DOCUMENT
55 -- AUTOMATIC DOOR PACKAGE - Attachment
- Notice Date
- 3/30/2015
- Notice Type
- Attachment
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25515Q0545
- Archive Date
- 5/29/2015
- Point of Contact
- James E Stringer
- E-Mail Address
-
6-1984<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs VISN 15 Contracting Office is seeking Small Business potential sources for the purchase. Glass frame Automatic doors NAICS Code selected: 332321 Location: Wichita VA Medical Center, 5500 East Kellogg, Wichita KS 67218. If you can meet all of the requirements for this purchase All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Brand name or equal as listed below must meet or exceed the following characteristics as stated below: Scope The contractor shall remove existing door, frame and hardware will be disassembled And taken out of the opening and disposed of by the installer. All locking devices or usable Hardware must be given back to the Facilities Lock smith. A plastic wall may Be needed to be constructed for infectious control, and according to all the Regulations set forth by the Department of Veterans Affairs. New door or doors Will be installed to manufactures specifications and to comply with National Fire Codes. New door or doors will be anchored at the base plate and using No less than 6 anchoring points on both sides of frame. The door or doors frame Shall be plumb and level, leaving a 1/8" reveal around the entire door or doors. The entire door or doors will have a water tight seal. The threshold will be made of aluminum and is to be anchored to resist high foot and wheel chair traffic; it will be sealed and water tight. All edge openings of the installed door or doors are to be caulked with an exterior grade paintable silicone. If this is a glassed door it shall be mirrored (one way ). All silicone caulking applied will be installed onto the frame of the door or doors using described hinges, so as all mortise pockets align for proper door functions. Door or doors hardware such as locks, panic devices, handles, bumpers, stops, closers and openers shall be installed according to the Manufactures instructions, and installed in such a manner to hold up to high traffic areas. All locking devices will be compatible to a Corbin Russwin pre-system 70, 7 pin interchangeable core locking system. All installed hardware will function as it Intended design. Upon completion of the door or doors, frame and hardware Installation the Facilities Lock Smith will be notified for a final inspection. Any discrepancies that are found shall be corrected the same day. The RJD medical center will not supply, loan, nor furnish any other material tools or manpower needed for completion. The contract shall also be responsible for housekeeping of work area, and damages will be billed back to the contractor. Scheduling will be set up by VA personnel and work will start within 72 hours of the VA personnel request or an agreed upon time and date. Door Specifications 1-Record U.S.A. Series5100 automatic Sliding door package. Single-Slide style: 7ft. in. wide x 94 in. tall, clear aluminum finish ( Silver) with both panels to have Breakout (SX-S)O or SO-SX ( fail-secure electric locking, panic device on Sliding door leaf, horizontal muntins, holding beams, and motion decter/ presence sensors. Includes X in tempered glass, mirrored, glazing and caulking. Hinge rail must completely be welded from top to bottom, and reinforced the full channel height with 12 gauge steel extruded to provide equivalent thread depth of tapped holes. Lock rails to be constructed to the full channel height using 14 gauge steel. Top channel must be completely welded length with a flush top of 1 6 gauge steel. Bottom channel must be constructed of 14 gauge steel and welded the entire length. All channels must be welded making the entire frame a continuous piece. Core must be stiffened vertically with supported center lines every 4"and constructed of 1 4 gauge steel with welds the entire length of door. Door skins must be made of 1 2 gauge steel and welded on 12" centers the entire perimeter of the channels, the edges must be entirely wire welded the full length allowing for a seamless edge. Door must be insulated with 1 lb density fiberglass insulation between each stiffener allowing for increased sound deadening, and to comply with all fire codes. Door must be beveled 1/8" the entire door length The three hinge pads shall be an integral extrusion in 12 gauge steel channel, and the screw holes are to be expanded to provide thread depth equal to 10 gauge plate or 3/16" in plate. Hinge pockets are to be reversible allowing the swing to be changed to either left or right hand. Hinges must be 4 1/2",heavy duty and made of stainless steel, be of high security construction with tamper proof pin sets. Door must be mortised for a Corbin Russwin mortise type lock, and with government 86 mortise lock reinforcement. Integral tabs must be made of 14 gauge steel welded directly to the lock rail. Door must be degreased, cleaned, phosphatized, primed, and finished with one coat of baked on silicon alkyd enamel paint and have a dry film thickness of 1.0 mil and meet a 0.25 tolerances according to federal specification TT-E00490. Potential contractors shall provide, at a minimum, the following information to: Contracting Specialist James Stringer james.stringer2@va.gov 1) Offerors name, address, point of contact name, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Company's DUNS number, type of small business and Business Size. 4) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statement regarding the company's ability to provide the service above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to proceed as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given IAW FAR Part 8 and VAAR Part 808. The Government must ensure there is adequate competition among the potential pool of available contractors. This notice is for information and planning purposes only and is neither to be not construed as a commitment by the Government nor will the Government pays for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 3:00 PM CST Time on 1Submit responses and information to: Contracting Officer:, James Stringer james.stringer2@va.gov No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515Q0545/listing.html)
- Document(s)
- Attachment
- File Name: VA255-15-Q-0545 VA255-15-Q-0545.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1949851&FileName=VA255-15-Q-0545-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1949851&FileName=VA255-15-Q-0545-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-15-Q-0545 VA255-15-Q-0545.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1949851&FileName=VA255-15-Q-0545-000.docx)
- Record
- SN03683506-W 20150401/150330235355-9048e4e8a8cc8499d6c00b5578e59c96 (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 |