Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

N -- 630-17-1-6053-0029| Installation of Tiles - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0171
 
Archive Date
2/13/2017
 
Point of Contact
Desiree Flores
 
E-Mail Address
NY
 
Small Business Set-Aside
N/A
 
Description
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, VA James J. Peters VA medical center is currently conducting a market survey for qualified firms capable of providing (Installation of Tiles for the NY Campus VA Medical Center) The vendor will be responsible for, but not limited to: Statement of Work STATEMENT OF WORK Renovation of ward A-5 Floors, at the Saint Albans Campus 179-00 linden Blvd. Saint Albans New York 11425. DESCRIPTION/SPECIFICATION/WORK STATEMENT 1. SCOPE a. Description of Program This specification will cover a comprehensive installation and renovation of the floors for the following rooms located at the Manhattan campus installation of vct floor tile the rooms are 217,2181,7069,7047,15099,18097,18046,18047 and room 18049 b. The job will consist of adhesive, demo, base prep and installation located at VA new York harbor healthcare 423 east 23rd street Manhattan new York 10016 d. The Contractor Service Requirements The contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish efficient installation of furniture in the assign areas. The contractor also will report structural or any other items that impedes his/her ability to do the job. The contractor shall provide all resources necessary that was selected by the Medical Center to match the décor and be able to accomplish the deliverables described in this Statement of Work, except as may otherwise be specified. The overall purpose is to secure the safety of the Veterans. e. All contractor employees and subcontractors under this contract or order are required to complete the VA S on-line VA Privacy and Information Security Awareness and Rules of Behavior Training TMS Code 10176 Contractors must provide signed certifications of completions to The COTR during each year of the Contract. This requirement is in addition to any other training that may be required of the contractor and subcontractors> 2. ITEMS INCLUDED IN CONTRACT a. The contractor shall meet the performance expectations of the VA in providing a VCT Floor tile for the following rooms Room 2176, 2181, 7069,7047,15099,18097,18047 and room 18049 located at the Manhattan VA campus 423 east 23dr street new York 10016 5. Removal of multi-site of existing VCT with scrape away of old adhesives and placed in VA Hospitals Dumpster. Install cove base installation of vinyl cove base 3. PERFORMANCE PERIOD: The contractor shall complete the work required under this SOW as stated in the Contract Period from the date of the award, unless otherwise directed by the contracting officer. Contractors shall be on site to perform the initial service visit within the first five days of the contract. Work at the Government shall not take place on Federal holidays or weekends unless directed by the CO. 4. THE INSTALLATION PLAN SHALL CONSIST OF THE FOLLOWING: 1. Proposed materials and equipment The contractor shall provide Material Safety Data Sheets (MSDS). All equipment must meet national safety standards. 2. Service Schedule The contractor shall adhere to required delivery schedule to areas covered by the contract. Contractor s delivery service can begin at 8:00am until 4:00 pm all areas covered are cleaned. This service will include policing the areas and removing trash during daily coverage. 3. Safety and Health The contractor shall observe all safety precautions throughout the performance of this contract. All work shall comply with the applicable federal, state and municipal safety and health requirements. 4. Uniforms and Protective Clothing All contractor personnel shall wear distinctive uniforms. The contractor shall determine the need for and provide any personal protective clothing required. 5. ID Badges All contract employees must wear VA provided identification badges. 6. Program Evaluation The COTR will continually monitor and evaluate the effectiveness of the program. The contractor shall take prompt action to correct all identified deficiencies. 5. FEDERAL HOLIDAYS Contractors will not be allowed to work on Federal holidays. However, if the scheduled service falls on a holiday, service must be performed on the next working day. Federal holidays are: New Year s Day, Labor Day, Martin Luther King Day, Columbus Day, President s Day, Veterans Day, Christmas Day, Memorial Day, Independence Day, Thanksgiving Day and any other specifically declared by the President of the United States to be a National Holiday. 6. SOLICITATION This solicitation adheres to the format defined in FAR 12.303 for the acquisition of commercial products and services. 7. TYPE OF CONTRACT This is a Fixed-Price Service contract. 8. CONTRACT ADMINISTRATION DATA The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity or quality of performance of this contract. DELIVERY SCHEDULE LOCATIONS: VA Community Center 179-00 Linden Blvd Saint Albans New York 11425 The North American Industry Classification Systems (NAICS) is 326199. Responses to this notice must be submitted in writing via email at desiree.flores@va.gov and must be received not later than December 22, 2016, 3:00 pm EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 326199. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). 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). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing via email at desiree.flores@va.gov and received not later than December 22, 2016 3:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: desiree.flores@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0171/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0171 VA242-17-N-0171.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3164485&FileName=VA242-17-N-0171-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3164485&FileName=VA242-17-N-0171-000.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: VA New York Harbor;423 East 23rd;New York, NY
Zip Code: 10010
 
Record
SN04352406-W 20161217/161215234116-f88eeeb05ae2713e26979468a3323238 (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.