Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOLICITATION NOTICE

65 -- Privacy Curtains

Notice Date
3/31/2020 5:57:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0475
 
Response Due
4/3/2020 9:00:00 AM
 
Archive Date
04/18/2020
 
Point of Contact
Kevin Peeples Contract Specialist, Phone: 2164478300, Fax: 2164478310
 
E-Mail Address
kevin.peeples@va.gov
(kevin.peeples@va.gov)
 
Small Business Set-Aside
VSS Veteran-Owned Small Business Sole source (specific to Department of Veterans Affairs)
 
Description
RFQ 36C25020Q0475 Privacy Screens � Cleveland VA Medical Center, Cleveland, OH This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. This is a request for quote (RFQ) and the solicitation number is 36C25020Q0475. The Government anticipates awarding a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-101, effective 10/26/2018. The associated NAICS Code is 314120, Curtains and Linen Mills; Small Business Size Standard is 750 Employees. This is a 100% set aside for Veteran-Owned Small Business (VOSB). The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from VOSB sources to supply the Cleveland VA Medical Center with new I-MOP Walk Behind Floor Scrubbers. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. � Quotes are to be provided to Kevin Peeples, Contract Specialist, via email at kevin.peeples@va.gov, no later than Friday, 03 April 2020, by Noon EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. REQUIREMENTS: � This combined synopsis/solicitation is for Brand Name or equal, items listed in the table below: Schedule Item # Model Number Manufacturer/Description/Part/Model Number* Qty Unit Unit Price 1 12'-0"" length room track, carriers and components 46 EA 2 12'-0"" length room, privacy curtain with mesh 38 3 12'-0"" length room, privacy curtain replacement panels 38 4 7'-6"" length room, privacy curtain with mesh 2 5 7'-6"" length room, privacy curtain replacement panels 2 6 7'-6"" Track, Carriers, components needed per room 2 7 5'-0"" length room, privacy curtain with mesh 6 8 5'-0"" length room, privacy curtain replacement panels 6 9 5'-0"" Track, Carriers, components needed per room 6 10 5'-6"" length room, privacy curtain with mesh 2 11 5'-6"" length room, privacy curtain replacement panels 2 12 5'-6"" Track, Carriers, components needed per room 2 13 8'-0"" length room, privacy curtain with mesh 5 14 8'-0"" length room, privacy curtain replacement panels 5 15 8'-0"" length track, Carriers, components needed per room 5 16 Field Measurement 1 17 Installation and shipping 1 Project Management Service 1 � SUBTOTAL (Products) Service Level Agreement (SLA) Fee 3% Project Total New Equipment ONLY; NO remanufactured or ""GRAY MARKET"" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted.� Only emailed requests received directly from the Offeror are acceptable.� It is the Offeror�s responsibility to ensure the quote is received. Salient Characteristics � STATEMENT OF WORK- Privacy Curtains � 1.0������ GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for Privacy curtains, track, and replacement curtains for new construction, 35,000 square foot Youngstown Expansion Replacement CBOC located at 1815 Belmont Avenue Youngstown Ohio 44504 that meet the VHA IDIQ specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes privacy curtains, carriers, track, full replacement curtains, mesh, and privacy curtain material, field verification and measurements, professional installation and maintenance/warranty services. The Contracting Officer is Kevin Peeples, Kevin.Peeples@va.gov.� To the best of the Contracting Officer�s knowledge, this is considered a PPC2 for product, and SV2 Service as detailed in Healthcare Furniture technical requirements per VHA Healthcare Furniture multiple award IDIQ program. The awardee shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity.� 2.0������ PERFORMANCE REQUIREMENTS The awardee shall provide and be responsible for the technical assistance, development and generation for final specifications. Final install and delivery will be at 1815 Belmont Avenue Youngstown Ohio 44504 starting the week of October 26, 2020 Duty hours will be 8:00am to 2:30pm, Monday through Friday.� The Government recognized US holidays are: New Year�s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day.� If the holiday falls on Sunday, it is observed on Monday. The awardee shall: Coordinate and provide project management of all products and services to manage, design, order, ship, deliver and install new privacy curtains and associated items from the manufacturer until final acceptance by Kevin Peeples, Contracting Officer. � Awardee is required to have on site staff supervisor with OSHA 10 certification � Awardee is to provide per the drawing all product being specified and requested.� � One complete set of privacy curtains is defined as one set of fully constructed fabric panel(s), snaps, mesh, associated trim, and one fully constructed replacement fabric panel(s) with snaps, associated trim, but no mesh.� Sizes to vary to accordance of facility need as called out on Contracting Privacy PDF. � One complete set of track includes heavy duty aluminum track, hardware, one-piece nylon carriers with stainless steel chain and hard aluminum hook, finish end caps. Sizes to vary in accordance to facility need as called out on Contracting Privacy PDF. � Type A--- These rooms will receive one complete set of track as described in 2.0 e.� These tracks span the room which is 12�-0� wide, ceiling height 9�-0�.� Please reference Contracting Privacy Curtain� PDF Layout for room locations. � Type B- These rooms will receive one complete set of privacy curtains and 1 complete set of track as defined in 2.0 d and 2.0 e� These curtains and track span the room which is 12�-0� wide, ceiling height 9�-0� Please reference Contracting Privacy Curtain PDF Layout �for room locations. � Type C- These rooms will receive one complete set of privacy curtains and 1 complete set of track as defined in 2.0 d and 2.0 e.� These curtains and track span the door opening 7�-6� wide, ceiling height 9�-0�. Please reference Contracting Privacy Curtain Layout PDF for room locations. � Type D- These rooms will receive 2 complete set of privacy curtains and 2 complete set of track as defined in 2.0 d and 2.0e. The need for dual curtains for the room at the door openings is in order to maintain ceiling lift access which will span the middle of the room.� These curtains and track span the door opening 5�-0� wide, ceiling height 9�-0�. Please reference Contracting Privacy Curtain Layout PDF for room locations. � Type E- This room will receive 1 complete set of privacy curtains and 1 complete set of track as defined in 2.0 d� and 2.0 e.� These curtains and track span the door opening 5�-6� x 5�6 � wide, ceiling height 9�-0�.� Please reference Contracting Privacy Curtain Layouts for room location. � Type F- This room will receive 6 complete set of privacy curtains and 6 complete set of track as defined in 2.0 d and 2.0 e.� These curtains and track span the door opening 8�-0� x 8�-0� � wide, ceiling height 11�-8�. Please reference Contracting Privacy Curtain Layouts for room location. � Each curtain shall be sized to be the track length plus a maximum of 15% additional fullness, minimum of 12% for fullness. Curtain material being specified as basis of design is CF Stinson Pattern Spectrum, color SPC 23 Shadow. 5. The content is 70% Polyester, 30% FR Polyester, NFPA 701 Flammability passed, no added antimicrobial added and is Greenguard certified. This material is a commercial healthcare privacy curtain textile, able to withstand laundry conditions of 160 degree. Specific material, pattern and colors were selected to relate to life safety, as well as to the aesthetic therapeutic direction of the healthcare design intent the COR is pursuing for the new outpatient clinic.� If substitutions are being considered, they must meet design intents as detailed above and match in color and pattern. COR will need memo samples showing the full scope of pattern and color of the scheme, basis of design specified and/or substitutions, the full specifications, cleaning, environmental, and cost per yard of each material. Failure to do so will result in a bid not being considered. � All privacy curtains need to be properly hemmed and finished. All hems will be double turned, and twin needle stitched.� Bottom hem will be 3� wide and side hems will be 1 �� wide. Joining seams will be double flat folded and twin needle stitched closed. All seams and hems will be free of puckering and void of exposed raw seams. Both sides of the curtain will be finished. The fabrication of these curtains shall be to provide pattern match along the length of the seams.� All curtains shall include a discreet, permanent tag that includes the curtain size, room number, facility which is Youngtown.� � Fabric panels shall be fastened to the mesh panels using metal snaps.� Plastic or vinyl snaps, or Velcro is not permitted.� Snaps shall attach to the curtain body with� �Snap To It� Snap System, which is universally used at the Cleveland VA Medical center and auxiliary support facilities. This allows interchangeable use of all privacy curtains that maintain the same length/width.� Snaps will be heavy duty and attached to Snap tape. Snap spacing will be 4 1/8� on both male and female snap tape. Snap tape will be covered in cubicle curtain fabric on both sides, so the back side of the snap tape is not visible on curtain.� � All privacy curtains shall be constructed with triple thick 1-1/2-inch header sewn with a double needle, Safe T-Lock stitch to eliminate unraveling and raw edges. Heading will have #2 grommets. The cubicle curtain fabric will cover the heading with single needle stitching at top and bottom.� Grommets will be of nickel-plated brass and spaced at 6� intervals. End grommets will be placed 1� in from each end of the curtain. Grommets will be firmly anchored in the triple thickness of the top hems. � Mesh will be bordered with cubicle curtain fabric on all four sides to stabilize mesh. Pattern direction will be maintained around mesh, adding stability to the curtain and insuring an ascetically pleasing look on both sides of the curtain. Straight stitching of mesh to body of curtain is not acceptable. The mesh is to be � inch looped openings constructed of fire-retardant nylon with anti-microbial treatment.�� Color is to be beige/light cream- final selection by COR prior to production.� � All mesh shall be a minimum 18� inches long as specified by NFPA � National Fire Protection Agency to allow for sprinklers to conduct safely for water spread in case of a fire.� Longer mesh is necessary for areas where the ceiling height exceeds 100 inches.� Privacy curtains panels should not extend more than 15 inches from the floor or be lower than a minimum of 12 inches from the floor. � Track will be direct surface mount track, 1-3/8 x � dimension, finish to be Satin anodized finish with IFC 600 Carriers spool style carriers, virgin nylon, with stainless steel chain and hard aluminum hook. � During bid review, all bidders must provide a scaled sample detailing the craftmanship of all above criteria for the privacy curtain and mesh as well as carrier sample to assure they are meeting and/or exceeding requirements.� Failure to provide a sample mockup will lead to disqualification of bid.� Bid opening will be no less than 4 weeks to allow proper time for all bidders time to create a sample. � Direct shipments to the Cleveland VA medical center warehouse or to the Youngstown CBOC site is not permitted.� Product delivery will be direct to the vendor of their specified warehouse/storage facility that is secured, and temperature controlled.� A coordinated delivery will need to occur with COR, starting week of October 26, 2020.� � 3.0� ���� KICKOFF MEETING The prime awardee shall participate in a kickoff meeting within ten (10) days of task order issuance, in person with COR at the construction site at 1815 Belmont Avenue Youngstown Ohio 44504 unless otherwise denoted to be at 10701 East Blvd Cleveland Ohio 44106.�� Time, date and location will be determined by VA COR. 4.0 ����� SUBMISSION OF QUESTIONS Questions:� All questions must be received by April 1, 2020.� All questions submitted for this solicitation must be electronically sent to the following email address: kevin.peeples@va.gov. �Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. � 5.0������ SUBMISSION OF QUOTATION � Quote Submission:� The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: � Volume 1: (technical) Bill of Materials tagged per CLIN/ floorplan department and room etc. Quantity of man hours for labor/installation Project management plan Product literature Project staffing plan Sustainability certification documents Warranty. Self-certifying statement confirming ability to meet project deadlines Scaled mock-up of privacy curtain construction and mesh showcasing all above design feature described in 2.0 Performance Requirement, sample of the carrier Volume 2: (pricing) price quote detailing each specific product item, labor, install, IDIQ fees, project management.���� Bill of Materials with subtotals and tagged per CLIN/ floorplan Submissions can be sent in multiple emails to avoid computer system email size limitation, to Kevin Peeples kevin.peeples@va.gov.� Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes and samples will not be accepted for evaluation.� The awardee is responsible for confirming the Government�s receipt of the contractor�s quote.� Pricing must be within the established IDIQ Pricing. � 6.0 ����� EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per CLIN / floorplan department and room etc. Scaled mock-up of full privacy curtain and mesh, carrier components as described in 5.0 submission of quote Cut sheets with product detail for each line item. Labor/Services appropriate to the scope of work. � Project staffing plan appropriate to scope of work Product SOW specification characteristics 7.0 ����� SERVICES � Service required is detailed in SV-2 as defined by the IDIQ � � Design Contract Tasks/Requirements The awardee shall attend a minimum of one (1) in-person meetings at the construction site of 1815 Belmont Avenue Youngstown Ohio 44504 unless otherwise denoted to be at 10701 East Blvd Cleveland Ohio 44106 to review final award with VA Interior Designer and End Users and to make necessary revisions to the quote. The awardee shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing.� Auto-Cad drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order. Awardee will provide final, clean quote for sign-off prior to scheduling manufacturing within 2 weeks of field measurements.� The product must not be placed into production without clearance from the CO with guidance given by VA COR. The Awardee shall track manufacturing schedule and notify VA COR with updates of estimated completion date by email. All product shall ship to Awardee�s own storage facility.� Direct shipments to the Cleveland VA medical center warehouse or to the Youngstown CBOC site is not permitted.� Product delivery of new product will be to the awardee�s specified warehouse/storage facility that is secured, and temperature controlled.� A coordinated delivery will need to occur with COR, starting week of October 26, 2020.� Once a coordinated installation is scheduled via VA COR, all product will be delivered to the jobsite in box trucks with lift gates or similar.� There is no raised dock. Installation will take no more than 5 days to complete.� VA COR will coordinate with Awardee, business hours being Monday through Friday, 8am to 2:30pm. All employees working the jobsite must wear vendor-provided identification badges. The lead installer will contact the VA interior designer each day they are starting onsite, and at each day they are leaving. All staff shall be required to conduct their business in a professional manner including appropriate attire, language, and behavior.� All staff shall be required to comply with all applicable VA safety requirements and policies. Awardee is responsible for uncrating and unpacking all components and removing all waste products from site.� It is not permitted to dispose of packaging materials on the job site.� If something is damaged or broken during shipment, it shall be replaced free of charge to the VA, within a 4-week maximum timeframe based on product to be replaced. Awardee will have all replacement curtain panels bagged and stored neatly in boxes labeled by type and size.� These shall be left onsite in a location determined by the VA COR. The Awardee shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA COR� a remediation plan within 5 business days. The Awardee shall provide 30 days free storage.� In advance of any unforeseen construction delays, awardee will give the cost of month to month storage cost to the contracting officer. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. Work Required by Others � All work required by other trades shall be identified under this section by the Bidder. � Delivery Contractor shall deliver all equipment to the Cleveland VA Medical Center, 10701 East Blvd., Cleveland, Ohio 44106, no later than 60 Days ARO. FPB Destination. The selected Offeror must comply with the following commercial item terms and conditions. Clauses FAR 52.212-1, Instructions to Offerors � Commercial; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4, Printed or copied Double-sided on Postconsumer Fiber Content Paper; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, apply to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.222-55, 52.223-18, 52.225-13, 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70, Commercial Advertising; 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION); 852.232-72, Electronic Submission of Payment Requests; and 852.246-71, Rejected Goods. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. EVALUATION CRITERIA/ SUBMISSION OF OFFER: Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Best Value Determination to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes must be good for 60 calendar days after close of this combined synopsis solicitation. Quotes shall be sent by email only to: kevin.peeples@va.gov no later than Friday, 03 April, 2020, at Noon EST. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by email only to: kevin.peeples@va.gov no later than Wednesday, 01� April 2020, at Noon EST. No late submissions will be accepted. � Set-Aside Requirement:� Only verified VOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c8604fea7b843c5882faf5a1660452a/view)
 
Place of Performance
Address: Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN05606143-F 20200402/200331230152 (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 |
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.