHIBITION OF SEGREGATED FACILITIES (APR 2015).
52.222-26. EQUAL OPPORTUNITY (SEPT 2016)
52.222-36. EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-41. SERVICE CONTRACT LABOR STANDARDS (MAY 2014)
52.222-42. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)
52.222-50. COMBATING TRAFFICKING IN PERSONS (MAR 2015)
52.222-55. MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015)
52.222-62. PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017)
52.223-18. ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-3. BUY AMERICAN SUPPLIES (MAY 2014) (41 U.S.C. CHAPTER 83)
52.225-13. RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)
52.232-33. PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (31 U.S.C. 3332)

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) applies to this acquisition and addenda to the provision re included. See Attachment A 52.212-1 ADDENDA for information concerning: Submitting questions, and submitting quotes.
FAR 52.212-2, Evaluation Commercial Items (OCT 2014) IS NOT used, See Attachment A 52.212-1 ADDENDA for information concerning documents to include with quote and evaluation factors.
B FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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.

852.219-74. LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
(a) This solicitation includes 852.219-10, VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

852.252-70. SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference External link to a government website. Copies may also be obtained from the contracting officer.
852.270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor
852.273-74, AWARD WITHOUT EXCHANGES (JAN 2003)
The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary
This is an open-market combined synopsis/solicitation for Replacement of Ceiling Grid and Tile as defined herein.B B The government intends to award a contract 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 must 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 Dec 20, 2018 at 2:00 pm central via email to tara.hammrich@va.gov. The subject line must specify 36C24919Q0068 The Removal and Replacement of Ceiling Grid and Tile for TVHS Nashville Campus. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. 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 Tara Hammrich at tara.hammrich@va.gov.
Point of Contact
Contracting Officer
Name: Tara Hammrich
Organization: NCO 9
Phone No.: 615-225-3357
E-Mail Address: tara.hammrich@va.gov

Attachments

Attachment A: FAR 52.212-1 Addenda
Attachment B: Past Performance Questionnaire
Attachment C: Wage Rates WD 15-4647 (Rev. 9) dated July 31, 2018
Attachment D: Frequently Asked Questions

Tara Hammrich
tara.hammrich@va.gov

tara.hammrich@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP