DOCUMENT
99 -- Furniture Installation Contract (VA-18-925404) - Attachment
- Notice Date
- 12/15/2017
- Notice Type
- Attachment
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
- ZIP Code
- 85723
- Solicitation Number
- 36C25818Q0051
- Response Due
- 12/29/2017
- Archive Date
- 2/27/2018
- Point of Contact
- Cynthia Valdes
- E-Mail Address
-
2-1450
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. SDVOSB, VOSB, and (i) must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. SDVOSB respondents must address how they will meet the limitation on subcontracting requirement found at VAAR 852.219-10 if awarded this procurement that requires at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. VOSB respondents must address how they will meet the limitation on subcontracting requirement found at VAAR 852.219-11 if awarded this procurement that requires at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other eligible veteran-owned small business concerns. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a specific acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for SDVOSB or VOSB if there are no SDVOSBs. However, if response by SDVOSB or VOSB proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 238390 ($15M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743. E-mail is preferred at Cynthia.Valdes@va.gov. All information submissions to be marked Attn: Cynthia Valdes, Contract Specialist (9-90C) and should be received no later than 2:00 pm Arizona Time on Dec 29, 2017. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. DRAFT STATEMENT OF WORK OBJECTIVE Phoenix Veterans Affairs Health Care System (PVAHCS) requires furniture installation services. The vendor must have the capabilities to provide labor (technically trained personnel) for the installation of furniture systems, freestanding furniture and reconfiguring of office/exams rooms throughout the VA Medical Center at 650 E. Indian School, Phoenix, AZ 85012 and local offices and clinics. Buildings range from one (1) to seven (7) stories with basements. The main facility has loading docks; however, the off-site facilities may or may not have loading docks. SCOPE OF WORK The Contractor shall furnish all labor, tools, equipment and incidentals to provide and execute the labor and installation of furniture systems, moving of freestanding furniture, reconfiguration of offices/exam rooms. The VA will supply the product/materials to be moved, installed or reconfigured located at the VA Medical Center and local offices and clinics. These services will be provided two (2) days a week for 52 weeks a year. This does not include any work requests at the clinics in Globe, Payson and Show Low. The following work will be performed by the Contractor but not limited to: Ability to read floor plan drawings in order to install the product correctly and according to the presented drawings. Install modular panel systems with recently purchased and existing product according to designer s drawings. Reconfigure existing modular furniture/systems, which may include adding and/or relocating to another space/room. Ability to hang wall strips and wall starts correctly to hang systems furniture. Ability to pull the data cable through system panel bases and route them up to work surface level for our IT personnel. Knowledge of electrical in all modular panel systems to correctly install receptacles and power poles in modular panel systems. Assist with clearing, organizing and inventorying our existing modular furniture/systems product inside the hospital, as well in our onsite warehouses. Keep the designer updated with inventory of existing product that needs to be ordered, so we are not missing product on projected jobs. Relocating employees packed boxes, chairs, etc., from one office space to another. This may include moving to another space on campus or to one of our local clinics in the valley. Ability to move large pieces of furniture, such as freestanding cabinets, lateral files, bookcases and seating to another location. Ability to remove and hang artwork, bulletin boards, and marker boards, etc., where specified. Ability to put together boxed, unassembled stools, seating, cabinets, lockers, etc. and deliver them to the appropriate end user. GENERAL REQUIREMENTS: 6500.6/Appendix A/Item 6 The certification and Accreditation requirements do not apply and Security Accreditation Package is not required. 3.2 6500.6/Appendix A/Item 7 This service will not be storing/collecting any data released outside the VA. There is no sensitive information to protect outside of the VAMC. VA Privacy Training for Personnel without Access to VA Computer Systems or VA Sensitive Information. This TMS training course (VA20939) provides the mandatory yearly Privacy training requirement for any VA personnel such as volunteers or contractors without access to VA computer systems or VA sensitive Information. If employee has access to protected health information, whether paper or electronic, they must take the Privacy and HIPAA Focused Training. You may use this print version for an employee to read. The supervisor, in turn, must enter the training into TMS. WORK REQUIREMENTS The extensive knowledge of installation and reconfiguration of systems furniture from such manufacturers as: Knoll, Herman Miller, and Equity [old Westinghouse] products. The contractor resides within 50 miles of the VA Main Hospital facility. The ability to have the staff ready to accommodate our weekly requests for teardown of furnishings, removal of furnishings, installations, and reconfigurations. The ability to read and understand scaled computerized drawings from AutoCAD. All vendors must supply their own tools, carts and trucks for moving and reconfiguring of furniture. The Contractor shall coordinate the installation with the interior designers. Contractor must perform work consistently in a manner satisfactory to the Phoenix VA Health Care System. Locations of work will be mainly at the Phoenix VA Healthcare System and local clinics: 650 E. Indian School Road, Phoenix, AZ 85012 Main Facility 4001 N 3rd St., Phoenix, AZ 85012 Fairmount Building 9250 W. Thomas Road, Phoenix, AZ 85037 SW Clinic 9424 N. 25th Ave. Phoenix, AZ 85021 Midtown Clinic 5040 N. 15th Avenue, Phoenix, AZ 85015 Thunderbird Clinic 13985 W. Grand Avenue, Suite 101 Surprise, AZ 85374 NW Clinic 11390 E. Via Linda Rd. Ste.105 Scottsdale, AZ 85259 NE Clinic 3285 S. Val Vista Dr. Gilbert, AZ 85297 SE Clinic CLEAN-UP All debris and rubbish not specified to become Government property shall be disposed of by the contractor off Government property. Disposal will be in compliance with all applicable Federal, state and local hauling and disposal regulations. SAFETY REQUREMENTS: Safety requirement shall meet the applicable sections of Occupational Safety and Health Administration (OSHA) Regulations. The contractor shall ensure that all materials/equipment being used meets any and all applicable safety standards. PERIOD OF PERFORMANCE The Period of Performance for this contract service shall be a Base Period from day of award (projected as February 2018) through 30 September 2018 with four one year option periods starting 1 October 2018 through 30 September 2022. GENERAL REQUIREMENTS HOURS OF WORK The hours of work shall take place between the hours of 8:00am to 4:30pm, Monday through Friday, Federal Holidays excluded. There will not be any overtime or weekends in this contract. FEDERAL HOLIDAYS New Year s Day, Martin Luther King s Birthday, President s Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. TYPE OF CONTRACT This shall be a firm fixed price contract for two individuals and a truck two days a week for 52 weeks. 12.0 CONTRACTOR REQUIREMENTS The contractor shall provide the COR with a list of contractor employees expected to enter buildings. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. PVAHCS does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. SERVICES SUMMARY: Performance Objective Performance Standard Performance Threshold Install modular panel systems with recently purchased and existing product according to the designer s drawing. The completed installation of the modular panel systems will be reviewed by the Designer after completion. The Install crew must complete the installation according to the given drawing. The install must be completed between the hours of 8:00am 4:30pm Monday-Friday. Paragraph 1, under Scope of Work and Period of Performance. Paragraph 2, Hours of Work and Federal Holidays. No deficiencies permitted, unless the fault is with the VA. Due to lack of product, drawings or scope of work for a project. Assist with clearing, organizing and inventorying our existing modular furniture/system product stored inside the hospital, as well as our onsite warehouses. The Install crew will clear, organize and take inventory of our existing furniture systems. The install crew must be completed between the hours of 8:00am 4:30pm Monday-Friday. Paragraph 1, under Scope of Work and Period of Performance. Paragraph 2, Hours of Work and Federal Holidays. No deficiencies permitted, unless the fault is with the VA. Due to lack of product, drawings or scope of work for a project. What will be inspected Who will inspect it When it will be inspected Where it will be inspected How it will be inspected Excess furniture pickup Interior Designer At time of pickup At the location of the excess Personal observation. Furniture Installation Interior Designer At the time of the during and completion installation. At the location of the installation. Personal observation. Reconfiguration of Furniture Interior Designer At the time of before and after reconfiguration. At the location of reconfiguration Personal observation. Assemble or Dissemble Interior Designer During the assemble or dissemble process At the location of assemble or dissemble process Personal observation. Relocation Activities Interior Designer Safety and movement of furnishing and Upon completion of relocation installation Loading, Unloading and Placement Personal and Visual observation. GOVERNMENT FURNISHED PROPERTY (GFP) AND SERVICES: Utilities The government shall furnish electrical power in the performance of services stated in this contract. The government is not responsible for furnishing adaptors for connecting contractor-furnished equipment to government-furnished utilities. No other equipment or services shall be furnished by the government. Lights shall be used only in areas where work is actually being performed. Contractor personnel shall not adjust electrical or mechanical controls for heating ventilation, and air conditioning systems. VA POINTS OF CONTACT (POC) The EMS POC; Sharon Wassam-Interior Designer-COR
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818Q0051/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q0051 36C25818Q0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3968532&FileName=36C25818Q0051-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3968532&FileName=36C25818Q0051-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q0051 36C25818Q0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3968532&FileName=36C25818Q0051-000.docx)
- Place of Performance
- Address: Phoenix VA Health Care System;650 E. Indian School Rd;Phoenix, AZ
- Zip Code: 85012
- Zip Code: 85012
- Record
- SN04768349-W 20171217/171215230827-d638389a656ba90c17362d977acedec7 (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 |