The RFP Database
New business relationships start here

Tile and Grout Restoration


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

Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 9
Original Date: 10/12/17
Revision 01 Date: 01/08/18
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25219Q0272
Posted Date:
01/28/2019
Original Response Date:
02/15/2019
Current Response Date:
02/15/2019
Product or Service Code:
S201
Set Aside (SDVOSB/VOSB):
Total Small Business
NAICS Code:
238340
Contracting Office Address
Great Lakes Acquisition Center NCO12
1900 East Main Street
Building 102 Rm 103J
Danville Illinois 61832-5198
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 quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238340 with a small business size standard of $15.0 Million.

The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois 61832, is seeking to purchase Tile and Grout Restoration Services.

Scheduling of a site visit for the VA Iliana location shall be considered upon request or determination of need.

All Requests for information, to include a site visit request shall be submitted no later than 4PM on Friday February 1,2019.
All interested companies shall provide quotation for the following:

Schedule

Line Item
Description
Quantity
Unit
Unit Price
Total Price
0001
Tile and Grout Restoration at the Decatur CBOC 796 Sunnyside Road, Decatur, IL.
380
Sq. Ft


0002
Tile and Grout Restoration VA Iliana -Non- Patient Care Areas
3300
Sq. Ft


0003
Tile and Grout Restoration VA Iliana -Housekeeping and Closet Floors
582
Sq. Ft.


0004
Tile and Grout Restoration VA Iliana- Patient Care Areas
4400
Sq. Ft.



Services
A. Requirements and Scope
Section 1-General
The purpose of this specification is to secure the restoration of tiled floor areas to a like "new appearance, integrity and the application of an inorganic permanent protect barrier. The process should be permanent so that the appearance can be maintained using conventional cleaning processes without the need for additional annual maintenance services. The restoration condition desired shall be equal to the Permatect Installation process.
The contractor shall furnish all labor, transportation, and parts necessary to perform tile and grout restoration (Permatect or equivalent) process to approximately 8,700 square feet of ceramic tile flooring at the VA Iliana Health Care System (VAMC), 1900 East Main Street, Danville Il, 61832. This shall also include 380 sq. Ft at the Decatur Community Based Outpatient Clinic, 796 Sunnyside Road, Decatur, IL.
The work required by the Statement of Work consists of furnishing all labor, supervision, management, management support, supplies, reports, and materials necessary for the services required, unless otherwise specified below.
Any item found to be unsatisfactorily shall be redone at no cost to the government.
This contract shall be completed within one-hundred twenty days from the start date.
Section 2 Technology
Grout Topping: Shall be equivalent to Permatect s Channel Changer fortified with Titanium additives.
Coating: Shall be equal to Permatect s Propertius Inorganix Protective Barrier and must carry a five (5) year warranty against excessive wear, yellowing, a de-lamination.
Section 3 Supervision by Contractor
The Contractor shall appoint an on-site supervisor or lead who will report/communicate with the COR for this contract.
Patient care areas will be coordinated with Nurse Managers.
Non-Patient care areas will be completed between the hours of 4:30PM and 4:30AM
The on-site supervisor shall ensure that any area being worked on is ready for use by 7:00am.
The Contractor shall provide the CO and COR the name, address and telephone number where the Contractor and the on-site supervisor can be contacted.
Contractor Personal Health Standards
Contractor s personnel who acquire a communicable illness shall not perform service under the contract and shall be free if illness before returning to work.
Contractor shall be responsible for compliance with appropriate OSHA and all VA regulatory bodies and shall maintain the required records.
Quality Assurance
The COR shall monitor the Contractor s performance under this contract using the Performance standards given.
Performance Evaluation Meeting
The on-site supervisor and COR shall meet daily to inspect areas completed the day prior.
Security
Contractor employees are required to check in with the Police daily as soon as they arrive on station.
Police are located at the main entrance of building 102.
The C & A requirements do not apply, and that a Security Accreditation Package is not required.
Damage to Government Property
All tasks accomplished by the Contractor s personnel shall be performed to prevent damage or disfigurement to Government-owned furnishings, fixtures, equipment and architectural, or building structures. The Contractor shall provide a written report of any damage or disfigurement to these items within 24 hours. This report shall be given to the COR.
When the Contractor has caused damage of Government property, performance is determined unsatisfactory the COR shall issue a notice. The contractor shall reply to the COR in writing within 10 workdays stating the reason for the unsatisfactory condition. The statement shall also include corrective measures which have been taken and preventive procedures initiated to prevent future damage or loss.
Any damage of Government property caused by the contractor during the Contractor s performance of work under the contract shall be repaired or replaced at the Contractor s expense. The Government shall submit an estimate, quote or bill of collection for reimbursement under such circumstances.
Interference with Normal Function and Hours of Operation
At no time should the Contractor s actions, procedures, or employees interrupt or interfere with normal VA functions or delivery schedules.
VA Iliana s normal business hours are 8:00am to 4:30PM, Monday through Friday, excluding Federal holidays.
Any activity performed on Government premises by the Contractor during other than the Contractor s regular operating schedule shall be approved in advance, either verbally or in writing by the COR.
B. Contractor Responsibilities
Section 1 - General
Except for those supplies or services specifically stated to be Government furnished, the Contractor shall furnish all supplies and equipment necessary to provide complete tile and grout restoration.
Maintenance and Housekeeping: The Contractor shall ensure that all debris created while performing work are cleaned up before the job site is left and ensure that the cleaning or sealing process affects the hallway or connecting floor.
Materials: The Contractor shall furnish all supplies and equipment necessary to accomplish complete laundry and delivery service.
A copy of the Safety Data Sheet for all chemicals furnished and used by the Contractor shall be furnished to the COR.
D. Specific Task
Section 1 Tasks
Grout Preparation
Contractor shall ensure that grout lines will be chemically and mechanically cleaned using Permatect's 3Nl or equivalent that is specifically targeted to profile grout surface creating an anchor pattern for bonding with Permatect's Channel Changer or equivalent.
Grout preparation products shall be comprised of organic and inorganic chelating, scale removing compounds, suspending agents, penetrating detergents, water soluble solvents compounds, viscosity control agents and odor suppressants.
It shall remove embedded soils, dissolve micro-scale and mineral deposits, neutralize iron, rust, and mineral and urine stains without attacking the substrate or excessive dissolving cementations grout or mortar joints, or having a deleterious effect on metal, fiberglass, porcelain, or ceramic fixtures.
The grout preparations shall promote maximum contact time and applicator control of the process, and reduce contact hazards to a minimum.
The grout preparations shall leave no residue, chalk, or grit when properly rinsed.
A clear water flood rinse shall be applied to the floor and the residue removed by suction.
Permatect SR or equivalent shall be applied to the entire floor after the grout preparation has been removed. The rinse-ate shall be removed by suction and the floor is to be completely dried by means of a mechanically generated airflow.
Any missing grout shall be replaced with Permatect's Channel Changer Grout Replacement System or equivalent, white in color.
Sealing
Permatect's Inorganic Siloxane based Permanent Barrier or equivalent shall be applied to the entire tile surface to provide impermeable seal over the entire treated area. This shield shall have high gloss shine appearance when it is dried. This product shall be inorganic with an oil, urine and water repellant compound with sufficient particle size of the emulsion and surfactant package to allow deep penetration of porous tiles substrates, and must have an adhesion mechanism which is both mechanical and chemical
F. Definitions
Acceptable Quality Level (AQL): The percentage required, as defined in the Quality Assurance Surveillance Plan (QASP), considered as a minimally acceptable level of work for the Contractor to produce.
Ancillary Equipment: Equipment required for Contractor's operations but not directly related to Laundry production, e.g., cleaning equipment.
Contract Discrepancy Report: Government formal documentation of Contractor's failure to provide under the terms of the contract; corrective action is required of the Contractor.
Contractor: An individual, partnership, or organization having a contractual relationship with the Government for provision of service.
Contracting Officer (CO): The person with authority to enter into, administer, and/or terminate contracts and make related determinations and findings.
Contracting Officer's Representative (COR): Any person or persons authorized to act for the Contracting Officer within authority limits.
Cure Notice: A formal notification to Contractor to correct a deficient situation or risk termination of contract.
Days: Day means, unless otherwise specified, a calendar day.
Emergency: An unforeseen combination of circumstances, or the resulting state which requires immediate action. An emergency situation shall be declared by the CO, or designee.
.
The Joint Commission (TJC): A national organization dedicated to improving the care, safety, and treatment of patients in health care facilities.
Medical Center Director: The person with final responsibility for the mission of the Medical Center.
Performance Work Statement (PWS): A document that describes accurately the technical requirement for services including the standard used to determine whether the requirements have been met.
Procedures Manual: A contractor's written document describing in detail the methods normally used to accomplish tasks required by the contract, proper operation of equipment, and normal safety precautions.
Quality Assurance: Those actions taken by the government to check goods or services to determine that they meet the requirements of the PWS.
Quality Control: Those actions taken by a Contractor to control the production of goods or services so that they shall meet the requirements of the PWS.
Sanitary: In a clean state, protected from contamination of pathologic organisms.
Satisfactory Performance: Within limits of the AQL; adherence to the requirements of PWS.
Standard: A government acknowledged measure of comparison.
Start Date: The date work under the contract is scheduled to begin.
Quality Assurance Surveillance Plan: An organized written document used for monitoring contract performance and defining performance standard expectations, also known as a QASP. (See Section D of contract)
Department of Veterans Affairs (VA): The government agency requiring services under the terms of the Contract.
--- End of SOW ---


The purchase order period of performance is 120 Days from the contract award date.

Places of Performance
Address:
VA Iliana Healthcare System 1900 East Main Street
Danville Illinois
Address:
Decatur CBOC
796 Sunnyside Road
Decatur Illinois
Postal Code:
61832
Postal Code:
62523
Country:
UNITED STATES
Country:
UNITED STATES

Award shall be made to the quoter whose quotation offers the lowest-priced offer meeting or exceeding the acceptability standards for non-cost factors. The government will evaluate information based on the following evaluation criteria:
The following Evaluation Factors will be used as the basis for determining Technical Acceptability:
i. Contractor shall demonstrate relevant experience and qualifications regarding the
Statement of Work Requirements.
ii. Contractor shall provide a solution that meets or exceeds the following:
1.Grout Topping: Shall be equivalent to Permatect s Channel Changer fortified with Titanium additives.
2.Coating: Shall be equal to Permatect s Propertius Inorganix Protective Barrier and must carry a five (5) year warranty against excessive wear, yellowing, a de-lamination.
iii. Offerors shall provide Information on contracts executed within the past three (3) years
with Federal, State, or local Government agencies, along with private sector customers
which are relevant to the efforts required by this solicitation.
Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance.

When evaluating past performance, the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies and key personnel who have relevant experience that shall perform major or critical aspects of the requirement. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. Areas of relevance include experience with Satellite Television services in a healthcare setting. A minimum of three (3) references shall be submitted with your offer however, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably.

Price- The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT2018]
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.211-6 Brand Name or Equal (AUG 1999)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION)
52.212-2 Evaluation-Commercial Items (OCT 2014)


Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [OCT 2018]

The following subparagraphs of FAR 52.212-5 are applicable:
Subparagraphs (b) (4), (14), (22), (25), (27), (28), (30), (33) (i), (42), (49), (55)
Subparagraph (c) (2), (3), (8), (9)

Other applicable clauses:
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (MAY 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)

Wage Determination 2015-5021 shall apply for the VA Iliana location.
Wage Determination 2015-5023 shall apply for the Decatur CBOC Location.

All quoters shall submit the following: one (1) copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote.

All quotations shall be sent to the Contracting Officer via email to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov .

This is an open-market Total Small Business Set Aside combined synopsis/solicitation for Tile and Grout Restoration Services as defined herein. The government intends to award a purchase order 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 4PM Friday February 15,2019 by the methods stated above. 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 Kevin Adkins at kevin.adkins@va.gov.

Point of Contact
Kevin Adkins Contracting Officer
217-554-4544 Office
217-554-3206 Fax
kevin.adkins@va.gov

Kevin Adkins
Contract Specialist
217-554-4544

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP