SOLICITATION NOTICE
J -- Install Water Drain in Shower
- Notice Date
- 2/21/2020 3:56:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0436
- Response Due
- 3/2/2020 8:59:59 PM
- Archive Date
- 04/01/2020
- Point of Contact
- Jesus MorenoContract Specialist
- E-Mail Address
-
jesus.moreno2@va.gov
(jesus.moreno2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1 COMBINED SYNOPSIS/SOLICITATION NOTICE 36C26220Q0436 Responses are due by11:00am (PST), March 2, 2020 COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. Acquisition of Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-02, dated 12-23-2019. Solicitation 36C26219Q0436 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued as a set-aside Service-Disabled Veteran Owned Small Business (SDVOSB), NAICS Code is 338220 Plumbing, Heating, and Air-Conditioning Contractors and the Small Business Administration s (SBA) size standard $15 Million. The Government is seeking a vendor who can provide Install (3/8 high, 18 wide and 8 long) shower dam per drawings on shower floor area to help prevent water from flowing into patient bedroom at the VA Loma Linda Healthcare System. (See statement of work /cost schedule). Place of Performance: VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357. Period of Performance: Within (10) days of receipt of Purchase Order. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. This procurement is being conducted pursuant to FAR Part 13 procedures. In accordance with provision 52.212-2, the Government intends to award a contract resulting from this solicitation to the responsible offeror who offers the lowest price, whose price is found to be reasonable, and whose proposal does not take exception with any of the requirements for this procurement specified in the solicitation. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the name, address, telephone number of the offeror, firm s DUNS#, and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Submit all question(s) to: jesus.moreno2@va.gov Ensure to reference solicitation # 36C26219Q0436 within subject line of the email. Quotes must be received by March 2, 2020, 1100 am (PST). Email quotes to: jesus.moreno2@va.gov. Ensure to reference solicitation # 36C26219Q0436 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. All questions or concerns can be address to Jesus Moreno at jesus.moreno2@va.gov. Description/Specifications/work Statement and Requirements. OBJECTIVE SCOPE OF WORK General Requirement: Provide all labor, materials, tools, and services for installation of a water dam on floor of shower area in the CLC for the VA Loma Linda Healthcare System, California. Project Scope: Install (3/8 high, 18 wide and 8 long) shower dam per drawing on shower floor area to help prevent water from flowing into patient bedroom. SPECIFIC REQUIREMENTS General Construction services: The contractor shall furnish all materials, equipment, supervision, and personnel necessary to accomplish the project as indicated on the attached contractual documents. The project will involve but not be limited to trades required for: a. Flooring: Contractor to prep the existing floor to receive the new dam. A strict dust control program must be implemented, inspected, and approved prior to the start of installation. Contractor to install new dam on shower floor area as outlined by drawing. Dam material shall match existing material and color (Dur-a-flex, Hybri-flex EQ). The new dam shall seal properly and provide a water proof seal between the new dam and the existing flooring. Security Management: All employees of the general contractor and subcontractors shall comply with the VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Commencement of Work Prior to commencing work, the general contractor shall: Provide proof that an OSHA certified competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. Shall conduct a site walk with the VA COR and VA Interior Designer. Shall establish and maintain a fire protection program in accordance with 29 CFR 1926. Shall implement and maintain a dust control program; to include the use of containment, a negative air machine, and manometer. Provide all documentation per Specifications and validated by the submittal registry to the COR prior to work. CONSTRUCTION COST Per contracted amount, See Contract documents. ENVIRONMENTAL/OCCUPATIONAL SAFETY AND HEALTH (EOSH) EXPECTATION: All General Contractor submissions for project shall contain language that addresses all applicable EOSH requirements. Specifications The VA Master Construction Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements. Whenever possible, the Master Construction Specifications must be used as the basis for project designs. A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov. Master Construction Specifications include, but are not limited to, the following: SECTION 01 00 00 General Requirements SECTION 01 57 19 Temporary Environmental Controls SECTION 01 74 19 Construction Waste Management SECTION 09 29 00 Gypsum Board SECTION 09 68 00 Carpeting SECTION 09 72 16 Vinyl-coated fabric wall covering SECTION 09 84 33 Sound absorbing wall units SECTION 09 91 00 - Painting SITE SURVEY EXPECTATION: Contractor will make site visits as necessary to survey existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. NOTE: Information including drawings and other documentation provided to the general contractor is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov. AutoCAD background drawings will be provided by the VA upon request. The general contractor shall field verify all dimensions. Coordinate site visits with the COR. REFERENCES Pertinent VA Criteria which can be downloaded from the Internet at http://www.cfm.va.gov/TIL including but not limited to: I. VA Master Construction Specifications VA Construction Standards VA Seismic Design Handbook VA Space Planning Criteria VA Design Manuals VA CADD Standards NFPA 101, Life Safety Code NFPA 70, National Electric Code NFPA 99, Health Care Facilities NFPA 12, Installation of Sprinkler Systems Accessibility Standards (ADAAG, ABAAS, Barrier Free Design Guide) AIA Guidelines for Construction and Equipment of Hospital and Medical Facilities International Building Codes LLVAMC INTERIOR FINISHES STANDARDS CONTRACT DURATION a. Construction Contract Duration shall be 7 calendar days. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dd3210a67c614a0a9bd2030ab52e2244/view)
- Place of Performance
- Address: VA Loma Linda Healthcare System;11201 Benton St;Loma Linda;CA 92357, USA
- Zip Code: 92357
- Country: USA
- Record
- SN05568261-F 20200223/200221231655 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |