Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
DOCUMENT

V -- WAREHOUSING SERVICES - Attachment

Notice Date
9/15/2016
 
Notice Type
Attachment
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25716N1682
 
Response Due
9/30/2016
 
Archive Date
10/30/2016
 
Point of Contact
JIM HOUSTON
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
his Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs South Texas VA Medical Center in Dallas Texas is conducting a market survey to help determine the availability and technical capability of qualified veteran-owned small businesses, service-disabled veteran-owned small businesses capable of serving the needs identified below. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are service-disabled, veteran-owned small businesses, veteran-owned small businesses and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. All Equipment must be OEM or from an authorized OEM Distributor- Manufacture is Aladdin Temp-Rite All Products quoted must be new and not refurbished. PROJECT REQUIREMENTS: The Department of Veterans Affairs Medical Facility in San Antonio, TX has a requirement for the following products: ITEM NUMBERUNIT OF ISSUEQUANTITYDESCRIPTIONUNIT PRICETOTAL PRICE 001HR1621.50MOVER 002MO12.00STORAGE 003HR3652.50INSTALLERS IAW STATEMENT OF WORK 004HR1122.00DRIVER/TRUCKS IAW STATEMENT OF WORK 005HR475PMS/DESIGNERS 006HR58.00AFTERHOUR MOVERS 007HR33.50CREW VAN 008HR1427.00MOVING BINS 009JB1.0SUPPLIES Confidentiality of Information: In accordance with FAR 52.227-14(b), the contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the contract. The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature and cannot be disclosed in any manner. The Contractor, in whole or in part, can only make disclosure of the information/data, after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Interested firms responding to this sources sought notice must adhere to the following: (a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages. (b) The capability statement must identify the responder's business type and size. (c ) The capability statement must provide company name and address, point of contact, phone/fax/email and NAICS Code(s). (d) All capability statements must be submitted electronically no later than 07:00 AM central standard time (cst) on 30 October 2016 at 07:00 to Jim Houston at james.houston@va.gov. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality, No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible businesses by the response date or if the Government determines that no small business concerns are capable of performing this requirement based upon an evaluation of the capability statements submitted, the Government may proceed with a full and open competition. NO TELEPHONE REQUESTS WILL BE ACCEPTED. WORK STATEMENT 1. Objective, Scope, and Background The VA North Texas Healthcare System (VANTHCS) requires the storage of existing surplus furnishings, the receiving and storage of new furnishings, the design/layout and installation of new/used furnishings, the relocation of existing furnishing and personal property within work stations, the repair or servicing of existing furnishings, and the public display of surplus furnishings being disposed through a Federal Lot Sale. Furnishings may include systems furniture such as the products provided by the firms Herman Miller, Knoll, Haworth, Westin House, All Steel, and others, as well as other components of a workstation in both an office and/or medical environment. This requirement does not include Information Technology equipment, but does include the data lines that are part of the system furniture assembly. The services are required for the above items at the following locations: VANTHCS has 2,000,000 square feet of space located on an 85 acre campus in south Dallas at the intersection of Lancaster Road and Ledbetter; smaller off-site locations within the Dallas-Fort Worth, Texas, Metroplex area; the Dallas VA Medical Center-1,759,984 Sq. Ft.; the Bridge-10,000 Sq. Ft.; the Dallas VA Inspector General office-10,000 Sq. Ft.; the Fort Worth Outpatient Clinic-178,000 Sq. Ft.; the Veterans integrated Service Network (VISN) headquarters in Arlington, Texas-23,864 Sq. Ft.; the Vet Center Fort Worth-10,000 Sq. Ft.; the Vet Center Dallas-10,000 Sq. Ft.; TR Houses- 10,000 Sq. Ft.; Tyler CBOC-10,000 Sq. Ft.; the Ft. Worth Homeless Veterans- 10,000; CWT Bronze Way- 30,000 Sq. Ft.; Lancaster CMOP- 83,707 Sq. Ft.; Herzog- 10,000 Sq. Ft.; the Polk Clinic- 10,000 Sq. Ft.; and the VA facilities in Bonham, Texas- 403,292 Sq. Ft. The contractor shall provide these services only by written orders placed in accordance with the Ordering clause that include the form entitled Furnishing Management Contract - Work Order for each task requested. VA will provide a list of staff members who are authorized to request services under this contract. VA shall provide POC names and phone numbers to the contractor after award. 2. Performance Requirements The contractor shall provide the following services in accordance with work statement. a. Receiving Inventory, Storage of Inventory, and Maintaining the Government Property Record (Contract Line Item 5) (1)The Contractor shall provide proper storage for existing not-in-use furnishings. The climate control in the storage facility shall be adequate for the items being stored. The warehouse must be clean, organized, pest controlled and furnishings properly covered to preserve coloring and antimicrobial on furniture. The square footage required to store the furnishings will vary according to the order. (2)The Contractor shall receive, notify VA, and update the Government Property Record for all items (both new and existing) ordered by VA to be delivered to the Contractor's storage facility. (3) The Contractor shall provide, update, and maintain the Government Property Record for each item that is received and stored. (See FAR 52.245-2, Government Property (Fixed- Price Contracts) (May 2004).) The Contractor shall provide a complete manifest of items that are being transported from one facility to another. The Contractor is not required to provide a manifest for items being relocated within the same location (For example a move from the Dallas VA, 4th Floor, Building 1 to the 3rd Floor, Dallas VA Building 2.) (4)The Contractor shall store government property within a normal one-hour commute of the VA main campus at 4500 S. Lancaster, Dallas, Texas. The storage facility shall have adequate climate control temperature must be kept between 68 - 74 degrees in all seasons to protect the furnishing from damage. Damage includes the separation of adhesively bonded surfaces, fading, water stains, dirt/dust, cracking or any other damage that occurs from variances in temperature, exposure and humidity. All items should be stored according to the OEM specs. (5)The Contractor shall immediately notify VA of any discrepancies between orders and deliveries, between the government property record and any inventory, any product failures or damages and any other information regarding the safe-guarding of government property. (6)The Contractor shall allow VA unlimited access to Government Property in the Contractor's possession. VA reserves the right to remove items from the inventory that are stored by the Contractor as long as VA properly notifies the Contractor of the items removed so that the Government Property Record remains accurate. (7)The Contractor shall perform a complete physical inventory of the Government Property in its procession on April 1 and October 1. The results of these inventories are due on the 15th of the same month that the inventory is completed. b. Transportation of Inventory from Storage Site to VA Offices (Contract Line Item 3) (1)The Contractor shall transport furnishings from the Contractor's storage facility to the VA facility, including the removal/disposal of shipping containers and protective coverings. Also included is the assembling of workstations according to the Original Equipment Manufacturer's (OEM) specifications. Extremely oversized and/or overweight items are rarely transported. The Contractor shall clearly define the size and weight limits prior to award so that both VA and the Contractor can determine if a item is outside the scope of this contract (Example: 3500 pound safe). Normally, items shall not be left in a vehicle of the contractor overnight. In case of failure to completely unload at VA the contractor shall contact the COR on how to address this on a case-by-case basis. In case of a vehicle breakdown or accident, the contractor shall call the COR or the VA Police Department at 214742-8387 and ask the operator to connect to the VA Police. Speed limit on the VA campus is 20 miles per hour and must be observed at all times. The Contractor shall utilize either a two or three-axle enclosed bobtail truck with lift gate. Most locations will not allow for the use of a tractor trailer rig. The COR can approve larger trucks for specific work orders. (2)The Contractor shall provide a minimum of three staff members (including required lead), associated equipment and enclosed truck with lift for the relocation of existing furnishings. c. Design, Layout, Installation, and Relocation of Workstations (Contract Line Item 4) (1)The Contractor shall provide the proposed designs/layouts of furniture systems from simple sketches provided by VA. The Contractor shall visit the site, participate in interview of users, verify dimensions of space and provide layouts to VA within 1 week of receipt of the order. (2)The Contractor shall determine which pieces must be added to existing layouts to achieve desired results and shall use existing stock if available. (3)The Contractor shall relocate workstations and perform minor repairs, including the packing and unpacking of personal property from inside the workstation. For example, if a secretary's workstation requires moving, the files, binders, office equipment, and supplies shall be boxed by the Contractor, relocated as required by the order, and placed back into the workstation at the new location. If the relocation is into new furniture, un-boxing may or may not be required. The Contractor shall organize workstation items to assure that items from other staff workstations are not mixed. Normally, the Contractor shall not disconnect, relocate, and reinstall any computer or high tech equipment; however, there may be occasions where the transportation of those devices is provided by the contractor, but the Contractor shall not be required to install any IT equipment under this contract. Personal property is defined as Government Property used by an individual, and does not include non-government owned items, such as plants, family pictures, and other staff owned property. (4)The Contractor shall supply a crew with equipment within 24 hours of receipt of order of orders identified as an emergency. (5)The Contractor shall protect Government Property from theft, damage or destruction. (6)The Contractor shall perform moves in all the VANTI-ICS areas identified in section 1 Objective, Scope, and Background. The COR will provide maps to all locations. (7)The Contractor shall consistently provide the same moving crew members. (8)The Contractor shall use general industry standard moving equipment including an enclosed truck with lift gate, equipment tie downs, four wheelers, dollies, blankets, pallet jacks, gondola, and other equipment as appropriate. (9)The Contractor crew leader shall have in his/her possession a cell phone and two-way radio for on-site communications. The contractor shall be able to receive calls from the VA and immediately communicate with the contractor's personnel regardless of the location. (10)The Contractor shall provide services during the VA administrative day 7am to 7 pm. There may be some occasions when the contractor will be required to provide services either after hours or on weekends. d. General Requirements for All Orders The Contractor shall contact the Contracting Officer at the earliest time available, but no later than the next business day, via phone of Contractor's knowledge of any conditions which may adversely affect the Contractor's ability to perform under the terms and conditions as stated in the specifications of this requirement. (For example, union strikes, vehicle problems, licenses, or anything that might jeopardize the terms and conditions of this contract should be reported to the Contracting Officer.) "Should any items be lost, damaged or broken, the contractor shall submit a written report to the Contracting Officer within twenty-four (24) hours explaining the circumstances. Failure to provide the report with the specific time frame will cause further review by the Government to determine if the infraction warrants suspension/termination of the contract. Contractor must replace or repair any damaged or missing government property if VA determines it was due to Contractors negligence. The Contractor shall maintain a record log of services provided, indicating time and date of pickups, number and description of items from each location, along with signatures and shall duplicate the information on the appropriate invoices. There may be an occasion where the exact time of delivery and name of the person receiving the item is imperative for an investigation. The Contractor shall provide any such information upon request by the Contracting Officer, COR or VAPD. The Contractor shall provide the names and/or alternate who shall act for the contractor when the manager is absent in writing to the Contracting Officer, and shall provide an updated listing as changes in personnel occur. "The COR is responsible for supervising the contractor to assure the security of paper records. The COR shall report any security breaches to the Privacy Officer and ISO immediately. o Upon contract award the Contractor shall provide his/her staff identification to include a photo ID. The contractor's personnel shall present a neat appearance and be easily recognized as a contract employee. The contractors' employee shall wear uniforms that include the company's name/logo. 3. Performance Standards a Quality Control, The Contractor shall maintain a quality control program that ensures services are performed in accordance with these specifications throughout the entire contract period, and shall implement procedures to track, identify prevent, remedy and ensure non-recurrence of defective services. Additionally, the contractor shall provide a method to accept and resolve customer complaints and notify the customer of the resolution, and shall immediately notify the Contracting Officer upon receipt of a customer complaint so joint validation may be accomplished. The contractor is responsible for quality control and specification compliance. This will be one of the evaluating factors. b. Inspection and Acceptance. VA will evaluate the contractor's performance using customer complaints, periodic on-site inspections, and may at the Government's discretion, inspect each task to verify conformance and acceptance prior to payment. VA will also periodically evaluate the contractor's performance in accordance with the following Quality Assurance Surveillance Plan: Performance StandardMinimum Requirements Overall Services.The COR has 1 or less customer complaints for the month. Timeliness/Customer Service Once contacted shall arrive 10 minutes before the required time to perform the task. Wear neat uniforms with company logo. Professional behavior mindful of hospital setting. Provide accurate and complete invoices within 15 days of completion. Report lost, damaged or broken government property within 24 hours of the incident. Transportation Services.The COR has 1 or less customer complaints for the month. Conditions of government property Secure government property on truck and comply with posted speed limit. Storage Services.No damages to government property during the storage month. Conditions of government Property Store government property in clean, pest controlled, and climate control environment. Design LayoutThe COR has 1 or less customer complaint in any 3 month period. Relocate workstation, perform repairs, pack and unpack items inside the workstation. (1)Surveillance: The COR review performance on a monthly basis and address deficiencies to the Contractor for corrections. (2)Standards: The COR shall notify the contracting officer of unresolved deficiencies for appropriate action. (3) Procedures: The Contractor will be given eight (8) hours after verbal notification to address the unacceptable performance. If the Contractor disagrees with the complaint after investigation and challenges the validity of the complaint, the Contractor will notify the COTR. The COTR will conduct an investigation to determine the validity of the complaint. if the COTR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COTR will retain documentation for his/her files. If after investigation the COTR determines the complaint as valid, the COTR will inform the Contracting Officer. The Contractor shall receive shipments for the VA and review for defects or deficiencies. All defects and deficiencies shall be reported to VA within 1 business day of the receipt of goods. Latent defects shall be reported within 1 business day of discovery to VA. The storage is to hold furnishings awaiting installation in a climate controlled storage facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25716N1682/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-N-1682 VA257-16-N-1682_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3005375&FileName=VA257-16-N-1682-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3005375&FileName=VA257-16-N-1682-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;NORTH TEXAS VA HEALTHCARE SYSTEM;4500 SOUTH LANCASTER ROAD;DALLAS, TEXAS
Zip Code: 75216
 
Record
SN04274525-W 20160917/160916000710-e8325c97e967de1f2816cfdbff851f2a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.