SOURCES SOUGHT
S -- 36C261-22-AP-1981 | Ancillary Services Contract VA261-15-A-0029 Source Sought
- Notice Date
- 12/30/2021 3:14:16 PM
- Notice Type
- Sources Sought
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26122R0026
- Response Due
- 1/10/2022 3:00:00 PM
- Archive Date
- 01/25/2022
- Point of Contact
- James Postell, Contract Specialist, Phone: 702-791-9000 x18936
- E-Mail Address
-
james.postell@va.gov
(james.postell@va.gov)
- Awardee
- null
- Description
- FF&E Comprehensive Support Services VA Palo Alto Health Care System 12/14/2021 Page 1 of 10 Page 5 of 5 Page 1 of 10 PERFORMANCE WORK STATEMENT (PWS) 1.0 BACKGROUND The Veterans Health Administration (VHA) Palo Alto VA Medical Center/Healthcare System (VAPAHCS) requires Furniture, Fixtures and Equipment (FF&E) support services including furniture installation, moves, minor repairs, inventory management, IT field technician, electrical and data, carpentry, plumbing, commercial painting, flooring installation, activation/deactivation project management, and warehousing support services to supplement existing capacity at all project and facility request levels. 2.0 SCOPE OF WORK 2.1 The contract is to provide a full range of FF&E installation, ancillary construction services and warehouse operations in support of the VAPACHCS. Assembly, installation, and connections of fixtures, furniture, and equipment, and IT hardware Disassembly, disconnection, and removal of fixtures, furniture, and equipment, and IT hardware Relocation of existing FF&E, IT hardware items, and related materials from a location, transport the items to a new location and install/place them according to the direction of the Contracting Officer Representative (COR) or Designated Technical Expert (DTE) Minor repairs and/or modifications to existing furniture as required Ancillary construction services are required such as: interior wall repair and commercial painting, removal and installation of carpet, VCT/LVT, tile, and various commercial flooring products, lighting fixture installation, electrical and data line installation/relocation (low voltage), light carpentry, and minor plumbing Comprehensive Activation and Deactivation project management services Pre-move planning including coordination, drawing review, and quality control checks Inventorying and Warehousing of Veteran Affairs property including comprehensive warehouse facility management and labor Online comprehensive inventory website including daily validation and management Detailed daily scheduling and communication of pending and completed task orders Loading, unloading, packing, crating services using eco-friendly materials and methods per VAPAHCS standards Trash removal, recycle, excess, and disposal as per VAPAHCS policy 2.2 In support of this initiative, the contractor shall provide The Contractor shall provide the appropriate personnel per required position and provide a comprehensive list of staff including full name, position, title, qualifications, professional certifications, and detailed minimum years of experience in their respective field as detailed below. All staff shall be proficient in basic to advanced computer/software skills and digital project management based on position requirement. Position Minimum number of Staff Typical Annual Hours Required Field Experience Required Computer/ Software Senior Program Manager 1 2080 Min 10 Yrs. AutoCAD/Revit/PlanGrid Microsoft Office Suite Inventory Control Specialist 1 2080 Min 5 Yrs. PlanGrid/ Microsoft Office Suite Warehouse Manager 1 2080 Min 5 Yrs. PlanGrid/ Microsoft Office Suite Warehouse Laborers 2 4160 Min 3 Yrs. PlanGrid/ Microsoft Office Suite Scheduler/ Administrative Assistant 1 2080 Min 3 Yrs. PlanGrid/ Microsoft office Suite Activation/Deactivation Project Manager, PMP 1 400 Min 5 Yrs. AutoCAD/Revit/PlanGrid Microsoft Office Suite Project Team/Crew Lead Installer 3 6240 Min 5 Yrs. PlanGrid/ Microsoft Office Suite Furniture Installers/Movers 9 18,720 Min. 3 Yrs. PlanGrid/ Microsoft Office Suite Commercial Painter 1 500 Min. 3 Yrs. PlanGrid/ Microsoft Office Suite It Field Technician Hardware Support 1 700 Min. 3 Yrs. PlanGrid/ Microsoft Office Suite Commercial Flooring Installer 1 300 Min. 3 Yrs. PlanGrid/ Microsoft Office Suite Certified Electrician 1 150 Min. 5 Yrs. PlanGrid/ Microsoft Office Suite Certified Plumber 1 80 Min. 3 Yrs. PlanGrid/ Microsoft Office Suite General Carpenter 1 40 Min 3 Yrs. PlanGrid/ Microsoft Office Suite 2.3 These services shall be provided to the following VAPAHCS facility locations: VA Palo Alto Division, 3801 Miranda Ave., Palo Alto, CA 94304 VA Menlo Park Division, 795 Willow Road, Menlo Park, CA 94025 VA Livermore Division, 4951 Arroyo Road, Livermore, CA 94550 VA Capitola Community Based Outpatient Clinic (CBOC), 1350 41st Ave, Suite 102, Capitola CA 95010 VA Fremont CBOC, 39199 Liberty Street, Fremont, CA 94538 VA Modesto CBOC, 1225 Oakdale Road, Modesto, CA 95355 VA Monterey CBOC, 201 9th Street, Marina, CA 93933 VA San Jose CBOC, 5855 Silver Creek Valley Place, San Jose, CA 95138 VA Sonora CBOC, 13663 Mono Way, Sonora, CA 95370 VA Stockton CBOC, 7777 South Freedom Road, French Camp, CA 95231 VA Mountain View Site, 1776 Old Middlefield Way, Mountain View, CA 94043 VA Sunnyvale Research Center, 1080 Innovation Way, Sunnyvale, CA 94089 VA Cooperative Studies Program Coordinating Center, 701 N. Shoreline Blvd., Mountain View, CA 94043 2.4 The Contractor s administrative offices and warehouse shall be co-located in the same building and shall be within a 35-mile radius from the VA Palo Alto main campus, located at 3801 Miranda Ave., Palo Alto, CA 94304 2.5 Estimated number of projects/task orders to be approximately 1,600- 1,800 per year, which will include varying scopes and a combination of services. Below outlines the number of projects small, medium and large obtained from historical data this year, starting April-June 2021 (Fiscal Year/Quarter 3). Based on this information, our projections for a fiscal year are provided below: Description Small (1 day) Medium (2 days) Large (3+ days) Fiscal Q3 only (April-June 2021) 400 5 7 Projections for 1 Fiscal Year 1,600 20 28 2.6 Contracting Officer s Representative (COR) will be assigned to represent the Contracting Officer (CO) in furnishing technical guidance and advice under this contract. The delegation letter will specify the limits of the COR s authority. The letter is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the CO and shall not be delegated. 2.7 Contractor shall provide supervision, project management, staffing, equipment, computer hardware and software, transportation, warehousing, storage, packing supplies/materials, all tools, and supplies to perform all required tasks. 2.8 Contractor shall ensure that all work by staff and subcontract staff comply with all contract requirements and with Federal, VA, State, & City regulations. 3.0 PROVISIONS AND SUPPLIES 3.1 The Contractor shall provide an effective communication system to all staff during service hours including cellular phones that are in good working order with charging capabilities and 2-way radios due to interference in our buildings and frequency issues. Contractor crews and team leads must be always reachable during the periods of task performance. 3.2 Contractor shall ensure staff including subcontractors arrive to job sites with all necessary tools, supplies and equipment in good working condition necessary to complete required tasks without support of VA. Examples of tools and equipment (not inclusive) Various sizes of hand trucks and dollies Floats Wheel carts (enclosed and open) Roller lifts Heavy lifting and furniture moving equipment straps, glides Stair crawlers Various sizes of ladders Line laser and handheld levelers Tractor-trailer Electrical tools and supplies Plumbing tools and supplies Wall repair materials Painting equipment and supplies Wall hanging tools and security installation hardware Full range of handheld and motorized tools Full range of fastener supplies 3.3 The Contractor shall be responsible for providing office software and equipment (e.g., laptops, tablets) and internet connectivity to all Contractor staff while working on Activation Projects. 3.4 The Contractor shall use a web-based software, such as PlanGrid or equivalent, to manage the installation of FF&E and information technology (IT) items for all Activation Projects. 3.5 The Contractor shall include twelve (12) PlanGrid licenses or equivalent, with unlimited sheet downloads/uploads for the VAPAHCS s use for one year to include all projects, starting fourteen (14) calendar days after each activation project kick-off meeting. 3.6 The Contractor shall provide twelve (12) hand-held computing tablets with keyboard and folio case. PlanGrid or equivalent software shall be installed and an unlimited data plan, established on the tablet for the VA s use for one year, to start fourteen (14) calendar days after each activation project kick-off meeting. These items must include warranty for the duration of the contract per SOW. All technical issues shall be resolved by the Contractor within 24 hours of notification. 4.0 PERFORMANCE PERIOD The period of performance (PoP) of this Firm Fixed Price [Level of Effort] contract is as follows: Base period: 4/1/2022 - 3/31/2023 Option Period 1: 4/1/2023 - 3/31/2024 Option Period 2: 4/1/2024 - 3/31/2025 Option Period 3: 4/1/2025 - 3/31/2026 Option Period 4: 4/1/2026 - 3/31/2027 5.0 HOURS OF PERFORMANCE 5.1 The Contractor including all positions shall be available to perform duties (7) days a week, (24) hours a day and within less than 24-hour notice. Approximately 70% of task orders occur during normal business hours, Monday through Friday, 8:00 am to 4:30 pm and approximately 30% of task orders occur during non-business hours including weekends, due to access restriction and areas of direct patient care. Specialized positions including electrician, plumber, and carpenter shall perform duties during both business and non-business hours within 72-hour notice. 5.2 Federal Holidays - Contractor shall not be required to perform duties on Federal holidays as observed by the VAPAHCS and any other day specifically declared by the President of the United States to be a Federal holiday. 6.0 KICKOFF MEETING 6.1 The Government will host an in-person or virtual kickoff meeting within five (5) business days after contract award (if required) to be attended by Contracting Officer, Contracting Officer Representative, Contractor Senior Program Manager and others as determined by the COR. 7.0 SERVICES AND TASKS 7.1 Contractor Senior Management and Administrative Support Services 7.1.1 The Contractor Senior Program Manager shall act as Point of Contact (POC) to work with the COR or Designated Technical Expert (DTE). The Senior PM (POC) shall have a comprehensive knowledge of full scope of required services. 7.1.2 The Senior Program Manager shall be responsible for oversight of all services, program support, and provide comprehensive staffing coordination to meet all requirements as detailed in the contract per the required timelines. 7.1.3 The Senior PM (POC) shall be available for inspection site visits by either the COR or DTE within 24 hours of notice. 7.1.4 The Senior Program Manager shall attend all status update and requested meetings as scheduled by the COR in person or virtually. 7.1.5 The Senior PM (POC) shall have the authority to accept and manage all service requests on the Contractor's behalf. 7.1.6 The Senior PM (POC) shall have technical and administrative knowledge of all job requests pending, in-progress and completed. 7.1.7 Contractor shall include all costs related to warehousing and business operations including relevant software licenses and required hardware in the contract price. 7.1.8 Contractor s staff including subcontractors must all be US citizens or have appropriate work permits such as I-9 certification. The Contractor shall comply with VA security, access, and badging requirements. 7.1.9 Contractor shall coordinate and communicate in advance with the COR/DTE on each & every relocation project to ensure that all resources assigned to the project are provided as required. 7.1.10 Contractor shall provide a shared online calendar of task order requests with confirmation of task orders including all pertinent details including but not limited to confirmation of product availability and reservation hold, date, time and estimated hour for task order completion, names of crew members and lead, name of DTE, required tools and materials, project location and meeting location. Calendar to be updated within 24 hours of task order request, except when authorized COR. Calendar to be updated daily and accessible to VA COR 24/7. 7.1.11 The Contractor shall provide fully functional hoteling workstation and internet connection for at least one (1) VA COR/DTE in warehouse. 7.2 Task Order Support Services 7.2.1 Contractor shall perform daily Facility Request services to support VAPAHCS end-user FF&E requirements which may require deploying multiple, varying size crews to VA sites as scheduled by COR/DTEs. 7.2.2 The Contractor shall coordinate with COR/DTE in planning, execution and completion of scheduled tasks. Typical questions asked of the Contractor will include, but not be limited to the following: Estimated labor hours from start to finish Required quantity and skill set of Contractor staff to perform the task Required materials and supplies Required vehicles Required break/lunch schedules during service period Confirmation of Crew Lead 7.2.3 The COR will provide the Senior PM (POC) a list of DTEs by full names who will be given authority to request services. The list will be maintained by the Senior PM (POC) and any changes will be updated as needed. 7.2.4 Contractor shall ensure that requests for services are received only from COR/DTEs. Services rendered in response to requests from other than authorized personnel, shall be at the risk of the Contractor and any cost related thereto, shall be borne by the Contractor. 7.2.5 Contractor staff assigned to services shall report for duty to COR/DTE at start of scheduled services at location of job site unless otherwise directed by COR/DTE. 7.2.6 Contractor shall confirm in advance and adhere to designated parking and loading/unloading spaces as determined by COR/DTE. 7.2.7 The Contractor shall submit a daily report of completed services to the COR to include: Date and time (start to finish) Location(s) Crew Lead Names of staff Itemized description of completed services 7.2.8 Contractor shall notify COR/DTE of incomplete services prior to end of task end time and schedule completion no later than next business day, unless otherwise directed by COR/DTE. Rescheduling of incomplete tasks shall not interrupt nor delay completion of other scheduled tasks in queue. 7.2.9 Contractor staff shall not abandon job sites prior to completion of tasks with exception to break schedules, unless authorized by COR/DTE. 7.2.10 Contractor shall perform daily quality control checks of all items loaded into truck and/or scheduled for delivery to job sites and ensure all items are accounted for and free of damage prior to deployment. 7.3 Furniture Installation and Relocation Support Services 7.3.1 Installation tasks include assembly and reconfiguration of new and used FF&E components from existing inventory or shipments received. Assemble and install workstations, desk systems, panel systems, ergonomic accessories, storage and other units requiring field assembly. Modification may be required to pull parts from other in-stock components to complete installations. 7.3.2 Installation of wall-mounted items including artwork with a 3 or 4-point anchor system, whiteboards, signage, displays, pamphlet holders and similar items require securing (bolting) all items that meet safety requirements and shall be level and plumb. 7.3.3 Contractor furniture installation staff must all be fully qualified/certified and have the necessary experience to install Steelcase modular systems FF&E. The installers certificates of Steelcase training shall be provided to the CO and COR upon Award. The Contractor will bear the costs to have the installers trained and fully certified. 7.3.4 Deinstallation and relocation services include but not limited to furniture systems, storage cabinets, pedestals, tables, chairs, lounge seating, desk units, panel systems, lockers, keyboard trays, tack boards, whiteboards, displays, pamphlet holders, coat hooks, whiteboards, tack boards, signs and display, broken FF&E and excess items. 7.3.5 The Contractor shall assess, evaluate, verify, and confirm existing site conditions prior to FF&E/IT items delivery. 7.3.6 The Contractor s equipment or tools shall not block exits, corridors, or impede access to entrances/exits or rooms and shall always be in the control of the contractor. When leaving the work site, tools shall be removed from premises or secured in locked location at Contractor s risk. VA is not liable for any damages or loss/theft of items left on VA premises. 7.4 Inventory Control Management Support Services 7.4.1 The Contractor shall provide an online electronic inventory management system which can be accessed by unlimited number of VAPAHCS personnel as determined by COR. The inventory system must be internet or cloud based and must include: Integrated work request/task order capability Detailed scheduling for multiple sites and jobs within a period of service performance Customizable reporting capabilities Displays all FF&E inventory availability Requested locations of services Integrated check out cart feature Photos of each item Description, dimensions and features of all items Real-time updates of incoming and outgoing items Reservation/hold notations including names and dates Standardized naming codes/conventions to be provided by COR Capability to query the system using an associates reference number Include username and password protection 7.4.2 Contractor shall place hold tags on reserved FF&E with detailed information, DTE name, and request number corresponding to the online shared calendar. 7.4.3 Contractor shall include inventory management system software license and update services as part of operational costs. 7.4.4 Contractor shall ensure inventory management system is maintained and fully operational throughout period of performance. In event of inventory system dysfunction, Contractor shall ensure restoration of system within (3) business days. 7.4.5 Biannual physical inventory of all VAPAHCS goods shall be conducted by the Contractor utilizing a blind-double count methodology items brought into the warehouse will be tagged with an item number and designated location; the product will be counted and entered directly into a data collection device. This will be done by 2 separate individuals and at a date agreed upon by the parties. A full written report of the inventory shall be promptly given to the VA COR within 72 hours. The Contractor will take such additional physical inventories as requested by the COR. Representatives of the VAPAHCS may be present during any inventory count or inspection. 7.4.6 Inventory Control Specialist shall ensure daily maintenance and tracking of all VA property located in warehouse, including confirming available and reserved stock updates in the electronic inventory management system. 7.4.7 Inventory Control Specialist shall perform physical product checks and provide detailed information to COR/DTE upon request. 7.5 Warehouse & Receiving Management Support Services 7.5.1 The Contractor shall provide 20,000 square feet of storage space with multilevel shelving and storage capability during the Base Year of the contract. Final warehouse selection must be reviewed and approved by the CO or COR. Additional and ad hoc storage space up to a total of 35,000 square feet will be required in future Option Years based on project need. Additional storage may be in the form of separate locations depending on project location, storage containers, or as part of the primary warehouse location. Environmental and security requirements for additional storage to be detailed by VA in advance. 7.5.2 Contractor warehouse space shall be a commercial building of sound and substantial construction, climate-controlled, well-maintained and watertight. The warehouse shall be compliant with current Federal, State, and City codes. 7.5.3 Warehouse temperature shall be maintained between 50-75 degrees Fahrenheit with 50-60% relative humidity. 7.5.4 Contractor shall provide a valid occupancy permit for the intended use, and shall operate the building in conformance with federal, state and local codes and ordinances. 7.5.5 Contractor shall submit copy of warehouse lease to CO and COR. Period of lease shall not be discontinued nor interrupt continuity of services during period of performance. Warehouse lease to include all option years of contract and include at least 3-6 additional months (in 1-month increments) for extended period of performance contract modifications. 7.5.6 Contractor warehouse shall also maintain fully operational 24/7 monitored alarm access and surveillance cameras in all interior and exterior locations. Contractor shall comply in accordance with the Code of Federal Regulations (CFR) Title 21, to maintain inventory in controlled warehouse storage. 7.5.7 Contractor shall comply with all applicable Federal, State, local and industry safety, i.e., OSHA, Department of Labor (DOL), and health standards, regulations and statutes pertaining to the operation of the warehouse and/or distribution of commodities, including healthcare supplies, identified herein. 7.5.8 The facility must be kept clean and uncluttered, free from debris and fire hazards with regularly scheduled cleaning to avoid contamination. 7.5.9 New and used FF&E may be set aside for a specific relocation and/or large-scale project installation and stored at primary warehouse and/or satellite storage locations. Items shall remain palletized and shrink wrapped to ensure that product remains undamaged and labeled with detailed inventory list for the specific installation/project. Equipment and FF&E shall be tracked by Project Number and/or COR provided reference number. 7.5.10 Contractor shall deliver all packing lists or parts lists from incoming shipments and purchase orders when product is received, unboxed and placed into inventory or delivered to intended site. 7.5.11 Contractor shall track all inbound shipment notices, track delivery status and prepare warehouse personnel to receive deliveries as scheduled. 7.5.12 Contractor shall be capable of receiving and processing an average of 20 pallets from Monday through Friday on a weekly basis. Contractor shall provide all necessary equipment and motorized vehicles to safely move fully burdened wrapped pallets. 7.5.13 Contractor shall receive scheduled and unscheduled product deliveries Monday through Friday at warehouse during normal business hours, unless otherwise directed by COR. 7.5.14 VA Medical Equipment shall be stored separately in a clearly labeled secure enclosure. Equipment shall be stored in temperature-controlled environment per manufacturer specifications. Contractor shall provide electronic monitoring and reporting of out-of-range event capabilities and report out-of-range events within (1) business day. The method of monitoring must be able to be investigated whether electronic or manual monitoring. 7.5.15 Contractor shall provide delivery of Medical/Surgical Supplies/Equipment from the warehouse facility to the medical facility listed in this contract including any necessary packing material. 7.5.16 Contractor warehouse must have fully functioning and accessible receiving dock with loading area capable of receiving 12 53 long and up to 15 high delivery trucks. Loading dock receiving area shall feature motorized ramps and lifts, security access, 24/7 surveillance cameras with active recording function, security motion senor lighting and commercial grade spot/task/ambient lighting for 24/7 deliveries. 7.5.17 Contractor shall be capable of delivering products from warehouse to VA sites within (2) hours of request. If the VA requests an emergency delivery outside of the regular delivery timeframe, the contractor shall have the capability of delivering supplies 24 hours a day, 7 days a week on an emergency basis. 7.5.18 At the request of the VA, supplies and equipment shall be available via will call. Will call orders may be picked up by government employees identified by the VA COR. 7.5.19 Access Control Log: All individuals (contractor personnel or VA Employee) are to sign-in and sign-out when accessing space where VA supplies or equipment are stored. A copy of the log is to be provided to the COR on a monthly basis. Log is to be made available on demand if requested. 7.5.20 Contractor shall provide full access for VA personnel for warehouse inspection during normal business hours (8:00AM - 4:30PM, Monday - Friday). In addition, access via individual keyed entry to the supply/products shall be available 24/7. If emergency access is required, the VA will ensure appropriate communication will take place with the contractor. 7.5.21 This warehouse facility shall function as an intermediate delivery point between manufacturers and VA for the FF&E and IT items identified in the VA provided lists. 7.5.22 Contractor shall provide all appropriate Materials Handling Equipment (MHE) needed to receive, store, secure, and install typical FF&E/IT and high-end, sensitive medical equipment. 7.5.23 Contractor shall develop and follow the approved Inventory Management Plan (IMP) during the receiving and installation phase unless otherwise directed by the COR/DTE. 7.5.24 Contractor shall perform a thorough inspection of all incoming FF&E items from job sites and manufacturer deliveries to identify possible damage, flaws, and/or missing items prior to acceptance. Contractor shall not accept visibly damaged packaging and/or goods. 7.5.25 Contractor shall document any damages/missing items and provide COR/DTE a daily report of received goods including any FF&E or IT items not accepted due to damage 7.5.26 Contractor shall immediately notify the COR/DTE of damage to FF&E items detected after acceptance within (1) business day. 7.6 Examples of types of FF&E/Medical Equipment/IT Hardware Equipment The following list of items provides examples of the types of FF&E and supplies that may need to be stored under this contract in the future. This list is not all inclusive. Office Workstations Office Partition Panels Systems Furniture Components Office, Patient, Multi-Use Seating Artwork/Signage Whiteboards Tables of varying sizes Acoustic Panels Medical Equipment Storage Cabinets File Cabinets Bookcases and Shelving Carpet Tiles Stock Flooring Products Paint and Painting Supplies Lighting Fixtures Ceiling Tiles Ergonomic Equipment Boxes Electronic Equipment Cabling Cords Building Materials Tools and Miscellaneous Supplies Casework Outdoor Furniture Awnings Interior Décor Accessories 7.7 IT Field Technical Support Services 7.7.1 Contractor IT Field Technician shall perform installation services requiring disconnection, relocation, and/or reconnections of IT hardware including but not limited to computers, laptops, phones, headsets, printers, monitor arms, mounting brackets, and related workstation/clinical electronic equipment. 7.7.2 Contractor shall label all equipment/devices, cabling, and corresponding data ports/electrical outlets, and ensure accurate reconnection into designated sources. 7.7.3 Contractor shall field test electrical outlets to confirm working condition in advance of services. Contractor may be required to include Electrical Support Services (6.9) as needed to restore working condition of ports and outlets in coordination with VA OIT and VA Engineering Services. 7.7.4 Contractor shall ensure clean and neat cable management in all installations, applying appropriate designated cable management systems and products to be provided by VAPAHCS. 7.7.5 COR/DTE will coordinate final inspection and testing of devices with VA OIT Service (if required). 7.7.6 Contractor shall provide all moving, transportation equipment, packing supplies, and tools that are specifically designed for IT hardware applications to ensure safe handling. Contractor to take every precaution to ensure hardware remains free form damage and/or theft/loss. 7.7.7 Contractor shall be liable for any damage, theft, or loss of VA IT hardware caused by physical mishandling of hardware, improper tools and equipment, or other negligence. 7.8 Commercial Painting Support Services 7.8.1 Contractor shall perform comprehensive commercial interior painting services including surface repair and preparation, area protection preparation, surface painting, and clean-up to be performed by professional painters as required by VA COR/DTE. 7.8.2 Contractor shall apply taping methods to ensure sharp and accurate painting lines on surfaces. Contractor will immediately correct any preparation and/or painting errors. 7.8.3 Contractor shall perform site inspections in advance to provide accurate estimates of required labor hours, materials quantity and required supplies to complete tasks. 7.8.4 Contractor commercial painters to be subject matter experts with paint brands, types, sustainable products, applicable finishes, tools, and any related commercial painting industry standards. 7.8.5 Contractor shall ensure VA property is protected from damage and paint/materials spills and will take every precaution to ensure a clean working environment. 7.9 Flooring Installation Support Services 7.9.1 Contractor shall perform removal, repair, and new installation of various commercial flooring products including, but not limited to carpet, luxury vinyl tile, vinyl composition tile, rubber base, transition strips, wood planks, padded flooring, rubber flooring, rolled sheet vinyl, stained concrete, and similar. 7.9.2 Contractor shall perform all levels of expert installation techniques including butnot limited to tongue in grove, repositionable adhesive, temporary applications, glue down, tack-tile carpet tape, heat welds, expert straight, curved, and serpentine cuts on all flowing types. 7.9.3 Contractor shall ensure all installations are performed by professional flooring installers who are subject matter experts in all commercial flooring. 7.9.4 Contactor shall ensure all materials are correctly installed per manufacturer specifications and free from ripples, air bubbles, damage, tears, gaps, and moisture. Contractor shall remove and reinstall any defective or poorly installed products per direction from the COR at no additional cost to the government. 7.9.5 Contractor shall perform substrate moisture testing and flooring preparation as needed. 7.9.6 Contractor shall perform advance site visits to provide COR/DTE accurate estimates for labor hours, materials and special considerations. 7.9.7 Contractor shall confirm asbestos in flooring via drawings review and testing prior to start of work. COR/DTE to provide As-Built drawings and any additional site information as required. 7.9.8 Contractor shall ensure completed installation is clean, wiped, vacuumed, and free from trash. 7.10 Activation/Deactivation Project Management Support Services 7.10.1 Contractor shall provide comprehensive Activation Project Manager support to projects which require preplanning, tracking, warehousing, and coordination of multiple FF&E installations in accordance with multi-phased project schedules. 7.10.2 Contractor shall attend planning and coordination meetings with the VAPAHCS Project Manager (PM), affected personnel and construction contractors which may occur months and years in advance. 7.10.3 Contractor Activation Project Manager shall ensure all work and material purchases that support that project are tracked and invoiced separately to properly allocate all project costs to the applicable Project. 7.10.4 The Contractor shall schedule and administer recurring meetings as directed and coordinated with the COR/DTE at an agreed upon location. Contractor shall prepar...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/22a0a739895e4632923846befdbaf154/view)
- Place of Performance
- Address: Palo Alto Healthcare System US Department of Veteran Affairs 3801 Miranda Avenue, Palo Alto 94304, USA
- Zip Code: 94304
- Country: USA
- Zip Code: 94304
- Record
- SN06207111-F 20220101/211230230108 (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 |