Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

N -- 36C249-20-AP-3112 - 621-20-4-5075-0085 - P244 Suite Flooring Replacement

Notice Date
9/10/2020 1:21:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0422
 
Response Due
9/21/2020 8:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Thomas.Nicholls@va.gov, Thomas Nicholls, Phone: 615.225.3435
 
E-Mail Address
thomas.nicholls@va.gov
(thomas.nicholls@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of Page 1 of Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 Effective 08-13-2020. This solicitation is set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330, with a small business size standard of $16.5 million. The FSC/PSC is N055. The Mt. Home VA Medical Center is seeking to have the P244 floor replaced. All interested companies shall provide quotations for the following: STATEMENT OF WORK (SOW) Suite P244 Floor Replacement STATEMENT OF WORK PART A GENERAL INFORMATION A.1 Introduction Building 160, P244 Primary Care Suite, requires complete flooring replacement. A.2 Background The existing vinyl flooring throughout the P244 Primary Care Suite is damaged beyond repair. A.3 Scope of Contract Contractor shall completely prepare site for building operations, including demolition and removal of existing flooring and wall base, and furnish labor and materials, and perform work for Replace Flooring in P244 Primary Care Suite, Building 160, VA Transaction # 621-20-4-5075-0085 as required by drawings and specifications. Work includes documenting existing conditions, verifying space square footages, removing existing flooring and wall base, preparing substrates, and installing new vinyl flooring and wall base. The area of work is located within an active clinical environment and will require ALL contractor personnel and subcontractors to comply with infection control practices of the James H. Quillen VA Medical Center. A.4 Statement of Bid Items All work shown or specified within the drawings and specifications as follows: The replacement of approximately 3,100 square feet of existing flooring and approximately 1,100 linear feet of existing wall base within the P244 Primary Care Suite, Building 160, Second Floor. A.5 Period of Performance Contract Completion Time: 30 days Work will be performed after business hours Monday-Friday, 5:00 PM to 2:00AM and on weekends 8:00 AM to 5:00 PM. Double shifts may be required to complete scheduled work. All other work that is required to be performed outside of established hours will need to be approved and coordinated with the COR. The Project Period will commence with the award of the Contract and will terminate with the acceptance of the work by the VA. A.6 SALIENT CHARACTERISTICS Product Description and Physical Characteristics Project based on the following wall base: Johnsonite 4 rubber base, Color Fawn 80. Project based on the following LVT materials: Shaw Contract, Terrain 20 0564V; Color: Echo 00766 or equal as approved by COR and Shaw Contract Jeogori, 0215V, Linen 90500 or equal as approved by COR. Shaw Contract, Terrain 20: Heavy commercial luxury vinyl tiles Plank Size: 6 x 48 Nominal Thickness: 1/8 (3.0mm) non-cushioned. Test Results: Wear Layer Thickness: .021 (20 mil) Overall thickness.098 (2.5 mm) Finish: ExoGuard Slip Resistance ASTM D2047: >.65 Static Load ASTM F970: 1500 psi Flexibility ASTM F137: passes Resistance to heat ASTM F1514: passes Resistance to Light ASTM F1515: passes Resistance to Chemicals ASTM F925: passes Radiant Panel ASTM E648: Class 1 NBS Smoke ASTM E662: .65 (wet/dry) Static Load ASTM F970: 750 psi Flexibility ASTM F137: passes Resistance to heat ASTM F1514: passes Resistance to Light ASTM F1515: passes Resistance to Chemicals ASTM F925: passes Radiant Flux ASTM E648: Passes, >.45 watts/cm2, NFPA Class I Smoke Density ASTM E662: Passes, <450 10 year limited commercial wear warranty 10 year limited under bed when installed with Shaw recommended adhesive Shaw 4100 or S150 B.1 Work Requirements Work Will Include Contractor shall completely prepare site for new vinyl flooring and wall base installation including demolition and removal of existing items. Contractor shall furnish labor and materials for VA Transaction # 621-20-4-5075-0085 at the James H. Quillen VA Medical Center, Mountain Home, Tennessee, as required by drawings and specifications. All employees of contractor and subcontractor shall comply with VA security management program and obtain permission of the VA Police, be identified by project and employer, and restricted from unauthorized access. B.2 Installation Prepare and install per manufacturer specifications. All labor is to be furnished by the contractor and must be appropriately estimated. Contractor is required to verify conditions to ensure proper installation hardware and tools/machinery are provided for installation. All work to be completed in a craftsmanship and safe manner. 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 James H. Quillen VA Medical Center. 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 James H. Quillen VA Medical Center campus. Contractor and subcontractors must always have a professional appearance and demeanor. Laborers should be uniformly dressed, displaying either a company logo or company name badge on his or her attire. In addition, each installer will be required to display a Visitor ID badge that will be assigned for the duration of the installation by the JHQVAMC Police Service. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JUNE 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items JUNE 2020 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders AUG 2020 FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70, Commercial Advertising. 852.232-72, Electronic Submission of Payment Requests. 852.246-71, Rejected Goods. 852.270-1, Representatives of Contracting Officers. The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (33) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quotes shall be sent to Thomas Nicholls Thomas.Nicholls@va.gov The following are the decision factors: IAW FAR 15.102-2, Award will be made in the basis of the lowest priced offer. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via email addressed to Thomas Nicholls at Thomas.Nicholls@va.gov, subject line: P244 Floor Replacement. Questions shall be submitted NO LATER THAN September 15, 2020 @ 1500 CST. Quotations shall be received not later than 10:00am CST September 21, 2020. Quotes must be submitted via email to Thomas.Nicholls@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Please reference the following wage determinations applicable to this requirement: 2015-4641 Rev. 11 https://beta.sam.gov/wage-determination/2015-4641/11?index=wd&is_active=true&date_filter_index=0&date_rad_selection=date&wdType=sca&state=TN&county=14780&is_wd_even=false&is_standard=true&prevP=prevPerfNo&page=1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/09872f1469324e6ab3a137906dc4031a/view)
 
Place of Performance
Address: James H. Quillen VA Medical Center Mt. Home VA Medical Center 809 Lamont Way Mt. Home, TN 37684
 
Record
SN05793031-F 20200912/200910230147 (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 |
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.