SOLICITATION NOTICE
Z -- VB3247 Replace ground flooring
- Notice Date
- 11/29/2022 11:26:24 AM
- Notice Type
- Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E23Q0009
- Response Due
- 12/29/2022 1:00:00 PM
- Archive Date
- 01/28/2023
- Point of Contact
- Jeffrey A Reed, Contract Specialist
- E-Mail Address
-
jeffrey.reed@va.gov
(jeffrey.reed@va.gov)
- Awardee
- null
- Description
- 1. Introduction The Department of Veterans Affairs is seeking a qualified construction firm for the awarding of a Firm Fixed Price contract for the removal of approximately 2200 sq ft of Luxury Vinyl Tile (LVT) flooring in the ground floor area of the St Petersburg VA Regional Office (VARO) and replace the flooring with cementitious urethane cement. The purpose for the cementitious urethane cement coating is to remediate the trip hazards caused by the LVT damaged from heavy traffic. 1.1 Background The ground floor warehouse area and elevator lobby is used to access the freight elevator used by contractors to move construction products and furniture to the upper floors. Since the LVT flooring was installed there have been dozens of construction project involving everything from building offices to replacement of the third-floor furniture. Over the years the weight of these construction items has taken a toll on the flooring and the LVT is beginning to pop up in several areas causing an unsafe work environment for contractors and employees. 1.2 Scope This project involves removing approximately 2200 sq ft of LVT from the ground floor stairwell landing, old employee entrance, elevator lobby, and the two supply cages and existing hallway. Removing items from the supply cages; removing the baseboard; floating and leveling the sub floor ensuring transition points are flush with adjacent tiled areas; applying a durable cementitious urethane cement coating that provides an anti-microbial and anti-slip finish that will encapsulate the ground floor; and returning any removed supplies to original location. The new cementitious urethane floor must traverse up the perimeter wall approximately 6 inches. POP for this project is 60 days to allow for special ordering of product; however, the ground floor cannot be closed for more than 3 days and access to the mailroom shall always be opened. 2 General Requirements 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer (CO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at the Saint Petersburg Regional Office and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Contracting Officer (CO) or Contracting Officer Representative (COR). 2.5 Location and Hours of Work The work will be performed on the ground floor of the Saint Petersburg Regional Office, 9500 Bay Pines Blvd, Saint Petersburg Florida 33744. All work will be after hours. Start time will be no earlier than 6:00 pm and the contractor must vacate by 6:00 am so there is no disruption to employees. After prior coordination and approval by the COR, Contractors may be able to start at 2:00 pm for removal of supplies, shelving, and LVT providing there is no disruptions to the building operations. POP for this project is 60 days to allow for special ordering of product; however the ground floor cannot be closed for more than 3 days. Performance Requirements The following sections specify the Performance Objectives and Performance Elements for this contract. Pre-Construction activities. Prior performance of this SOW Contractor must complete all training as identified in paragraph 4.1 Security and 4.1.1 Badging and Identification. Performance Standards a) Standard: All employees to include subcontractor employees complete training as outlined in Section 4 of this SOW. AQL: 100% of employees have completed VA Privacy, Information Security and Rules of Behavior. Deliverables A003 10176 VA Privacy, Information Security and Rules of Behavior A004 30hr OSHA Safety Course 3.1.2 The Contractor shall provide insurance certificate for pre-award documentation for of insurance. Performance Standards a) STD: Contractor must have valid insurance AQL: Insurance must be in compliance with all, local, state and federal regulations. Deliverables A002 Copy of construction insurance 3.1.3 The Contractor shall provide 30 hour Supervisor and 10 hour employee OSHA Certificates prior to beginning working. Performance Standards a) STD: Completion of OSHA training for supervisor and employees AQL: 100% completion for the contractor supervisor and employees for the project Deliverables A003 OSHA Certificates. Provide dumpster for construction debris. Performance Standards a) STD: Completion of OSHA training for supervisor and employees AQL: 100% completion for the contractor supervisor and employees for the project Deliverables A003 OSHA Certificates. Construction Activities - Contractor will. Barrier off the ground floor with dust control measures. Erect plastic sheeting, dust off mats and neg air machine. Performance Standards a) STD: ground floor area is sealed off to surrounding work space AQL: Neg air machine prevents dust and odors from entering surrounding area. Remove all supplies, shelfing and equipment in a manner that they are not damaged. Performance Standards a) STD: All items removed to allow for cementitious urethane cement application AQL: All items removed without damage and stored safely for reinstallation The contractor will erect an 8 visqueen barrier around the designated storage area for supplies. Performance Standards a) STD: All ground floor equipment safely removed and stored in area adjacent the warehouse. AQL: No damage to floor tile in storage area. Contractor will replace any damage tile. Remove LVT from the ground floor stairwell landing, old employee entrance, elevator lobby, supply cages, and hallway shall be removed to the concrete slab. Performance Standards a) STD: All tile removed to concrete slab AQL: Concrete tile is smooth and free of any residual tile/glue/sealant, etc.. 3.2.5 Remove floor tile, prep subsurface for cementitious urethane cement application. Performance Standards a) STD: All tile removed AQL: Subsurface clean, level, free of cracks, bumps, dimples, etc. 3.2.6 Ensure that the ground floor area perimeter is sealed from the floor up the wall 6 inches. Performance Standards a) STD: Thickness of urethane cement is ¼ on flooring as well as up the wall. AQL: Smooth transition of urethane cement to surrounding tile as well as wall tile. Ensure final floor is level at transition areas and is anti-microbial and anti-slip. Performance Standards a) STD: No visible rises or drops in floor as well as transition areas level at both points. AQL: No tripping hazards. Return all supply items to original location, ensuring all equipment is fully operational. Performance Standards a) STD: All items returned AQL: 100% of equipment removed by contractor fully operational. 3.3 Post Construction Activities Punch list The general contractor will prepare an initial punch list towards the completion of the project. After the contractor has made the corrections to the faults listed on the initial punch list the contractor and COR will jointly conduct a final inspection. The contractor should not schedule the joint final inspection until the work has reached substantial completion. Any faults identified during the joint inspection will be added to the initial punch list. There will only be one punch list. The punch list should be published within 24 hours of the joint inspection. The punch list will list the subcontractor responsible for each item and anticipated completion date. Each item should be checked, initialed by the prime Contractor and dated on the punch list document when completed. Once the Contractor has completed and re-inspected all the punch list items, the Contractor will request final inspection with the COR. If it becomes clear that the work was not corrected the final inspection will be rescheduled. The final inspection will be signed off on by the COR and Contractor. The Contractors initial work breakdown schedule (WBS) will include punch list activities. Performance Standards a) Standard: Identifies and corrects deficiencies AQL: 100% of all deficiencies corrected by the contractor Deliverables A002 Punch list 3.4 Salient Characteristics Cementitious urethane flooring Also known as cementitious urethane flooring or urethane cement flooring, this material excels over epoxy floor systems in food & beverage plants for numerous reasons; reduces downtime due to single layer system, is durable in harsh environments with thermal shock, and even withstands heavy impact and harsh chemicals. For description of Cementitious Urethane Flooring see : http://www.epfloors.com/urethane-concrete-mortars/ 4 Security and Safety 4.1 Security The contractor is required to enter and exit the Saint Petersburg VARO through the front entrance. Upon entering the building, the contractor and/or contractors employees will be required to show proof of identity (Must have valid photo ID) as well as pass through security screening. The contractor s employees will be escorted at all times. Due to the sensitivity and personal information processed at the VARO the Contractor as well as the Contractors employees will be required to complete VA Privacy and Information Security and Rules of Behavior Training. This training we be provided by the COR to all Contractor employees to include sub-contractor employees. The Contractor will coordinate and schedule the Contractor. Certification of completion of training will be submitted to the COR within 10 working days from the contract award date. In addition, in VA Forms 20-0334 must be completed by the Contractor, contractor employees, and sub-contractors and original copies turned into the COR prior to the beginning of construction. See Attachment 1 to this SOW for VA Form 20-0344. After contractor employees have submitted a signed Rules of Behavior certification and submitted a properly completed VA Form 20-0344 the employee will be provided a contractor badge by the COR. 4.2 Safety The contractor shall provide all safety equipment/Personal protective equipment and clothing as required for their employees. OSHA - Prior to the commencing work the contractor shall provide proof that an OSHA designated competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work sire whenever the general or subcontractors are present. The contractor as well as, the on-site supervisor will have completed a 30 hours of OHSA approved safety training. All other contractor employees will have no less than 10 hours of OSHA approved safety training. Safety Plan, the Contractor will provide a site specific safety plan. As well as, an Activity Hazards Analysis (AHA). An example if the VA Approved AHA van be found at: http://usace.army.mil/Protals/2/docs/AHA2.pdf Compliance, the Contractor shall comply with all applicable Federal, State and local legal requirements regarding worker health and safety. The requirements include but not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statues and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. 4.3 Government Furnished Materials The Government shall provide at no cost: Parking spaces and access to the VARO loading docks as necessary. 4.4 Quality Control The Contractor shall develop a Quality Control Plan, QCP and maintain an effective quality control program to ensure services are performed in accordance with the contract and this SOW. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractors QCP is the means by which performance of work complies with the requirement of the contract. The finalized QCP will be accepted by the Government at the time of the award of the Contract. The Contracting Officer may notify the Contractor of required modifications to the plan during the period of performance. The Contractor then shall coordinate suggested modifications and obtain acceptance of the plan by the Contracting Officer. Any modifications to the program during the period of performance shall be provided to the COR for review no later than 10 working days prior to effective date of the change. The QCP shall be subject to the Governments review and approval. The Government may find the QCP ""unacceptable"" whenever the Contractors procedures do not accomplish quality control objective(s). The Contractor shall revise the QCP within 10 working days from receipt of notice that QCP is found ""unacceptable."" 4.4.1 Quality Assurance Surveillance Plan (QASP) The Government shall monitor the Contractors performance under this Contract in accordance with the Governments QASP developed by the COR 4.5 Environmental Requirements Non-Hazardous waste disposal Demolition - The Construction Contractor shall provide all demolition, removal and legal disposal of materials. The Construction Contractor shall ensure that facilities used for recycling, reuse and disposal shall be permitted for the intended use to the extent required by local, state, federal regulations. Disposal vendors - The Whole Building Design Guide website http://www.cwm.wbdg.org provides a Construction Waste Management Database that contains information on companies that haul, collect, and process recyclable debris from construction projects. Hazardous waste disposal Abatement - In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Construction Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, ""General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. EM 385-1-1 can be found at http://federalconstruction.phslegal.com/uploads/file/EM-385-1-1_2008.pdf. Manifesto - The Construction Contractor shall provide a waste manifesto for all hazardous waste disposals. MSDS Contractor will provide the COR a copy of all MSDS for products and materials applied during the performance of this contract. 4.5 Applicable directives The contractor shall comply with all documents listed below as mandatory and referenced under paragraph 3.0, Performance Requirements. Compliance with documents listed as non mandatory is the contractors' option. Mandatory compliance OSHA - Occupational Safety and Health Administration Department of Labor http://www.osha.gov NIOSH - The National Institute for Occupational Safety and Health http://www.cdc.gov/niosh/ Non Mandatory document Corps of Engineers Manual EM 385-1-1 5 Deliverables The contractor shall provide deliverables as described in subsequent task orders. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001 List of employees names and email addresses A002 Copy of construction insurance A003 OSHA Certificates 30 hour supervisor OSHA Certificate and 10 hour employee OSHA Certificate 6 Related Documents The following Documents are related to this project VA Handbook 6500.6, Appendix D, Contractor Rules of Behavior - http://www.va.gov/vapubs/viewPublication.asp?Pub_ID=471&FType=2
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23e3cabfda1f4a20b6ec4b0f1064a8d2/view)
- Record
- SN06529665-F 20221201/221129230108 (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 |