DOCUMENT
N -- Repair/ Replacement of Carpet in bldg. 5 second floor - Attachment
- Notice Date
- 7/27/2018
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25218Q9684
- Response Due
- 8/21/2018
- Archive Date
- 10/20/2018
- Point of Contact
- Robert Boesen
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PERFORMANCE WORK STATEMENT (PWS) WILLIAM S. MIDDLETON MEMORIAL VETERANS HOSPITAL 2500 Overlook Terrace/ Madison, WI BUILDING 5 FLOORING REPLACEMENT Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide flooring replacement at Building 5 of the William S. Middleton Memorial Veterans Hospital. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform flooring repair and replacement as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Existing carpeted flooring needs to be replaced due to wear, tear and maintenance issues. The project is located at the Madison VA, Building 5, East & West Offices of Second Floor. This is to ensure a safe clean and easy clean flooring for the Staff. 1.3 Objectives: Complete flooring repair and replacement of Building 5, East & West Offices Complete in two (2) phases to allow staff to continue working Scope: Contractor shall provide material and all labor to install approximately 2,400 S.F. of Nora Rubber flooring and base or equal in Building 5, East & West Offices of Second Floor. All color selections of materials to be determined by Interior Designer at the VA facility. The Contractor Shall Accomplish: The service using two phases on installation The process will start with the West side, then complete the East side to allow for staff to keep working. Period of Performance: The period of performance shall be for work completed 30 days after award. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP is to be delivered, with the Contractor s quote. After acceptance of the quality control plan the contractor shall receive the contracting officer s acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:30AM-4:30PM Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at the Wm. S. Middleton Memorial Veterans Hospital 2500 Overlook Terrace, Madison, WI/ Building #5 1.6.6 Type of Contract: The government will award a Firm Fixed Price (FFP) Contract. 1.6.7 Security Requirements: Contractor personnel performing work under this contract must Secure VA Temporary Badge and security clearance for all contractors, scheduled through VAMC PIV Office. Must have a valid identification card and maintain throughout period of performance. 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. The Contractor shall protect from damage all existing improvements and utilities (1) at or near the work site, and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. Special Qualifications: Installer Qualifications: A company specializing in installation with minimum three (3) years experience and employs experienced flooring installers who have retained, and currently hold, an INSTALL Certification, or a certification from a comparable certification program. Installers to be certified by INSTALL or a comparable certification program with the following minimum criterion: a. US Department of Labor approved four (4) year apprenticeship program, 160 hours a year. b. Career long training. c. Manufacturer endorsed training. d. Fundamental journeyman skills certification. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: Contract Manager & Alternate The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:30p.m, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Onsite Supervisor The contractor shall provide an onsite supervisor may be same as Contract Manager for the full duration of the project and he/she must be on site always while work is being performed. Quality Assurance (QA) Personnel Contractor shall provide Quality Assurance (QA) personnel to inspect, test and perform duties consistent with contractor submitted quality assurance program. Contractor s QA shall complete daily reports for submission government project manager as part of the weekly report; this report shall show in detail the subcontractor s work performance on that day. Report shall include any findings by the QA on that day. The contractor(s) QA and superintendent cannot be the same person, unless CO has authorized a specific exception to this requirement. Contractor shall submit all products used, to include Safety Data Sheets (MSDS) to the Government Interior Design Project Manager before all items are brought or installed on projects Sales Support Single Point of Contact: Dealer will designate a specific customer service representative, further referred to as COR and Interior Design Project Manager, to manage the customer service role locally. Manufacturers Representatives: Contractor will identify each manufacturer s representative to answer any questions regarding product and service requests. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the quote. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: CFR Code of Federal Regulations COR Contracting Officer Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide VA staff will to move all the furniture needed for the carpet replacement. 3.3 Utilities: The Government will provide all utilities in the facility will be available for the contractor s use in performance of tasks outlined in this PWS if available and will not interfere with normal working conditions for VA employees. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: Basic Services. The contractor shall provide services for to Provide flooring materials, adhesive or dryfix tape, and base. Remove/legally dispose existing carpet tile wall base. Prep/patch and clean subfloors as per manufactures specs. Installation to be done by a Nora Approved installer or equal, or INSTALL (International Standards & Training Alliance) resilient certified for the specific requirements of the project or equal. Material: Nora, Noraplan or equal, Style: Sentica; color: 6506 Cashmere; Tile size: 24 x 24, Thickness: 0.08 (2.0mm) Composition: Homogeneous, Vulcanized rubber compound with a random scattered design. Warranty: Limited 5-year. Flooring shall be GREENGUARD Gold Certified for Low VOC Emissions, Blue Angel Certified and CA 01350 Compliant or equal. Provide and install vinyl base molding- Johnsonite 4 coil base or equal, Color to be Fawn #80. Legally dispose of excess material waste and packaging materials. Accessories Adhesives: As recommended by flooring manufacturer to suit material and substrate conditions. Execution and handling materials Pre-Installation. Thoroughly inspect all material. Installed flooring found to be defective will not be covered by warranty & labor costs associated with removal & reinstallation will not be reimbursed. Contact your dealer/distributor immediately should a problem be discovered. Do not store flooring on sides or edges prior to installation. Carts must remain flat during acclimation to ensure proper dimensional stability during installation. Areas to receive flooring must be clean, fully-enclosed, well-lit & weather-tight to ensure proper inspection during & after installation. Verify that all material is the same batch & lot number as variations can occur. Mix & install individual pieces from different cartons should the lot numbers vary to minimize the appearance of variations. The responsibility for determining subfloor suitability rests solely with the installer, regardless of qualifications. All subfloor material must be rigid, smooth, flat, level & permanently dry, clean & free of all foreign materials, including, but not limited to, dust, paint, grease, oils, solvents, cutting/parting compounds, sealers and residue from old adhesive unless specifically specified by adhesive manufacturer. The flooring, adhesives, and accessories must be acclimated in the correct environmental conditions for at least 48 hours prior to use. Non-shrinking, water-resistant Portland cementitious compounds are the only recommended patching compounds. Gypsum-based patches & compounds have not been approved by ASTM to accept resilient flooring, thus must be used at your own risk. Due to vast differences in moisture emissions requirements between adhesive manufacturers, moisture test results must not exceed the intended adhesive manufacturer s recommendations. Claims must specify both the moisture test results & the adhesive make & model for consideration Installation Prepare all rules, cutters, adhesives, trowels/spreaders & compass dividers before commencing work. For best appearance, find the center of the floor by marking vertical & horizontal lines across the floors at the center of the walls. Measure the squareness of the marked lines, and then begin to work from the center outwards, leaving a 0.12 expansion gap along the perimeter between the flooring & walls. Follow recommended working times from the adhesive manufacturer, often for porous surfaces, along with all equipment recommendations, such as trowel notch-size. Do not spread more adhesive than can be installed within the recommended working time. Use adhesives recommended by flooring manufacturer to suit material and substrate conditions. All labor is to be furnished by the contractor and must be appropriately estimated. The installation contractor is required to verify conditions to ensure proper installation hardware and tools/machinery are provided for installation. The contractor is to maintain a clean job site during work hours and properly store materials and supplies at the end of each work day. All dust and debris must be cleaned by the contractor- this includes vacuuming and damp mopping when necessary. Immediately after installation and adjustment, clean all surfaces to remove marks, soil, and foreign matter. At project completion, recheck all components and perform all required additional cleaning. Cleaning equipment and supplies will be the responsibility of the contractor and will not be provided by the Madison VA Hospital. All packaging and waste is to be recycled and/or legally disposed of. Contractor is required to provide own waste and cardboard dumpsters and shall not be permitted to use any waste disposal site on the Madison VA Hospital. Final Inspection & Acceptance The Contracting Office Representative (COR) and/or Interior Designer will be required to do a post-installation inspection upon project completion. The vendor s COR is to be present to conduct the final inspection. The COR will photograph and document all damaged, deficient, defective or miss-ordered/shipped products at the job site and submit them to the manufacturer for repair or replacement. Upon punch-list completion, COR is to submit to the VA Interior Designers a remediation plan to correct deficiencies within two (2) working days Contractor will correct deficiencies and punch list items within ten (10) business days after identification, unless deficiency requires fabrication of replacement materials in which the time allowance will be increased to thirty (30) calendar days for non-readily available or stock items. COR and/or Interior Designer shall prepare and provide inventory spreadsheet outlining excess or unused line items during installation and deliver those items to the main campus storage warehouse at the Phoenix VA Health Care System Upon completion of installation and all corrected deficiencies, a receiver will be completed and the contractor s payment will be authorized. Contract Submittal and Code Requirements This project includes but is not limited to the following work elements; All labor, equipment, materials and incidentals shall be furnished by the contractor. No alterations, additions or deletions shall be made unless prior written approval is given by the Contracting Officer (CO). The contractor shall thoroughly review the request for constructability and advise of possible problem areas prior to submitting a price quote. Under no circumstances is the contractor to begin any work on the project until the federal government provides a contracting officer signed Notice to Proceed is issued through the contracting office. All work must be in accordance with the most current Healthcare and VA Specifications procedures unless expressed written permission is received from the Contracting Officer Representative for approval of an exemption. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. Smoking Policy: The Contractor shall not allow smoking in any building. Smoking is only permitted in designated outdoor areas, 25 feet away from buildings. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING Attachment/Technical Exhibit List: Attachment 1/Technical Exhibit 1 QASP Attachment 2/Technical Exhibit 3 Salient Characteristics Nora Attachment 3/Technical Exhibit 3 - Deliverables Attachment 4/Technical Exhibit 4 Work Area Diagram
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9684/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q9684 36C25218Q9684_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4510450&FileName=36C25218Q9684-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4510450&FileName=36C25218Q9684-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: WILLIAM S. MIDDLETON MEMORIAL VETERANS HOSPITAL;2500 Overlook Terrace, Building 5;Madison Wisconsion
- Zip Code: 53705
- Record
- SN05010880-W 20180729/180727231100-b64479219b762b7bb1e279f1d4792d82 (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 |