SOURCES SOUGHT
Z -- Floor Restoration Service
- Notice Date
- 1/12/2023 12:37:49 PM
- Notice Type
- Sources Sought
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0250
- Response Due
- 1/17/2023 9:00:00 AM
- Archive Date
- 03/18/2023
- Point of Contact
- Issa Shawki, Contracting Officer, Phone: Please see the statement of work
- E-Mail Address
-
issa.shawki@va.gov
(issa.shawki@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this sources sought/RFI is to gain knowledge of businesses that are capable of satisfying the following work requirements: Statement of Work Background: VA Bedford Healthcare System has vinyl and ceramic tiled flooring and walls in the public restrooms throughout its healthcare facilities: 1.) Edith Nurse Rogers Memorial Veterans Hospital 200 Springs Rd Bedford, MA 01730 2.) Crescent House Transitional Residence Program 15 Veterans Way Lowell, MA 01852 Due to heavy traffic and use, many areas with vinyl and ceramic tiled flooring and grout are in emergency need for routine sanitizing, sealant maintenance and restoration. This service is deemed essential to Environmental Management Services (EMS) to keep these high traffic flooring areas properly sanitized and in best visual condition. Scope: Contractor shall furnish to the Government all labor, supervision, supplies, tools and equipment, travel and services necessary to prepare and apply protective sealant to approximately 8,920 square feet (ft2) of tile and grout, VCT, epoxy or terrazzo flooring. The contractor shall also supply quarterly maintenance services for 6110 square feet (ft2) for the base year and an optional 4 years, additionally. This refers to the flooring, and to include the immediate 4 inches of ceramic tile from the floor up the wall where applicable. Other wall square footage to be used to restore wall tile around soap dispensers and urinals as necessary, and to restore the terrazzo baseboards in the VCT hallways. Restorative services, as requested, to maintain a like new appearance of the existing ceramic tiled flooring and grout, VCT, epoxy and terrazzo surfaces. All surfaces must be free of dirt, debris, odors and stains. Missing grout shall be replaced and match in both color and texture. The contractor IS NOT required to repair loose or broken tiles. Specific Tasks: Installation of sealant to ceramic tiled flooring and grout, VCT, epoxy and terrazzo surfaces as requested. Task includes all services necessary to clean and prepare flooring for maintenance services. Restoration maintenance services of the flooring to maintain a like new appearance and the integrity of the floor finish, as requested. Deep cleaning and sanitizing. Deep cleaning and application of Bioesque Botanical Disinfectant as needed to ensure a clean surface, proper disinfection and maintain a high-gloss shine Coating Removal. Existing polymer and wax coatings and finishes will be removed using Durable Coating Remover (DCR). 100% of existing coatings must be removed to achieve bonding with new coating. Coating will be stripped and removed on an as-needed basis. Grout Restoration/Color Seal: Grout lines will be chemically and mechanically cleaned using a specialized cleaner that is specifically targeted to profile grout surface, creating an anchor pattern for optimized bonding. The grout lines are to be color sealed with Channel Changer to achieve consistency in appearance. A clear water flood rinse shall be applied to the floor and the residue removed by suction. Color selection of grout has already been agreed upon by Environmental Management Service (EMS) leadership. Grout preparation products shall be comprised of organic and inorganic scale removing, suspending agents, penetrating detergents, water soluble solvents, compounds, viscosity control agents and odor suppressants. It shall remove embedded soils, dissolve micro-scale and mineral deposits, neutralize iron, rust, and urine stains without attacking the substrate or excessive dissolving of cementation, grout or mortar joints, or having a deleterious effect on metal, fiberglass, porcelain or ceramic fixtures. The grout preparations shall promote maximum contact time and applicator control of the process and reduce contact hazards to a minimum. The grout prep shall leave no residue, chalk or grit when properly rinsed. A clear water flood rinse shall be applied to the floor and the residue removed by suction. The rinse-aide shall be removed by suction and the flooring is to be completely dried by means of mechanically generated airflow. Any excess grout or color seal must be removed to provide clean, uniform appearance of grout. The color sealing process of faded grout allows for elimination of porosity, allowing easier future maintenance and removal of bacterial and viral infections. f. Missing Grout: i. Any missing grout shall be replaced with Channel Changer grout replacement. The grout shall match in both color and texture. g. Coating: i. The coating shall be Proprius-One interlocking siloxane inorganic protective barrier. ii. All tile & grout shall be sealed with a coat of an inorganic siloxane based permanent protective barrier equivalent to Proprius-One . iii. This shelled coating shall have a high gloss shine appearance when it is dried. The product shall be inorganic with an oil, urine and water repellant compound with sufficient particle size and surfactant package to allow deep penetration of porous tile substrates and must have a chemical adhesion mechanism. iv. The Proprius-One sealant shall only be applied by a certified technician. h. Downtime: All areas must be available for foot traffic every morning by 7 am. Warranty: Service and process must carry a 5-year warranty that covers excessive wear, yellowing and delamination. Any excessive wear, yellowing or delamination areas will be removed and replaced by the contractor at no charge to the VA. Damage from other than normal wear and tear or intentional damage to the coating (chair scratching, gouging, improper chemicals or improper cleaning methods, use of high-speed floor burnishing machines, paint scrapers, wire brushes, any floor pads of any color) are not covered under the warranty and repairs will be negotiated separately. j. Maintenance Service Requirements The contractor shall provide ongoing maintenance services that assures a like-new appearance to the treated surfaces at all times. All grout lines will be clean and uniform in appearance and free of dirt and debris. The condition of the sealant shall be maintained at all times to provide best visual appearance Contractor shall provide EMS staff with scheduled routine for deep cleaning and touch point sanitizing Reports are delivered weekly to COR Training on proper care and cleaning instructions will be provided by the contractor on an as needed bases to EMS and any other necessary contractor using or servicing same areas k. Consulting Services Contractor shall provide ongoing consultation on the state of each serviced area Contractor shall assist in improving EMS performance, developing strategies and scheduling necessary actions to ensure top performance of treated areas. Contractor shall assess and provide rapid response solutions against the spread of COVID-19 The contractor shall know the status of each area and offer advice and expertise to EMS to help their performance in terms of floor cleaning operations, routine and strategy Security Requirements: Contractor employees will not need to be badged and will be accompanied during all necessary aspects of the services Place of Performance: 1.) Edith Nurse Rogers Memorial Veterans Hospital, bldg.7 Domiciliary 200 Springs Rd Bedford, MA 01730 2.) Crescent House Transitional Residence Program, 15 Veterans Way Lowell, MA 01852 Period of Performance: Base year plus four option years. Exercising an option is up to the discretion of the contracting officer. Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI, a solicitation announcement may be published. Responses to this RFI are not considered adequate responses for a solicitation announcement. Responses to this RFI are due by January 17, 2023 at 12:00 PM EST time. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 238330.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c20667a653b4a218c691f038f2cf34a/view)
- Record
- SN06563510-F 20230114/230112230112 (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 |