The RFP Database
New business relationships start here

Tile & Grout Restoration Services for TVHS


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

This is a Request for Information Only; it is not a request for quotations or offers. This procurement requirement is to determine whether any small business can provide can provide these services listed below:

Network-9 Contracting Office on the behalf of the Tennessee Valley Healthcare Systems, Nashville and Murfreesboro, Tennessee, has developed this Request for Information (RFI)/Sources Sought Notice to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. This RFI is to determine the availability of Small Business (preferably Service-Disabled and/or Veteran-Owned Owned) entities within the Nashville and Murfreesboro area.

THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication that Network-9 Contracting Office (NCO-9) will contract for the items contained in the RFI / Sources Sought Notice. This RFI/Sources Sought Notice is part of a Government market research effort to determine the scope of industry capabilities and interest, in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e), response to this RFI / Sources Sought Notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI / Sources Sought Notice are strictly voluntary and are consider as information only. The Government will not pay respondents for information provided in response to this RFI / Sources Sought Notice. Responses to this RFI / Sources Sought Notice will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI / Sources Sought Notice do not restrict the Government s acquisition on a future solicitation.

Network-9 Contracting Office (NCO-9) and Tennessee Valley Healthcare System are conducting market research for a Contractor for Service Contract on tile and grout restoration services, located at the Tennessee Valley Healthcare Systems, Nashville Campus 130 24th Avenue South, TN 37212 and Alvin C. York Campus 3400 Lebanon Pike, TN 37129. Please review the draft Statement of Work (SOW) provided below before responding to the market research questions as the Government desires that respondents offer their experience and recommendations on the following questions and issues related to this requirement. When addressing these items, respondents should consider the size and scope of the requirement described herein.


TILE & GROUT RESTORATION SERVICES
STATEMENT OF WORK


GENERAL:

The Contractor shall provide all labor, materials, equipment, transportation and supervision to provide initial and ongoing services for restroom tile and grout restoration in a number of areas at the VA Tennessee Valley Healthcare System (TVHS) and affiliated facilities and ensure continued use of SaniGLAZE products.

2. BACKGROUND:

TVHS is an integrated healthcare system comprised of two Medical Centers: the Alvin C. York Campus in Murfreesboro, TN, and the Nashville Campus in Nashville, TN, andB many community based outpatient clinics located in Tennessee and Kentucky.

TVHS provides ambulatory care, primary care, and secondary care in acute medicine and surgery, specialized tertiary care, transplant services, spinal cord injury, outpatient care, and a full range of extended care and mental health services.B The Nashville Campus is the only VA facility that supports all solid organ transplant programs, including total in-house kidney and bone marrow transplants. The Alvin C. York Campus is a network referral center for mental health services, geriatrics, and extended care. TVHS provides a full range of specialized medical services.
PLACES OF PERFORMANCE:


a.
Alvin C. York VA Medical Center
3400 Lebanon Pike
Murfreesboro, TN 37129
b.
Nashville Campus
1310 24th Avenue South
Nashville, TN 37212


3. PERIOD OF PERFORMANCE: Base year May 1, 2019 thru September 30, 2019, with four option years.

Base Year:
5/1/2019 09/30/2019
1st Option Period
10/1/2019 09/30/2020
2nd Option Period
10/1/2020 09/30/2021
3rd Option Period
10/1/2021 09/30/2022
4th Option Period
10/1/2022 09/30/2023


4. SCHDULE OF SERVICES: Contractor shall provide all services affiliated with tile and grout restoration and maintenance on an as needed basis. Ongoing services shall be based upon initial date of the restoration services and the volume of traffic in each area.

5. WARRANTY: Contractor shall provide a warranty on the integrity of the completed process and procedure. Contractor shall warrant the appearance, tile and grout surfaces based on the recommended maintenance.

6. SCOPE OF WORK (RESTORATION SERVICES): Contractor shall restore all requested tile and grout areas within TVHS; to include both floors and tiled walls 6 inches from the floor. The restoration/application/cleaning of the tile and grout areas shall provide the facility with tile and grout that shall look refreshed and be maintainable with Green products. This shall be done with an initial restoration where the tile and grout surfaces are taken back to the original condition and then coated with approved products. Contractor shall remove embedded soils, urine stains, mineral deposits and rust without damaging tile. After the initial restoration, an ongoing maintenance program shall be specified (if necessary) to maintain the appearance of the tile and protect the integrity of the application. The initial restoration requirement may be waived by the Contracting Officer s Representative (COR) based on the condition of the surfaces in a given location.

All existing finishes are SaniGLAZE. The Contractor shall ensure that all finishes applied during this contract continue to be SaniGLAZE products. Non-SaniGLAZE product application will not be accepted.

A waterborne tile surface that includes a moisture, grease and chemical barrier shall be applied to the entire tile surface to provide impermeable moisture seal over the entire treated area. This shield shall have a High luster appearance when it is dried. This product shall be oil and water repellent as well as resistant to urine, disinfectants, bleach, acid bowl cleaner, high pH cleaners, and other chemicals typically used in cleaning restrooms and other tile and grout areas. The application process must include a chemical adhesion mechanism/process. This compound must be able to recoat itself when maintenance needs arise. The compound must be slip-resistant and produce a Static Coefficient of Friction or at least .81 dry and .67 wet when tested with the ASTM Test Method C1028-96.

The Contractor shall offer maintenance and warranty service or equivalent. This service shall be capable of removing any surface soil and contaminants and bring the tiled area back to the same like new" appearance as affected by the restoration. The COR (or designee) and the Contractor shall document a walk through to determine areas that shall need continued maintenance. The frequency of the walk-through shall be determined by the COR.

All restorations shall be reviewed and approved by the COR prior to application. All products shall be reviewed and approved by the COR prior to use.

Contractor shall specify cost of restoration and maintenance by square foot.

7. WORK REQUIREMENTS:

1. Site Preparation

A. Remove all existing surface polymer based coatings and/or seals with either
Polymer Remover, Eradicate, Striptastic, Seal Remover, or equivalent and agitate the tiled area to ensure loosening and emulsification of such matter. All emulsified detritus to be removed by suction. A free rinsing neutralizer shall be applied to ensure that all surface contaminants have been removed and the tile and grout surface is tested using the hydrion method at a pH level which shall not neutralize chemicals used in the sealing and finishing process. The residue of the solution shall be removed by suction.

2. Moisture Sealing and Finishing

A. The tiled area shall be mechanically scrubbed utilizing Contaminant Remover or equivalent to remove any remaining embedded contaminants from tile and grout surfaces. The scrubbing residue shall be removed by suction and a clean water flood rinse applied. The rinse solution shall be removed by suction and pH level buffered and tested with the hydrion method so as not to neutralize chemicals used in the grout prep process.

3. Grout Preparation Procedure

A. A grout preparation gel shall be applied to the entire surface of the tiled area.

B. Grout lines shall be chemically etched and cleaned using Tile & Grout Prep or equivalent that is specifically targeted to leave a grout surface conducive to micro anchor bonding with High Build Glazing Compound or equivalent.

C. The grout preparation gel shall be a maximum strength, non-fuming product comprised of organic and inorganic chelating, scale removing compounds, suspending agents, penetrating detergents, water-soluble solvent compounds, viscosity control agents, and odor suppressants.

D. It shall remove embedded soils, dissolve micro-scale and mineral deposits, neutralize iron, rust, and mineral and urine stains without attacking the substrate or excessively dissolving cementations grout or mortar joints, or having a deleterious effect on metal, fiberglass, porcelain, or ceramic fixtures.

E. The grout preparation gel shall promote maximum contacting time and applicator control of the process, and reduce contact hazards to a minimum.

F. The grout preparation gel shall leave no residue, chalk, or grit when properly rinsed.

G. The grout preparation gel shall possess a minimum shelf life of one year.

H. A clear water flood rinse shall be applied to the tiled area and the residue removed by suction.

I. Surface Rejuvenator or equivalent shall be applied to the entire tiled area after the grout preparation gel has been removed. It shall neutralize all traces of previously applied chemicals. The rinsate shall be removed by suction and the tiled area is to be completely dried by means of a mechanically generated air flow.

J. Any missing grout shall be replaced with High Build Dry Solids Grout Replacement System or equivalent. This material shall be non-porous and have bonding properties equal to or better than original grout. It shall be of proper viscosity as to seek and fill all substrate voids by gravity and level to the original grout surface level.

4. Grout Glazing

A. A waterborne moisture impermeable grout glazing compound shall be applied to the existing grout between the tiles and leveled to the surface depth of the pretreated grout. This compound shall be available in varying colors and be capable of matching the existing grout and must not remain on any tile surface. This compound must bond with the grout and be cured to form an impermeable barrier to moisture. This compound shall be High Build Glazing Compound or equivalent, in combination with Dry Solids to prevent shrinkage and pitting during the curing process.

B. High Build Glazing Compound and Dry Solids or equivalent shall be used for restoring grout lines greater than 62.5 mils deep. It shall be formulated to function synergistically with other equivalent products. It shall be of sufficient nonvolatile volume as to actually rebuild rather than simply stain grout. It shall also be of sufficient internal chemical cross-linking to create a cohesive, wear resistant surface and shall have a warranty of a minimum of two years.

C. Glazing Compound or equivalent shall be used for restoring grout lines less than 62.5 mils deep. It shall be identical to High Build Glazing Compound except for a lower nonvolatile volume which makes it suitable for shallow grout lines.

5. Sealing Porous Tile

A waterborne tile surface moisture and grease barrier, Matte Finish or equivalent, shall be applied to the entire tile surface to provide impermeable moisture seal over the entire treated area. This shield shall have an invisible appearance when it is dried. This product shall be an oil and water repellent compound with sufficient particle size of the emulsion and surfactant package to allow deep penetration of porous tile substrates, and must have an adhesion mechanism, which is both mechanical and chemical. This compound must be able to recoat itself when maintenance needs arise. The compound must be slip resistant and produce a Static Coefficient of Friction or at least .81 dry and .67 wet when tested with the ASTM Test Method C1028-96.

Contractor will strip off all old finishes and apply to the floors SaniMAXC, ChromaGlaze(+),or VariGlaze(+) in selected color of choice, to be consistent with the interior design scheme of the facility. A multi-step process utilizing proprietary chemicals and compounds that removes embedded contaminants and surface soils from ceramic tile and grout surfaces; and installs a durable, chemical and urine resistant, opaque tinted Xolite-based coating over the entire tile and grout surface. Next synthetic chips are spread evenly over the surface while the coating is uncured. After the coating has cured the loose chips are removed and a second coat of chemical and urine resistant, clear Xolite-based coating is applied over the entire tile and grout surface to encapsulate the chips and provide and additional layer of protection. Next a final application of a high-performance urethane-based coating is applied over the entire surface.

6. Non-Porous Tile

A waterborne tile surface that includes a moisture, grease, and chemical barrier, Super Shield or equivalent, shall be applied to the entire tile surface to provide impermeable moisture seal over the entire treated area. This shield shall have a high luster appearance when it is dried. This product shall be oil and water repellent, as well as resistant to urine, disinfectants, bleach, acid bowl cleaner, high pH cleaners, and other chemicals typically used in cleaning restrooms and other tile and grout areas. The application process must include a chemical adhesion mechanism/process. This compound must be able to recoat itself when maintenance needs arise. The compound must be slip-resistant and produce a Static Coefficient of Friction or at least .75 dry and .57 wet when tested with the ASTM Test Method C1028-96.

7. Downtime

A. All floors must be available for foot traffic within four hours after completion of the work.

8. Scheduling

The contractor shall provide a detailed schedule of work and provide it to the COR and site managers at least 2 weeks out from the date of the restoration. No work may be done without prior approval of the COR.

Please see attached listing of room locations and estimated square footage. This list is not all inclusive and TVHS reserves the right to add or remove locations to this list through the contract period.

9. Support Service

A. The Contractor shall offer Maintenance and Warranty Service or equivalent. This service shall be capable of removing any surface soil and contaminants and bring the tiled area back to the same like new" appearance as affected by the restoration. The COR and Contractor shall conduct a walk through to determine areas that require maintenance. The walk-throughs shall be conducted monthly or at a frequency determined by the COR.

10. CONTRACTOR REQUIRMENTS: Contractor shall ensure that the handling and final disposal of all products and chemicals is in compliance with the Department of Transportation (DOT), Environmental Protection Agency (EPA), Tennessee Department of Environment and Conservation (TDEC), Food and Drug Administration (FDA), and applicable Federal, State, County and Municipal governmental regulations and codes.

11. TRAINING SERVICES: Contractor will provide continual in-service training to Environmental Services staff so they maintain and protect the tile and grout without causing damage to the Contractor s finish.

12. QUALIFICATIONS: Contractor shall have demonstrated at least three years of experience servicing at least three (3) similar size hospitals by submitting a list of references including telephone numbers, addresses and contact names.

Contractor shall provide a plan to demonstrate that they are capable of providing ongoing requirements and services in the event of Sales and Service disruptions for any reason.

Contractor shall provide a complete background of their company including their full legal name, primary business address, all other office locations (city and state) and history, along with the number of years in business.

Contractor shall have in place and maintain a valid contingency plan to meet the requirements of the contract. Contractor shall incur all cost associated with fulfilling this contingency plan at no additional expense to the Government. Contractor shall be liable for all expenses incurred by the Government due to the contractor s inability to perform in accordance with these requirements.

Contractor shall provide their employees with appropriate protective clothing, equipment and apparel as prescribed by the Occupational Safety & Health Administration (OSHA) and the Department of Labor (DOL). Contractor staff shall be dressed neatly in the appropriate uniform free from visible soil or excessive wrinkling, and wear the VA s identification badge at all times when performing work within TVHS.

Contractor shall be responsible for all damages associated with their application and restoration processes. All tile and grout damaged shall be repaired or replaced by the Contractor at no additional expense to the Government.

Contractor shall provide details of what training that their employees undergo, include frequency and description of each.

13. FEDERAL HOLIDAYS OR WEEKENDS

Unless directed by the Contracting Officer (CO), work at the site(s) shall not take place on Federal holidays or weekends. When a holiday falls on Sunday, the following Monday shall be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by the U.S. Government agencies.

Federal holidays are:
New Year s
Martin Luther King Jr Day
President s Day
Memorial Day
Fourth of July
Labor Day
Columbus Day
Veteran s Day
Thanksgiving
Christmas

14. INVOICE: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted to VA Electronic Payment System http://www.fsc.va.gov/einvoice.asp.

(1) A properly prepared invoice will contain:
Invoice Number and Date
Contractor s Name and Address
Accurate Purchase Order Number
Dates service performed
Location of service performed and square footage (i.e. building and room numbers)
Broken down between the 2 CLINS (Restoration, maintenance)
Total amount due

(2) A separate invoice will be prepared for each facility.

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