DOCUMENT
Z -- Replacement of Ceiling Grids Canteen and Nutrition & Food Service Dept - Attachment
- Notice Date
- 5/18/2012
- Notice Type
- Attachment
- NAICS
- 423390
— Other Construction Material Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Solicitation Number
- VA25612R0997
- Response Due
- 5/31/2012
- Archive Date
- 6/5/2012
- Point of Contact
- Wanda W. Thomas
- E-Mail Address
-
Contracting Officer
(wanda.thomas2@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description 1.Product Service Code: 2. NAICS Code: 423390; PSC (Z1FD) 3. Solicitation Number: VA256-12-R-0997 Notice Type: Combined Synopsis/ Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined 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 will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 7. This action is being set aside for Small business STATEMENT OF WORK 1. General 1.1 The purpose of this solicitation is to hire a contractor to replace the ceiling grid and ceiling tiles in the 10,422 sq. ft. kitchen area (rm. Number BC250) and the 1512 sq. ft. kitchen area of the Canteen (rm. Number 1A660) for the Department of Veterans Affairs (VA), Michael E. DeBakey Veterans Affairs Medical Center, Houston, TX. 1.2 The square footages listed above is for the floor and might be slightly more than the actual ceiling. For the purpose of a fair quantity for all competitors to bid with these are good numbers. 1.3 Contracting Officer Representative (COR) will be assigned to this project by the Contracting Officer. The COR is responsible for contract administration issues. A letter of delegation that outlines the COR's specific responsibilities will be provided to the contractor and COR at the time of contract award. As soon as possible after notification of contract award, the contractor shall meet with the COR to ensure mutual understanding of facility requirements related to the demolition and construction of the ceiling. 1.4 Prior to beginning the project the contractor must attend safety training from a trainer approved through our Safety Officer, and receive training in building a dust containment system designed to contain airborne particles within a designated area. 1.5 The work can only be done during off hours that will be determined by the Canteen and Food & Nutrition care lines. Only designated portions of the ceiling area will be available for work at any particular time and must have a containment area built around it. The portion of the ceiling being worked on must have a containment wall in place every day before work begins and the work area must be cleaned every day before the containment wall is taken down. 1.6 The contractor will be responsible for the removal and disposal of the old ceiling tiles and grid, along with all other trash associated with the project. 2. Material 2.1 Ceiling tiles. This product or one of equal quality is required.. MANUFACTURER National Gypsum Company 2001 Rexford Road Charlotte, NC 28211 (704) 365-7300 Technical Information: 1-800-NATIONAL (1-800-628-4662) Fax: 1-800-FAX NGC1 (1-800-329-6421) Internet Home Page: nationalgypsum.com nationalgypsum.com/espanol 09 29 00/NGC BuyLine: 1100 º. DESCRIPTION Gridstone BRAND prefinished ceiling panels have a noncombustible, Fire-Shield G gypsum core. The 2-mil. white, stipple-textured vinyl laminate combines high light reflectance with easy cleanability. APPLICATIONS Gridstone panels are ideal for interior and unexposed exterior ceiling applications such as soffits, parking garages, kitchens and baths. Gridstone panels are accepted by the USDA for use in food service and food processing areas. ADVANTAGES o Quick, dry installation. Gridstone Ceiling Panels install easily in standard exposed grid systems. o Fire-resistant. A noncombustible gypsum core assures fire safety with 1 1/2- and 2-hour fire rating achievable depending on installation. o Pre-decorated. The sturdy white vinyl laminate eliminates additional finishing. o The product shall be maintained at a temperature between 60 º and 104 º Fahrenheit (16 º - 40 º Centigrade) and not exceed 90% relative humidity prior to, during and after installation. LIMITATIONS o Do not install panels in areas exposed to extreme or continuous moisture. o For exterior application, protect grid panels from direct exposure to weather, water and continuous high humidity. Under no circumstances should water be in contact with the back of the panels. o Can support 1.6 #/sq. ft. of insulation. o Overlaid insulation may cause excessive panel deflection and is not recommended where high humidity is likely to occur. o Extreme lighting conditions may distort texture appearance. o The use of strong organic solvents (such as ketones), harsh abrasive cleansers or steel wool are not recommended. These materials may cause dulling, discoloration, softening and other permanent damage to the vinyl surface. FINISH 2 mil. white stipple vinyl laminate APPLICABLE STANDARDS ASTM C 1396, Type X ASTM E 1264, Type XX, Patterns E, G ASTM C 960 Type X Class l USDA Acceptance: Gridstone panels are accepted by the USDA for use in food service and food processing areas. º. TECHNICAL DATA SURFACE BURNING CHARACTERISTICS ASTM E 84 Flame Spread: 5 Smoke Developed: 0 SOUND ATTENUATION (ASTM E 1414 Test Method) Ceiling Attenuation Class (CAC)-46 dB NGC Report #6098001 LIGHT REFLECTANCE LR 1 (75% or greater) WEIGHT 2.18 lbs/SF º. INSTALLATION APPLICABLE STANDARDS AND REFERENCES National Gypsum Co. Gypsum Construction Guide Gridstone ceiling panels are designed to be mounted in standard 15/16" exposed tee grid systems or environmental type grids for severe conditions, with grids either 2' by 2' or 2' by 4'. Grid installation should be conducted according to manufacturer's specification. Each panel must be supported on all four (4) edges. Cross ventilation must be provided in unheated or enclosed space above ceiling panels. RECOMMENDATIONS General: Install panels in lay-in suspension systems with edges concealed by flanges of suspension members. Cut panels to fit tightly at borders and penetrations so that cut edges are concealed by trim pieces and escutcheons. Submittal Approvals: (Stamps or Signatures) GRIDSTONE ® BRAND GYPSUM CEILING PANELS 0 9 2 9 0 0 FIRE RATINGS BY TYPE & SIZE (ASTM E 119) Type Size Design Rating 1/2" (12.7 mm) 2' X 2' (Actual size: 23 3/4" x 23 3/4") UL G222 2 hr. Fire-Shield G (610 mm x 610 mm) FM FC 299 1/2" (12.7 mm) 2' X 4' (Actual size: 23 3/4" x 47 3/4") UL G259 1 1/2 hr. Fire-Shield G (610 mm x 1219 mm) FM FC 300 (Continued next page) 110617 Rev. 04/07 Cleaning: Common dirt and stains on the vinyl surface can be removed with mild soap or detergent in lukewarm water. Use a light scrubbing action with a cloth, sponge or soft brush. If the suitability of any cleaning agent is unknown, check its effect on the Gridstone panel surface in a hidden area or on a scrap piece before attempting to remove a field stain. NOTE: Vinyl laminate on face of 2' x 2' Gridstone panel is directional. Install with all factory edges parallel (same direction). DECORATION Gridstone Gypsum Ceiling Panels are factory-finished decorative products which do not require painting. However, if desired, Gridstone can be painted with the following products: 1. Two coats of an alkyd or latex enamel. 2. Oil primer with finish coat of oil or latex paint. 3. Two coats of latex paint. 2.2 Ceiling Grid This product or one of equal quality is required. DXLA DONN Brand DXLA Suspension System/ECLIPSE FIRECODE Formulation Panels with CLIMAPLUS Performance Features and Benefits Applications Profile o 15/16_ exposed, fire-rated, hotdipped galvanized steel body with aluminum cap inhibits red rust. o Maximum economy and design simplicity with UL designs (up to 2 hours). o Suitable for use in food processing areas and meets USDA/FSIS requirements. o Cross tees with override ends resist twisting and give a professionally finished look with no exposed steel edges. o Meets or exceeds all national code requirements, including seismic. o Patented QUICK-RELEASE cross tees are easy to remove without tools and help decrease renovation costs. o Available in Flat White and Silver Satin. o Lifetime limited warranty when used with USG ceiling panels provides peace of mind. o Fire-rated; food processing areas. o System meets or exceeds UL load compliance specifications per ASTM C635. 15/16 15/__ DONN ® Brand Suspension Systems C O M P LI A N T L O A D 15/16_ Tee System Main Tee Intermediate Duty 12_ 1-1/2_ DXLA24 0-4 A-C Flat White 12 lbs./LF 6.1 lbs./LF Silver Satin Custom Heavy Duty 12_ 1-1/2_ DXLA26 0-4 A-F Flat White 16 lbs./LF 7.3 lbs./LF Custom Cross Tee 1_ 2_ 1_ DXLA216 0-4 A-F Flat White Silver Satin Custom Cross Tee 1-1/2_ 4_ 1-1/2_ DXLA424 0-4 A-F Flat White Silver Satin Custom Length Item No. Color Molding5,6 Wall Angle 10_ MC11A25 Flat White for DXLA7 12_ M7Z Flat White Silver Satin Custom Non-Rated 12_ M7A Flat White Wall Angle Seismic Zones UL Classified-Rated Load1,2,3 ASTM Class Length Height Item No.4 Class UBC IBC Color 4_ Hanger 5_ Hanger Spacing Spacing DXLA DONN ® Brand Suspension Systems Exposed 15/16_ Face Fire-Rated With Aluminum Cap Color Contact your Customer Service representative for color requests. Material Fire-rated, double-web, hot-dipped galvanized steel body and aluminum cap. Recycled content 25%. For details, see the Sustainability selector. Installation Must be installed in compliance with ASTM C636, CISCA, and standard industry practices. Limitations Severe Environmental Requirements: For panels in exposed grids in fire-rated and/or high-humidity applications, use ZXLA suspension systems. For exterior applications, suspension should be reviewed by a structural engineer. ICBO Evaluation Report Compliance See ICBO Evaluation Service, Inc., Evaluation Report No. 2244 for allowable values and/or conditions of use concerning material presented in this document, as it is subject to re-examination, revision and possible cancellation. L.A. Research Report Compliance DONN brand suspension systems manufactured by USG Interiors, Inc., have been reviewed and are approved by listing in one or more of the following L.A. Research Report numbers: 22179, 23451, 24095. ASTM C635 Standard for Load Compliance This system meets or exceeds UL load compliance specifications per ASTM C635. Main tees will not deflect more than 1/8_ over a 48_ span (or L/360) in Light Duty, Intermediate Duty or Heavy Duty categories. Footnotes 1. Hanger wire spacing and locations must be per the UL design. 2. Load test data shows uniform load in lbs./LF based on simple span tests in accordance with ASTM C635 deflection limit on L/360. 3. For detailing and module loading, request AC269QRC. 4. Some products are available in metric. Call Customer Service for details. 5. Channel moldings also acceptable in some UL designs. 6. For more information on moldings, see Perimeter Interface selector. 7. Panels must be field-cut to size at the perimeter. For Shadowline detail, field-cut edge must be at least as wide as the factory cut. Manufactured by USG Interiors, Inc. 125 South Franklin Street Chicago, IL 60606 Safety First! Follow good safety and industrial hygiene practices during handling and installation of all products and systems. Take necessary precautions and wear the appropriate personal protective equipment as needed. Read material safety data sheets and related literature on products before specification and/ or installation. 8. BID SCHEDULE Michael E. DeBakey VA Medical Center 2002 Holcombe Blvd. Houston, Texas 77030 Price Schedule for Ceiling Grids Furnish all personnel, supervision, and other services necessary to perform the work, as specified in the Statement of Work and in accordance with the terms and conditions of this contract, for the Base Period of May 25, 2012 thru September 30, 2012. BASE PERIOD: May 25, 2012 thru September 30, 2012 PERIOD OF SERVICE BASE PERIOD: QUANTITYUNITUNIT PRICETOTAL PRICE BC250 (Nutrition and Food Service Kitchen) Job 1A660 (Canteen Kitchen) Job Subtotal Note: Work is less than 180 days ONLY a flash badge is required. Sign:_______________________________________________ Owner 9. Scope of Work: CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, PARTS, EQUIPMENT, TOOLS, TRAVEL, AND SUPERVISISON TO INSTALL NEW FIRE EXTINGUISHERS AND DISPOSE OF OLD ONE FOR THE MICHAEL E DEBAKEY VAMC, 2002 HOLCOMBE BLVD, HOUSTON, TX 77030-4298. COTR: William Aguilar, COTR phone: 713-794-7593 PROGRESS PAYMENTS SHALL BE MADE UPON COMPLETION OF PHRASES AS AGREE ON BY THE CONTRACT OFFICER AND CONTRACTOR AND SHALL BE PAID, WITH SEVEN BUSINESS DAYS, UPON RECEIPT OF A PROPERLY PREPARED INVOICE. CONTRACT/PURCHASE ORDER IS SUBJECT TO THE AVAILABILITY OF FISCAL YEAR 2012 FUNDS APPROPRIATED BY CONGRESS FOR THE DEPARTMENT OF VETERANS AFFAIRS THROUGH APPROVED BUDGET OR CONTINUING RESOLUTION. In accordance with FAR52.232-18 Availability of Funds The work shall be completed IN ACCORDANCE TO THE SOLICITATION AND STATEMENT OF WORK. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (JAN 1999). FAR 52.212-3 (AUG 2009), Offerors Representatives and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (DEC 2009). FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O. 11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (AUG 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-36 Affirmative Action For Workers with Disabilities (JUN 1998) (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (FEB 2009), FAR 52.225-2 Buy American Act-Certificate (FEB 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (FEB 2009), FAR 52.232-33 Payment of Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.232-18 Availability of Funds (APR 1984) 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (AUG 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting please refer to Solicitation _________________. Point of contact is Wanda W. Thomas at 713-791-1414 ext 7405 or via e-mail: wanda.thomas2@va.gov. Closing date and time for receipt of quote is May 23, 2012. Contractors may fax quotes to (713)794-7869) or mail hard copies to Michael E. DeBakey VA Medical Center, 2002 Holcombe Boulevard, Houston, Texas 77030, Attn: Wanda W. Thomas. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov. A formal notice of changes, if applicable will be issued via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Wanda W. Thomas at 713-791-1414ext7405 or via e-mail: wanda.thomas2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25612R0997/listing.html)
- Document(s)
- Attachment
- File Name: VA256-12-R-0997 VA256-12-R-0997.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=344149&FileName=VA256-12-R-0997-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=344149&FileName=VA256-12-R-0997-000.doc
- File Name: VA256-12-R-0997 COMBO SYN-SOLI DOC CEILING GRIDS_09.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=344150&FileName=VA256-12-R-0997-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=344150&FileName=VA256-12-R-0997-001.DOCX
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-12-R-0997 VA256-12-R-0997.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=344149&FileName=VA256-12-R-0997-000.doc)
- Place of Performance
- Address: Michael E. DeBakey VA Medical Center;2002 Holcombe Blvd.;HOUSTON
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN02752519-W 20120520/120519000534-21db9cff6016264879185a0f08ea2056 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |