Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2012 FBO #4031
DOCUMENT

M -- Lancaster CBOC relocation - Attachment

Notice Date
12/5/2012
 
Notice Type
Attachment
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25013Q0096
 
Response Due
1/18/2013
 
Archive Date
3/19/2013
 
Point of Contact
Wallace Larson
 
E-Mail Address
Contract Officer
(wallace.larson@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined solicitation for commercial services prepared in accordance with the format in Subpart 12, Acquisition of Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA250-13-Q-0096 is being issued as a Request for Quote (RFQ), and the intent is to award a firm fixed price order for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This is a total small business set-aside. REQUIREMENTS: The VISN 10 Contracting Activity, 6150 Oak Tree Blvd., Independence, OH 44131, is seeking quotes on behalf of the Chillicothe VA Medical Center, Chillicothe, OHIO. Any quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. SCOPE OF SERVICES: 1. General: Contractor to provide all labor, materials, equipment, supplies and supervision necessary to perform work to move/relocate various identified items twice. First, from the Veterans Affairs Lancaster CBOC location (1550 Sheridan Drive, Ste. 100, Lancaster, Ohio 43130) to a temporary storage location. Second, from the temporary storage to a new location at 1707 North Memorial Drive, Lancaster, Ohio 43130. This includes providing secured storage space that is large enough to hold all items being moved, is environmentally conditioned to maintain storage temperatures within a range of 45 to 85 degrees Fahrenheit, and is protected against the weather elements (no leaks). The temporary storage location may be anywhere in the greater Lancaster metropolitan area, but shall not be more than 15 miles from either the current or the new CBOC location. The VA shall be afforded access to the stored items at all times. DEDUCT ALTERNATE #1: If possible, the VA will move directly from the current CBOC location to the new as a single move without going into temporary storage. Pricing for this shall be provided as DEDUCT ALTERNATE #1. 2. Items and Equipment being moved: All boxes as packed by VAMC staff and items or equipment of significance as listed below are included in the move. All items and equipment to be moved are located at the existing CBOC location. a. Offices/Patient rooms being moved: ? 10 Patient exam/procedure rooms o Exam table, wall mounted and portable equipment (except tagged medical equipment, see below), chairs/stools and boxed items (TYP.) ? 07 Staff offices o File storage cabinets, chairs/stools and boxed items (TYP.) ? 01 Lab space o Refrigerators, supply cabinets, exam chairs, tables, wall mounted and portable equipment (except tagged medical equipment, see below) chairs/stools and boxed items (TYP.) ? 01 Nurse station o Medical records storage equipment, file storage cabinets, coffee stand, chairs/couches and boxed items (TYP.) ? 01 Reception/waiting area (MAA area), lobby, etc o Refrigerator, boxed items, file storage cabinets (TYP.) ? 01 Conference room 2 o Tables, chairs, wall mounted and portable equipment (except tagged medical equipment, see below) and boxed items (TYP.) ? 01 Break room o Refrigerator, microwave oven, table, chairs and boxed items (TYP.) 3. Items and Equipment to be moved by others: The following items are excluded from this Scope of Services. a. Computers, telephones and associated systems components ? Exception - printers are to be moved by the contractor b. Copiers c. Omnicell (medication dispenser) d. Returns to Chillicothe ? Once office systems furniture has been identified that will be returned to Chillicothe instead of being moved to the new CBOC location. The return of this furniture to Chillicothe shall be by others and is excluded from this Scope of Services. e. All medical equipment which is to be excluded from this Scope of Services shall be tagged as such by VA Biomed personnel prior to start of the move. Items to be tagged for exclusion include teleretinal imaging equipment, defibulators and all other sensitive medical equipment. ? Equipment/items tagged as medical equipment shall not be moved, carried, relocated or in any other way handled by anyone other than qualified VA personnel. 4. Site Visit--Offerors/Quoters are to make arrangements to visit the sites prior to submitting proposals by contacting Kevin F. Crock, P.E., COTR at 740-773-1141, Extension 6154. 5. Phasing Plan: Contractor is to provide phasing plans with their proposals discribing their anticipated phasing schedule for both the base bid (move twice) and DEDUCT ALTERNATE #1 (move once, no storage). Plans are to include the number of employees that will be provided by the contractor, which rooms will be moved and/or how many offices on each day, and the order in which this will be accomplished. 6. Schedule: The move out of the current CBOC location, whether into temporary storage or directly to the new space (DEDUCT ALTERNATE #1), will be scheduled by the VA with at least two weeks prior notice for some date between November 30, 2012 and December 31, 2012. This move is expected to take place over a weekend in order to minimize disruption to patient care. If the initial move is into temporary storage, the move from storage into the new location will be scheduled by the VA with at least 30 days prior notice for some date between January 2, 2013 and July 31, 2013. 7. Hours of Work: Contractor will perform the moves between the hours of 7:00am to 7:00 pm on selected days, including weekends. 8. Items to be moved: Items to be moved include but are not limited to exam tables, medical equipment, clinic furniture, refrigerators, televisions, desks, task chairs, side chairs, credenzas, bookcases, file cabinets, storage pieces, computer desks, tables, cabinets, boxes of books, files, trash cans, etc. Some items are not to be moved. These items will be marked with stickers and/or identified by staff present during the move. 9. Computer Equipment: Contractor is not responsible to move computer equipment (except printers). VAMC staff will relocate CPU's, monitors and remaining computer equipment. 10.Special Items: Some pieces may need to be disassembled by the contractor so they can be moved and then reassembled by the contractor in the new locations. These items include but are but not limited to desks and tables. Wall mounted items to be moved are required to be removed by contractor and delivered to the appropriate space at the new location. Reinstallation of wall mounted items will be done by VAMC staff. 11.Packaging: Contractor shall provide all packing materials including boxes, packing tape and labels to Veterans Affairs employees one week prior to the initial move date, and Veterans Affairs employees will be responsible to pack these belongings in boxes provided and label them as to the locations to which they will be moved. A minimum of 75 boxes of approximately 3 cubic feet each, or equivalent assortment, shall be provided. 12.Removal of Packing Materials: Contractor shall be responsible for pickup of packing materials 1 week after move into new location is completed. VA will be responsible to locate these packing materials into one location on that building for the contractor pick up. 13.Damages: Contractor shall be responsible for any damages to the items being moved and/or the premises (namely the paint, wall covering, etc.) that might be damaged during the course of the work performed or while in storage. 14.Performance Coordination: Performance of work must be closely coordinated with VA personnel. Once the work is scheduled and approved, the VA will notify all affected areas. The contractor shall verify all site conditions and project requirements and comply with all applicable submittals requirements prior to start of work. 15.Contractor/Contractor Employees' Conduct: The contractor and/or contractor employees shall act in a thoroughly professional manner at all times. He/she shall work in harmony with the VA coordinating staff, and tact and courtesy are mandatory when interacting with staff and/or when they come in contact with our veterans and/or their family members. 14. Contract Compliance Monitoring a. The COTR or designee will verify services rendered and contract compliance. b. The VA will maintain a sign-in/sign-out log at the CBOC. Contract employees will sign-in upon arrival at the CBOC and sign-out when leaving. The log will provide for individual name, date, hour of arrival and hour of departure. c. The sign-in/sign-out log will be reviewed in order to verify services rendered and certify payments. 15. Insurance Coverage a. Contractor shall be insured as outlined in the following Schedule of Insurance Coverage (See Clause 52.228-5 contained elsewhere in this solicitation for additional information): SCHEDULE OF INSURANCE 1. Workers' Compensation and Employers' Liability Insurance. Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statues. Employers' liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. 2. General Liability. Contractor shall maintain bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. b. Evidence of Coverage. Before commencing work under the contract, the contractor shall furnish to the Contracting Officer a certificate from his/her insurance company indicating that coverage outlined in the above schedule has been obtained and that it may not be changed or canceled without written notice to the Contracting Officer. The furnishing of such evidence of insurance coverage may not be waived. 16. Safety a. The safety and health of patients, visitors and VA employees in the work area must be considered at all time while services are being performed. Never leave hazards unattended or unsecured when out of the working area. Psychiatric, blind, hearing impaired, and wheelchair patients are to be expected. b. Adherence to OSHA regulations may not be sufficient to provide the degree of safety required. Extra precautions should be observed when working with persons who are not accustomed to being exposed to potential hazards. Consideration must be given to persons who may be aged, have sensory impairments, use wheelchairs, or have mental or psychiatric conditions. 17. Sexual Harassment Policy a. The policy of the Department of Veterans Affairs is to create an environment free of discrimination and to promote an atmosphere for the residents, visitors and workforce, that is free of discrimination and/or harassment, without regard to race, color religion, sex, national origin, age, physical or mental handicap. b. The Contractor awarded a contract to perform these services on a Federal worksite must take any and all necessary measures to prevent sexual harassment and discrimination from occurring by assuring that his/her employees and those of his/her subcontractors maintain the highest degree of conduct and standards in this regard. c. These steps should include, but not be limited to, affirmatively raising the subject with employees and subcontractors, expressing strong disapproval when discovering or being informed that an incident has occurred, and developing appropriate guidelines and sanctions for conduct and/or misconduct pertaining to such matters. d. VA Policy Memorandum No. 00-122, Appendix B "Sexual Harassment" sets forth VA guidelines concerning matters of sexual harassment. Contractors providing services to the VA at the VA Medical Center or a clinic site shall abide by these guidelines, as a minimum. A copy of the policy will be provided to contractor upon request to the Contracting Officer. Failure by the Contractor or any subcontractor to comply with these guidelines may result in contractual action. e. Any complaints received by the Contractor, alleging misconduct toward contractor's employees from other than contractor related personnel, i.e. VA personnel, patients, and/ or visitors shall be reported to the Contracting Officer in charge of the awarded contract 18. Smoking Policy a. The VA Medical Center facility and clinic sites are smoke-free facilities. SMOKING IS NOT permitted within the confines of the any building nor is smoking permitted within 35 feet of any door to a VA facility. Smoking is permitted in designated areas only. b. Failure to comply with the smoking policy will result in immediate removal of contractor/contractor personnel from the facility. PRICING: Offeror shall provide pricing as described in the requirements above. The total price offered shall include all charges. PROVISIONS AND CLAUSES: This solicitation lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability: Feasibility of the phasing plan; Vehicles and equipment to be used (quality, quantity, performance capabilities; Labor to be provided (quantity, experience.) (2) Past performance: please include references of customers for whom your company has performed a similar service. Past performance with VA or other Government agencies is preferred. Please include the company name, the point of contact information, the purchase order or reference number, and the dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical capability and past performances when combined are significantly more important than price. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. PERFORMANCE EVALUATION: The following factors will be used to evaluate the vendor's performance: One-time delivery; Lack of damage to the items handles/ quality of the storage environment; courteous/ respectful behavior of the vendor's personnel; Prompt payment of any sub-contracted services or labor. SUBMISSIONS: All questions must be submitted to Wallace Larson, Contracting Officer, by e-mail only no later than 12:00pm EST on Friday, December 21, 2012. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information must be submitted no later than 12:00 p.m. EST, Friday, January 18, 2013. Technical questions and quotes must be sent by email to Wallace.Larson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25013Q0096/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-13-Q-0096 VA250-13-Q-0096.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=543058&FileName=VA250-13-Q-0096-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=543058&FileName=VA250-13-Q-0096-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Lancaster VA Outpatient Clinic;1550 Sheridan Drive, Suite 100;Lancaster, OH
Zip Code: 43130
 
Record
SN02943122-W 20121207/121205234408-2e81d6aad42b51df114003b5dcd4fafa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.