Z2AZ--Replace Damage Flooring in various Location

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Tennessee
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jun 20, 2023
Due: Jul 10, 2023
Solicitation No: 36C24923Q0332
Publication URL: To access bid details, please log in.
Follow
Z2AZ--Replace Damage Flooring in various Location
Active
Contract Opportunity
Notice ID
36C24923Q0332
Related Notice
36C24923Q0332
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 20, 2023 10:30 am CDT
  • Original Date Offers Due: Jul 10, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Memphis VA Medical Center 1030 Jefferson Avenue Memphis , TN 38104
    USA
Description

Combined Synopsis-Solicitation for Commercial Services

Effective Date: 03/15/2023
Revision: 01
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.

This solicitation is set-aside for SDVOSB set-aside.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238330, with a small business size standard of $19.0 Million Dollars.
The FSC/PSC is Z2AZ.

The Memphis VA Medical Center (VAMC) 1030 Jefferson Avenue, Memphis, TN 38104-2127, is seeking to purchase Replacement Flooring Service for several buildings on their campus.

All interested companies shall provide quotations for the following:

Supplies/Services

LIST OF EQUIPMENT:
The service required includes:

Removal of existing flooring and cove base in the rooms/spaces identified in Table 1.
Prep/patch subfloor to ensure smoothness and leveling, prior to installation of new flooring.
Install new government-furnished vinyl flooring, cove base and adhesive(s).
Repair damage to any walls, floorings and/or surrounding surfaces caused by the contractor s personnel and/or sub-contractor(s).
This work shall be performed after hours to prevent delay in patient care when possible

Room #
Area of Work Order
Sq Ft.
D126-1A
This is the entire ENT clinic halls (L)
5120
CWG15-1
This is in the basement and needs to be abated for asbestos (L) 4 offices and hallway
914
CE273-1
Nurse area with 5 offices will need to be tested for asbestos and abated if comes back positive. (L)
729
6202-1
Orthopedics hallways(L)
3456
CEG16C-1
This needs abatement for asbestos and has 5 rooms with it. (L)
742
D530-1A
Sleep labs check in desk. They need to be able to check in the patients
318
CW416-1
Doctor offices with 6 offices and reception area(L)
704
CE252B-1
Fiscals area (L) (Multiple rooms in this space)
1747
AW201-1
All offices and hallway in Neuropsychology
2560
CW460-1
Doctors offices (multiple rooms in this space)
3888

Education offices and conference room plus media room.
3456
23,634

TO BE COMPLETED BY CONTRACTOR TO BE CONSIDERED
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Contractor shall provide labor and material to remove and install in various location area for the follow rooms D126-1A, CWG15-1, CE273-1, 6202-1, CEG16C-1, D530-1A CW416-1, CE252B-1, AW201-1 CW460-1 Education office and conference room plus media rooms. NOTE: After hours work is preferred to prevent interruption of patient care.
1
JB




PERFORMANCE WORK STATEMENT

Maintenance and Repair Service:
To Replace damaged flooring in various Locations

Lt. Col Luke Weathers Jr. MEMPHIS VA MEDICAL CENTER,
MEMPHIS, TN 38104

INTRODUCTION This maintenance and repair (M&R) service includes the replacement of damaged flooring, such carpet and vinyl tile, in various locations as identified in Table 1 contain here in.

1. Title of Project: Replace damaged Flooring in various locations

2. Scope of Work: The contractor shall provide all labor, supplies, tools and/or equipment required to remove damaged flooring, carpet, vinyl tile, and cove base; install new government-furnished vinyl flooring and cove base. The contractor shall provide floor patch as required to ensure smooth/level subfloor before installing new flooring.
The service required includes:

Removal of existing flooring and cove base in the rooms/spaces identified in Table 1.
Prep/patch subfloor to ensure smoothness and leveling, prior to installation of new flooring.
Install new government-furnished vinyl flooring, cove base and adhesive(s).
Repair damage to any walls, floorings and/or surrounding surfaces caused by the contractor s personnel and/or sub-contractor(s).
This work shall be performed after hours to prevent delay in patient care when possible

Room #
Area of Work Order
Sq Ft.
D126-1A
This is the entire ENT clinic halls (L)
5120
CWG15-1
This is in the basement and needs to be abated for asbestos (L) 4 offices and hallway
914
CE273-1
Nurse area with 5 offices will need to be tested for asbestos and abated if comes back positive. (L)
729
6202-1
Orthopedics hallways(L)
3456
CEG16C-1
This needs abatement for asbestos and has 5 rooms with it. (L)
742
D530-1A
Sleep labs check in desk. They need to be able to check in the patients
318
CW416-1
Doctor offices with 6 offices and reception area(L)
704
CE252B-1
Fiscals area (L) (Multiple rooms in this space)
1747
AW201-1
All offices and hallway in Neuropsychology
2560
CW460-1
Doctors offices (multiple rooms in this space)
3888

Education offices and conference room plus media room.
3456
23,634

PERFORMACE:
The period of performance is twelve weeks completion from time of award

The Carpenter Shop Supervisor and the Maintenance & Repair Supervisor will issue necessary keys/cards to the contractor. The keys/cards issued are to remain government property. The contractor or his representative will be required to sign in receipt of any keys/cards issued and is responsible for returning them to the Facility Management Engineer.
At the end of the flooring repair event, the contractor shall notify that the room is complete to the COR or government rep onsite for signature. This will document what cover items to include but not limited to the time, date, and room clean after the work is complete. This will correspond to invoice received for payment though the IPPS System.
Contractor and their staff are not permitted to take any pictures, videos, or drawings of any type. Taking of photographs/videos are prohibited while on VA premises.
The contractor s staff will check in with the VA police to receive a VA work authorization badge. The badge must be worn facing forward and above the waistline. The contractor s staff are required to wear the VA always issued badge while on the VA premises. The contractor will deliver the services outline in this Statement of Work.

Work Hours and Period of Performance - VAMC Memphis normal working hours are Monday through Friday 0700-1600 (with one half hour for lunch), excluding federal holidays. All flooring service shall be performed after normal working hours unless the Contracting Officer s Representative (COR) provides written consent to the Vendor. The facility observes the following federal holidays:
New Year s Day
Martin Luther King, Jr. Day
Presidents Day
Memorial Day
Independence Day
Labor Day
Columbus Day
Veterans Day
Thanksgiving Day
Christmas Day
Juneteenth Day

Period of Performance:

The period of performance shall be from time of award plus 12 week from time of award.

The contractor is required to follow all regulations and safety requirements of the VA such as OSHA, NFPA, EPA, etc. Appropriate PPE must be worn always as well.

The estimated award date is August 11, 2023. The expected completion date will be 12 weeks after award of contract.
Place of Performance
Address:
VA Medical Center Memphis
1030 Jefferson Avenue
Memphis, TN
Postal Code:
38104-2127
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEC 2022)
ADDENDUM TO FAR 52.214-4 Contract Terms and Conditions-Commercial Products and commercial services (DEC 2022)
52.252-2 Clauses incorporated by Reference (FEB 1998)
FAR Number
Title
Date
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
AUG 2020
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
NOV 2021

VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION)
VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION)
(End of Addendum to 52.214-4)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAR 2023)
The following subparagraphs of FAR 52.212-5 are applicable:
All quoters shall submit the below items. Non-compliance to the below items with this requirement may result in disqualification of the quote.

Only one quote. Quote shall be on offeror s company letterhead, in PDF format and email to Alexis.Bowen@va.gov NLT 06/30/2022 @10:00 AM CST. The solicitation number, 36C249Q0332 Replacement Flooring must be referenced in the subject line.
Product information brochure with specifications and user manual shall accompany quote.
Offeror must submit certification that equipment meets the statement of work requirements listed above.
Quote must reflect anticipated completion date of all services.
Highlighted columns of attached required line item spreadsheet shall be completed with product information and submitted along with offer. No columns shall be deleted.
Letters of Authorization (LOA) shall be included with offer.
Proof of Small Business status must be included with offer.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

**The Government will award a firm fixed price purchase order resulting from this RFQ to the contractor that represents the best value to the Government utilizing comparative evaluations.
Best value for this procurement means the quote, that is determined to be the most beneficial of all the quotes received by the Government when evaluated in terms of both price and performance risk based on the factors of Experience and Past Performance.

The following factors shall be used to evaluate quotes:

 Price
Experience Any experience that the contractor chooses to provide will be evaluated for relevancy and recency in terms of magnitude and VA campus experience.
Past Performance The Government will utilize any information the contractor provides for experience to conduct reference checks if necessary and will also query FAPIIS and CPARS to evaluate contractor past performance.

The award will be made to the response most advantageous to the Government.

Responses should contain your best terms, conditions.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provision is incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition
Is set aside for small business and has a value above the simplified acquisition threshold; or

Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or

Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show
           (1) The solicitation number;
           (2) The time specified in the solicitation for receipt of quotations;Â
          (3) The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
           (5) Terms of any express warranty;
           (6) Price and any discount terms;
           (7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);
           (9) Acknowledgment Request for Quotation amendments;
(10) Past performance will not be considered in simplified acquisition procurements.
(11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration.
(c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
(e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately.
(f) Late submissions, revisions, and withdrawals of quotes.
(1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due.
(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation.
(h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
      (1) Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
                (i) ASSIST ( https://assist.dla.mil/online/start/).
                (ii) Quick Search ( http://quicksearch.dla.mil/).          Â
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
(i)Â Using the ASSIST Shopping Wizard (Â https://assist.dla.mil/wizard/index.cfm);
(ii)Â Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
(iii)Â Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI.
(k)Â [Reserved]
(l)Â Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO.

(End of Provision)

Site Visit:
A site visit is being offered on June 27-29 times will be coordinated with Memphis VA Medical Center point of contact, James Washington. All interested contractors are encouraged to attend. The point of contact for the site visit is James Washington. James can be reached by phone at (901) 523-8990 ext. 5038 or by email at James.Washington2@va.gov. Please be aware the building dimensions are not available and cannot be provided without placing an administrative burden on VA staff which would delay the requirement.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 10:00 AM CST July 10, 2023 at alexis.bowen@va.gov.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to Alexis.Bowen@va.gov subject line: 36C24923Q0332 Replacement Flooring. Questions shall be submitted NO LATER THAN June 30, 2023 @ 10:00 AM CST.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

May 18, 2023[Sources Sought (Original)] 5620--Replace Damage Flooring in various Location
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

RFP 6730 Original Documentation: Website Redesign for the Johnson City MTPO Submittals due

City of Johnson City

Bid Due: 10/01/2024

ITQ 2023-28 Original Documentation: 52KW Standby Generator Submittals are due by 2:00 PM

City of Johnson City

Bid Due: 12/01/2024

ITQ# 2024-05 Original Documentation: INSTALL ASPHALT PAVEMENT WALKING PATH Submittals Due by Thursday

City of Johnson City

Bid Due: 7/03/2024

ITB #6755 Original Documentation: ROLL-OFF COLLECTION VEHICLE Submittals due by Thursday / March

City of Johnson City

Bid Due: 7/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.