SOURCES SOUGHT
72 -- PM&R/Prosthetics Flooring Phase 1 RFI
- Notice Date
- 8/7/2024 7:21:39 AM
- Notice Type
- Sources Sought
- NAICS
- 321918
— Other Millwork (including Flooring)
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0804
- Response Due
- 8/13/2024 7:00:00 AM
- Archive Date
- 08/23/2024
- Point of Contact
- Michael Jones, Contract Specialist, Phone: (202) 745-8000 Ext. 52485
- E-Mail Address
-
michael.jones16@va.gov
(michael.jones16@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Wednesday, August 14, 2024, at 10:00AM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 321918. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide PM&R Prosthetics Flooring for the Baltimore VA Medical Center. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1,764.41 SF __________________ __________________ LVT Luxury Vinyl Plank - Throughout 7"" x 48"" SF Tarkett: Adaptt, Woodlot Holly Oak LOCAL STOCK NUMBER: Tarkett: Adaptt, Woodlot 0002 360.00 SF __________________ __________________ base LOCAL STOCK NUMBER: base 0003 1,585.00 SF __________________ __________________ install E LOCAL STOCK NUMBER: install 0004 180.00 SF __________________ __________________ demo E LOCAL STOCK NUMBER: demo 0005 180.00 SF __________________ __________________ LIFT E LOCAL STOCK NUMBER: LIFT GRAND TOTAL __________________ BACKGROUND The Veterans Health Administration has a need for flooring replacement of new Luxury Vinyl Tile flooring in PM&R/Prosthetics Phase 1, Rooms C2-51 Waiting Area, C2-53 Corridor, 2D-113 Office, 2D-114 Office, 2D-115 Office, 2D-115A Prosthetics Clinic & 2D-116B Closet. OBJECTIVE The purchase of installation of New LVT & Vinyl Wall Base and the removal of existing damaged carpet & vinyl wall base. TASK REQUIREMENTS The contractor will arrange for delivery, demolition and installation of all materials listed on quote. There is a truck height dock available. There are elevators to access the install site. Delivery can occur during normal business hours. Normal business hours are Monday-Friday 8:00am-4:00pm. Excluding federal holidays. Removal of existing personal items & OIT equipment will be completed by the VA. Minimum Technical Requirements Category: Flooring Replacement GENERAL REQUIREMENTS FOR Luxury Vinyl Tile a. Resilient flooring shall be of Solid Vinyl Tile. b. Overall thickness of material shall be 0.125in (3.2mm). c. Wear layer thickness shall be 0.020 in (0.5mm). Flooring shall have a UV cured Polyurethane finish. d. Product shall meet or exceed the following performance tests: ASTM F 1914 Residual Indentation, ASTM F 137 Flexibility, ASTM F 2199 Dimensional Stability, ASTM F 925 Chemical Resistance, ASTM F 1514 Resistance to Heat, ASTM F 1515 Resistance to Light, ASTM F 970 Static Load Limit, ASTM E 648 Fire Test Data-Flame Spread, and ASTM E 662 Fire Test Data-Smoke Evolution. e. Material shall be warranted by manufacturer to be free from defects for 10 years from the date of installation. f. VA interior designer will approve color and flooring manufacturer. Vinyl Wall Base a. Vinyl wall base shall have a toe (coved) shape and shall come in 6 height. b. Product shall meet or exceed the performance requirements for resistance to heat/light aging, chemicals, and dimensional stability when tested to the methods, as described, in ASTM F-1861. c. Product shall not crack, break, or show any signs of fatigue when bent around a ΒΌ diameter cylinder. d. Wall base shall pass chemical resistance test ASTM F 925, light resistance test ASTM F 1515, and fire resistance tests ASTM E 84/NFPA 255 and ASTM E 648. e. Vinyl base shall have a 2-year commercial warranty for manufacturing defects. f. VA interior designer will approve color and flooring manufacturer. Other Minimum Specifications and Requirements a. In addition to manufacturer warranties; contractor shall provide a 1 year warranty from date of final acceptance for installation and all work. b. Contractor will deliver flooring and adhesives in original wrappings and packages clearly labeled with manufacturer s name or brand, type and color, production run number and date of manufacture. c. Materials from containers which have been distorted, damaged, opened or are beyond manufacturer s shelf life prior to installation will be rejected. d. Material and adhesives shall condition to room temperature for a minimum of 48 hours before starting the installation. e. The contractor shall use adhesives, underlayment, primers, finishes, resins, and polish recommended by the floor material manufacturer. f. Adhesives shall comply with applicable regulations regarding toxic and hazardous materials Green Seal (GS-36) for commercial adhesive. g. Low-VOC adhesives and materials shall be used during the installation process. h. Adhesives shall be applied uniformly with no bare spots. i. Edge strips shall be located under center line of doors unless otherwise shown. j. The contractor shall remove any existing base trim and molding prior to installation of floor covering. Upon completion, new base trim shall be installed. Preparation a. The contractor shall inspect the sub-flooring before installation of any floor covering takes place and correct any deficiencies in the floor that will prevent proper lying of floor covering. Any detected deficiencies shall be reported to the COR immediately prior to any work being accomplished. The contractor shall correct any conditions which will impair proper installation. The contractor shall fill cracks, joints, and other irregularities in concrete sub-floor with leveling compound: Contractor shall not use adhesive for filling or leveling purposes. Contractor shall not use leveling compound to correct imperfections which can be corrected by spot grinding Contractor shall trowel to smooth surface free of trowel marks, pits, dents, protrusions, cracks or joints. c. All proposed flooring areas shall be prepared for flooring installation. Floor must be clean of oil, paint, dust, and deleterious substances: leave floor dry and cured free of residue from existing curing or cleaning agents. d. Concrete subfloor shall be primed if it will seal slab conditions that would inhibit bonding, or if priming is recommended by the tile or adhesive manufacturers. e. Contractor shall comply with flooring manufacturer s written instructions for substrate temperature, ambient temperature, moisture, ventilation, and other conditions affecting flooring application. f. Preparation of existing installation shall include the removal of existing carpet, tile and adhesive. Solvents shall not be used to remove adhesives. g. Existing adhesive residue shall be removed so that 100% of the overall area of the original substrate is exposed. Installation a. Installation shall be in accordance with manufacturer s instructions for application and installation unless specified otherwise. b. LVT floors shall be rolled with a minimum 45kg (100lb) roller. c. Adhesive marks on exposed surfaces during the application of resilient materials shall be cleaned before the adhesive sets. Exposed adhesive is not acceptable. d. Work areas adjacent to inpatient care must keep noise levels to a minimum at all times. e. The contractor shall move and shall return to its original location all existing furniture and other items as required. f. Contractor shall be experienced in applying specified floor coverings that are similar in material, design, and extent to those indicated for this project. g. The contractor is responsible for ensuring the quality of all work performed, subject to terms of warranty of construction FAR clause 52.246- 21. Items Needed (Please reference Flooring Plan for more information). C2-51: PM&R/ PROSTHETICS WAITING AREA LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. C2-53: CORRIDOR LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. 2D-111: THERAPY MANAGER OFFICE Existing to remain. . 2D-113: PM&R OFFICE LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. 2D-114: PM&R SHARED OFFICE LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. 2D-115: PM&R SHARED OFFICE LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. 2D-115A: PROSTHETICS CLINIC LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. 2D-116A: STORAGE Existing to remain. 2D-116B: CLOSET LVT Luxury Vinyl Plank throughout, 7 x 48 SF Tarkett: Adaptt, Woodlot, color Holly Oak with Vinyl Wall Base. Period of Performance: Installation before 12/31/2024. Place of Performance: Department of Veterans Affairs Baltimore VA Medical Center 10 N. Greene St. Baltimore MD 21201 ------------------------------------------------------------------------------------------------------------------------------- The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 14, 2024, by 10:00AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b10b89367e840e8bf8631a2fe00ccbf/view)
- Place of Performance
- Address: Department of Veterans Affairs Baltimore VA Medical Center 10 N. Greene St., Baltimore, MD 21201, USA
- Zip Code: 21201
- Country: USA
- Zip Code: 21201
- Record
- SN07161242-F 20240809/240807230127 (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 |