Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2015 FBO #4936
DOCUMENT

Z -- Replace front door - Attachment

Notice Date
5/28/2015
 
Notice Type
Attachment
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915Q0506
 
Response Due
6/8/2015
 
Archive Date
7/8/2015
 
Point of Contact
Phon Phasavath
 
E-Mail Address
esboro
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Firm Fixed Priced Contract, Small Business Set-Aside requirement. Only qualified offerors may submit bids. Solicitation VA-249-11-Q-0506 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 332321 and size standard is 500 employees. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov and be capable of providing the removal of the old door and installation of new door and all other details as identified in the attached statement of work. This service is required for the VA Tennessee Valley Healthcare System (TVHS), 3400 Lebanon Pike, Murfreesboro, Tennessee, within VISN 9, in accordance with the terms, conditions, special provisions and schedules herein. In order to be responsive, the firm must offer a quote for the complete removal and installation new door. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, and a completed copy of Clause 52.212-3 Offerors Representations and Certifications- Commercial Items or vendor's ORCA document. NOTE: If claiming SDVOSB, firm must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Quotes must be received on June 5, 2015 at by 4:00 PM CST. Email your quote to phon.phasavath1@va.gov or mail to the following address: Department of Veteran Affairs, Network Contract Activity, VISN 9, ATTN: Phon Phasavath, 1639 Medical Center Parkway, STE 400, Nashville TN, 37129. Applicable provisions apply to this acquisition: 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.233-3 Service of Protest; 52.333-3 Protest After Award; 52.219-6 Notice of Total Small Business Set-Aside; VAAR 852.203-70 Commercial Advertising; 852.232-72 Electronic Submission of Payment Requests; VAAR 852.237-70 Contractor Responsibilities. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK Replacement of the Building 3 Front Entrance Door A.Scope Work covered under this contract consists of furnishing all parts, materials, labor, equipment supervision and transportation to remove and replace the existing front entrance door to Bldg. 3 at TVHS Alvin C. York VA Medical Center, 3400 Lebanon Pike, Murfreesboro Tennessee, 37129. Work to include removal of existing automatic single outswing glass door, door frame, header panel and associated trim to install a new frame and operator for a 2 panel fold out bi-fold door. The installation to include an integrated magnetic lock to tie into the existing security access system, door activation by motion detection during normal business hours and security access will place the door into one way operation with card access from the exterior after normal business hours. B.Qualification This work needs to complete by a professional door contractor with a minimum of 5 years' experience. C.Equipment All equipment, tools and materials shall be properly maintained and secure while on the project and shall be adequate in quality and capacity for proper execution of the work. The storage of materials, equipment or the establishment of a lay down/break area for contract workers will not be allowed on this project. D.Scheduling The contractor will perform all work during normal work hours Monday through Friday from 8:00 am to 4:30 pm, excluding federal holidays, unless other arrangements are made with the Contracting Officers Representative (COR) to expedite work being performed. All work in the area involved shall be scheduled with the COR. Work shall be scheduled for proper execution to completion of this contract. E.Site Visit A one-time scheduled site visit to verify all existing conditions, dimensions and the extent of the work involved will be on June 2, 2015 at 9:00 AM local time and no other visits will be granted. Interested parties are strongly encouraged to attend the site visit to obtain a better awareness of the work location and present any concerns. All interested contractors must notify the COR David Forcier at 615-456-1135 with their company name and anticipated number of attendees prior June 2, 2015. F.Inspections The COR is responsible for the inspection of the work called for in this job. The COR for this work is David Forcier, phone number 615-456-1135, Bldg. 15, Rm. 1, York Campus. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. All work shall be inspected during installation and at final completion by the COR. G.Safety Regulations All applicable codes and safety regulations shall be observed during all work of this contract. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. H.Submittals Submittals for the doors, door frames and accessories are required. Dimensions of existing work site and new equipment need to be submitted for approval. I. Warranty All work shall be warranted against defects in material and workmanship for a period of one (1) year from date of acceptance unless otherwise noted. J.Delivery and Storage Deliver approved material to the job site and secure only in areas designated by the COR All materials must be protected from damage during storage and installation. Part II A.Door Replacement "The contractor is to remove and properly dispose of the existing door, door frame, operator, header panel, trim, glass and any other items requiring removal or relocation. "The contractor will remove and set aside the existing air curtain for reinstallation. "The contractor will install the new door frame, header panel and operator within the confines of the door opening, aligning the exterior face of the door with the exterior face of the building stone work surrounding the door opening and providing the widest possible door opening for wheelchair accessibility. "The contractor will provide electrical dry contacts and wiring for operation of the existing air curtain and reinstall the air curtain on the new header panel. "The contractor will remove the existing door security access components and connect the new components to the security access system for proper operation and security of the new bi-fold door. " The contractor will provide the door, frame and trim in a dark bronze color and caulk all seams and cracks with a dark bronze flexible water sealing caulk. All gaps between the bi-fold door and frame will be weather stripped. "If this work cannot be accomplished in a single work day, the contractor will be required to install a temporary weather resistant security barrier securing the front entrance to the building. B.Governments Responsibility "The VA will provide an electrician to de-energize the power to the existing door operator being removed and the air curtain; extend the feeder wires and conduit to reach the new door operator and air curtain if needed. "The VA will patch the flooring and ceiling left exposed by the relocation of the door, door operator and door frame. "The VA will patch and paint exposed areas of the walls left exposed from the relocation of the door and door frame. Part III A. General Requirements After scheduling work with the VA/COR, provide the required signage and barricades as required to maintain safety and protection of the work area and around the construction site. Contractor shall coordinate all work through the VA COR. The Contractor's Superintendent shall be on site at all times during the performance of work associated with this contract. The 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. The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified to the contractor. All VA and OSHA safety regulations shall be observed during all work of this contract. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas. A. General Requirements The Contractor will take adequate precautions to protect all adjacent equipment, concrete pads and walkways in the work area from spills, drips, runs and damage from the use of power tools. 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. Contractor may park at the overflow parking lot at the ball field. Parking areas for service vehicles (loading dock behind building 2) are not designated for contractors. They may park only long enough on site, to load and unload supplies. b. Completion Assure all material are removed from the VA site and disposed of in accordance with the appropriate codes and standards. All debris, dust, work materials, trash and equipment shall be cleared and cleaned from the work area and walkways. Request the final inspection from COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0506/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-Q-0506 VA249-15-Q-0506.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2071367&FileName=VA249-15-Q-0506-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2071367&FileName=VA249-15-Q-0506-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03746297-W 20150530/150529040712-1c77bc3b95394dc5e0e6e45d2e5481bc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.