SOLICITATION NOTICE
N -- 36C249-20-AP-3181 - 621-20-4-075-0146 - Replace DOM Flooring-N Ground
- Notice Date
- 9/10/2020 1:12:00 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
- 36C24920Q0362
- 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
- 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 DOM floor replaced. All interested companies shall provide quotations for the following: James H. Quillen Veterans Affairs Medical Center STATEMENT OF WORK DOM Flooring Replacement SCOPE The contractor shall provide all necessary labor, supervision, and supplies to provide on demand timely flooring replacement services in accordance with the terms and conditions of this statement of work at the James H. Quillen Veterans Affairs Medical Center (JHQVAMC), Dogwood Avenue, Mountain Home, Tennessee 37684. Contractor shall completely prepare site for building operations, including removal of existing flooring and wall base, and furnish labor and materials, and perform work for Replace Flooring in Ground Floor Mental Health Suite, Building 160 as required by drawings for building floor plan layout and materials salient characteristics. 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. The C&A requirements do not apply, and a Security Accreditation Package is not required. PERIOD OF PERFORMANCE. Contract Completion Time: 30 days Work will be performed during regular business hours Monday-Friday, 7:45 am to 4:30 pm. All other work that is required to be performed outside of established hours will need to be approved and coordinated with the COR. The service period will commence with the award of the contract and will terminate with the acceptance of the work by the VA. CONTRACTOR RESPONSIBILITIES. 1. Safety: The contractor must adhere to all state and federal traffic safety laws, OSHA, JHQVAMC hospital safety rules, policies, and regulations. 3. Security: The contractor shall ensure all employees process through the screening stations when accessing JHQVAMC property. All contract employees will be escorted by JHQVAMC COR or the appointed escort form Engineering Service while operating on the Mountain Home Station. OSHA 10 certification is required. 4. Competency/Training/License/Qualifications: The contractor shall provide various services. Specifically, the list below is required: Prepare and install per manufacturer specifications. Verify conditions to ensure proper installation hardware and tools/machinery are provided for installation. Ensure all work is completed in a craftsmanship and safe manner. Remove existing carpet and wall base approximately 4,200 square feet of flooring and 1,500 linear feet of wall base. Installation of approximately 4,200 square feet of existing flooring with LVT. Installation of approximately 1,500 linear feet of wall base Maintain a clean job site 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, clean all surfaces to remove marks, soil, and foreign matter. Cleaning equipment and supplies will be the responsibility of the contractor and will not be provided by JHQVAMC. 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. 5. Tobacco: All contractor employees shall not partake of any tobacco products on Station. Smoke, smokeless, e-cigarettes, snuff, and chewing tobacco are not authorized on the Mountain Home Station. Mountain Home Stations is completely a tobacco free zone. HOURS OF OPERATION. The contractor supplies shall be operational 24 hours per day seven days per week, Monday through Sunday including federal holidays. Listed below are the ten national holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 GENERAL INFORMATION. 1. The contractor shall ensure all contract employees follow COVID-19 screening rules. 2. Invoicing Requirements: Invoices shall be itemized to include the information listed below. Incomplete and incorrect invoices shall be returned for correction. (1) Invoice Number (2) Invoice Date (3) Contract Number (4) Purchase Order/Obligation Number (5) Line item from Schedule of Supply associated with each charge (6) Tax payor identification number, TIN (7) Payment terms (8) Remittance address (9) Electronic Funds Transfer (EFT) banking information (10) Details description of supplies delivered by line item Contractor shall submit original invoice with pre-printed company name via Tungsten, Austin, TX. For the Government invoice/billing address information, reference Contract Administration Data section. 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: Tuf Stuf Spartan Woodland; Color: Black Oak WP57051 or equal as approved by COR. Tuf Stuf Spartan Woodland: Heavy commercial luxury vinyl tiles Plank Size: 6 x 36 Overalll Thickness: 3.0mm non-cushioned. Test Results: Wear Layer Thickness: 20 mils (.5 mm) Wear Layer Composition: Virgin PVC wear layer infused with CS TUF STUF Ultimate PerformanceTechnology ASTM F1700 Standard Specification for Solid Vinyl Floor Tile Exceeds Requirements CHEMICAL RESISTANCE Exceeds Requirements No Staining DIMENSIONAL STABILITY Exceeds Requirements Does not change linear dimension more than 0.020 /linear foot FLEXIBILITY Meets Requirements STATIC LOAD LIMIT Exceeds Requirements 1,500 psi at maximum limit SLIP RESISTANCE > 0.6 SCOF Complies with ADA Guidelines ABRASION RESISTANCE 34,000 Cycles until design layer visibly affected CHAIR CASTOR RESISTANCE Phillips Roll Chair 3.5 @ 20,000 cycles SCRATCH RESISTANCE Sim Floor 4.5 out of 5.0 SOUND TRANSMISSION IIC 48 with floor ceiling assembly CA 01350 EMISSIONS TESTING Meets Requirements ANTIBACTERIAL Antimicrobial agent incorporated into the wear layer which effectively inhibits bacterial growth on the flooring surface RECYCLED CONTENT 67% Post-Consumer Recycled Content - 100% Recyclable After Use 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) [all, check only those provisions and clauses that apply, See Note 11] [F][C] 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: DOM 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/35f621fee90943209c07545b1b23c887/view)
- Place of Performance
- Address: James H. Quillen VA Medical Center Mt. Home VA Medical Center Mt. Home, TN 37684
- Record
- SN05793032-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 |