SOURCES SOUGHT
J -- 659-22-3-6049-0246 OR 5-6-7 (VA-22-00063879)
- Notice Date
- 5/26/2022 4:46:59 PM
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24622Q0659
- Response Due
- 6/15/2022 7:00:00 AM
- Archive Date
- 07/15/2022
- Point of Contact
- Amber Hess, Contract Specialist, Phone: 757-315-3982
- E-Mail Address
-
amber.hess@va.gov
(amber.hess@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE ONLY This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists currently. We are seeking information for market research purposes only. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The VHA Network Contracting Office 6 (NCO 6) is seeking sources to help determine the availability of qualified sources who can provide the removal and installation of OR flooring as detailed in the DRAFT Statement of Work below. All interested parties must respond in writing via email to amber.hess@va.gov to be considered. Your response is required by 10:00 am on June 15, 2022. This is strictly market research and no telephone inquiries will be accepted. In response, please include the following information: Company/individual name Address Point of contact with phone number Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Information describing your interest, Indicate contract number if applicable (such as SEWP, FSS, GSA etc.) Tax ID number DUNS number NAICS code (if different than below) Capabilities statement Quotes in response to this notice will be considered informal and used for market research only. The NAICS 238290 is applicable to this acquisition; with a size standard of $16.5 million. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov) to be considered for SDVOSB/VOSB Socio-Economic status. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, vendors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award. SCOPE OF WORK (SOW) --DRAFT-- General: The Contractor shall provide all labor, equipment, materials, and supervision necessary to demo exist flooring (welded sheet vinyl), then fabricate (own designed), provide, and install new about 1,650 sq. ft. of highly durable resinous Urethane epoxy flooring system according to salient characteristics provided. Successful bidder will provide an on-site supervisor who carries an OSHA 30-hour card. This supervisor must be on the jobsite whenever work is being performed, without exception. An on-site viewing of the jobsite is recommended to assess the jobsite conditions prior to placing bids. SCOPE OF WORK: The work covered in this solicitation consists of furnishing all labor, equipment, tools, devices and materials, and performing all operations necessary in designing, producing and installing about 1,650 sq. ft. of highly durable resinous Urethane epoxy flooring system in building 2, 4th floor, OR s 5, 6, & 7, on the Campus of the VA Medical Center, Salisbury NC. Work includes, but not limited to, the installation of new highly durable resinous epoxy flooring system and shall be performed within two (2) months of award. Work shall be performed in accordance with the government approved, salient characteristics. DEMOLITION & MOBLIZATION: Site Preparation: Contractor to conduct Site Survey before mobilizing. Coordinate with COR of location of material and/or office support elements. Dumpster provided by government. Coordinate with COR for location. All debris shall be removed from site and if exposed outside of construction area it shall be covered and protected at all times. Infection control measures will already deployed in the area of work, by the VA, as dictated by the Office of Infection Control at the VAMC Salisbury. PLACE OF PERFORMANCE: W. G. Hefner Medical Center, 1601 Brenner Ave. Salisbury, NC 28144 PERIOD OF PERFORMANCE: 2 months TECHNICAL REQUIREMENTS: The vendor shall provide all materials, supplies, equipment, and labor to satisfy the VA s design guidelines manual for Surgical and Endovascular Services Design Guide April 2016 (rev 5/22) - operating rooms, Program Guide 18-14 (rev. 12/2018), and VA specifications Resinous Urethane and Epoxy Mortar Flooring from Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov). This vendor shall specialize in Resinous Urethane and Epoxy Mortar Flooring systems. The vendor shall manufacturer and have manufacturer certified installers to field their systems in the following space under this contract, building 2, 4th floor, OR s 5, 6, & 7. The vendor shall verify the estimated Contractor Furnished Material List below (abt. 1,650 sq. ft.). This vendor s employees shall meet the Salisbury VA s badging requirements for contractors as follows; 2 forms of Government Identification, Negative TB test (within 90 days), OHSA 30 (Forman)/10 card (employee), Flu Shot or mask (November through March). ELECTRONIC SPECIFICATIONS AND DRAWINGS: VA s design guidelines manual for Surgical and Endovascular Services Design Guide April 2016 (rev 5/22) - operating rooms, Program Guide 18-14 (rev. 12/2018), and VA specifications Resinous Urethane and Epoxy Mortar Flooring from Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov). Contractor Furnished Equipment and Personnel: General Conditions Machine scraper Machine grinding Field personnel, general purpose laborers Field personnel, superintendent Field personnel, project manager Contractor Furnished Material: Stonclad GS epoxy surface at 3/16"" Stonhard Standard Epoxy primer Stonhard SL Epoxy Primer Stonhard Stonrez STR resilient urethane flooring surface Stonseal PA7 urethane CF7 matte finish clear urethane 9. Performance Requirements: A jobsite supervisor carrying a 30-hour OSHA card must be on-site whenever work is being performed. A photocopy of that card along with a State or Federally issued photo ID must be provided before any work begins on-site. Vendor will clean up daily before leaving the worksite. Smoking is not permitted in the building or near entrances. Vendor arranges a work schedule with us so we can make the appropriate notifications a minimum of ten working days in advance of arrival. Any removed debris will be disposed of daily by the vendor, in the VA provided dumpster. Tools and equipment will not be left un-attended or left overnight outside of work area. 10. Quality Assurance: Contractor shall ensure manufacturing and service installation of the flooring system is performed in accordance with VA standards and accepted commercial practices. The COR will evaluate the Contractor s performance and approve all final installations in accordance with the QASP. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): This QASP was developed to evaluate Contractor actions while implementing this PWS. It is designed to provide an effective method of monitoring Contractor performance for each listed objective in the PWS. The QASP provides a systematic method to evaluate the services the Contractor is required to furnish. This QASP is based on the premise that the Government desires to maintain a quality standard in the operation of the systems to be serviced under this agreement and to provide the service is the best means of achieving that objective. The Contractor, not the Government, is responsible for management and quality control actions to meet the terms of the agreement. The Government s role is quality assurance to ensure agreement standards are achieved. 11. VHA Specific Requirement: TB, Flu, OSHA, and COVID-19 REQUIREMENTS: TB - The Contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The Contractor shall: Produce negative results within 90 days of start of work for every employee. Flu - The Contractor shall comply with the W. G. Hefner Medical Center VA Directive 1192 requirements for Flu Shots. All Construction Contractors working on site must either have a Flu Shot or wear a mask regardless of interaction with patient areas. OSHA The Contractor shall comply with the Federal Guidelines. A minimum of 30(Forman)/10(Workers) hours training is required. COVID-19 - Per current VA guidelines, mandatory COVID-19 could reinstate screening at the entrances throughout all VA Medical centers. Facilities could also enforce singular entrance to buildings where the screenings are being done to all who enter. If you are contracted to perform work within a timeframe of the current COVID-19 outbreak, please make appropriate preparations. Facilities are enforcing the wearing of face masks while on government property. Performance of contractual duties is required unless there are interruptions or reasons to prohibit performance. In that circumstance, please communicate with the Contracting Officer (CO) and Contracting Officer Representative (COR) for guidance. 12. PAYMENTS: Payments will be made in arrears following the receipt of the invoice and the monthly summary report. Two payments will occur under this contract; once material delivery occurs, and at completion of the project. INVOICES: Invoices shall be submitted twice (as directed in Payments section above), in arrears, and shall include at a minimum: Date of invoice, Contract Number, Purchase Order Number, Vendor Name, Invoice Number, CLIN & Date of service. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, and submitted through the COR for initial approval, then into Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 13. SECURITY: The C&A requirements do not apply. This acquisition does not require services that involve connection of one or more contractor-owned IT devices (such as a laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public) network. A Security Accreditation Package is not required. 14. KEY PERSONNEL Key personnel (Project Manager, and Superintendent) will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted, or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval at least thirty (30) business days in advance. 15. WORK HOURS The services covered by this contract shall be furnished by the contractor as defined herein or as coordinated with the Contracting Officer Representative (COR). The contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off duty hours as described below. The following terms have the following meanings: (1) Normal working hours: Monday through Sunday, 8:00 a.m. 8:00 p.m., excluding federal holidays. (2) Federal Holidays: The 11 holidays observed by the Federal Government are: New Year s Day Martin Luther King s Day President s Day Memorial Day Juneteenth Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. 16. CONTRACT ADMINISTRATION Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract. The COR shall be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof POINTS OF CONTACT Contracting Officer (CO) Department of Veterans Affairs VISN 6 Network Contracting Office 100 Emancipation Drive, Building 27 Hampton, Virginia 23667 757-728-6011 Fax 757-728-3132 Contracting Officer s Representative (COR) Andre Nobs Department of Veterans Affairs 1601 Brenner Ave Salisbury NC 28144 704-638-9000 Ext. 16457
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8134b872a2d34ade8cce8824dd83d25b/view)
- Place of Performance
- Address: 1601 Brenner Ave Salisbury, NC 28144-2515, USA
- Zip Code: 28144-2515
- Country: USA
- Zip Code: 28144-2515
- Record
- SN06340602-F 20220528/220526230105 (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 |