Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
DOCUMENT

56 -- SaniGlaze Flooring Phoenix VA Sources Sought Brand Name-SaniGlaze - Attachment

Notice Date
12/18/2017
 
Notice Type
Attachment
 
NAICS
#238330 — Flooring Contractors
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q0105
 
Response Due
12/27/2017
 
Archive Date
12/28/2017
 
Point of Contact
Theresa.hamilton@va.gov
 
Small Business Set-Aside
N/A
 
Description
Resurfacing Existing Vinyl Composition Tile with SaniGLAZE Phoenix VA Health Care System 650 E. Indian School Road Phoenix, AZ 85012 STATEMENT OF WORK PURPOSE The resurfacing of existing Vinyl Composition Tile (VCT) with SaniGlaze brand name products at the Phoenix VA to ensure a safe and clean flooring environment for Veteran Patients. DESCRIPTION OF WORK 2.1 Background: This project will consist of resurfacing VCT with Brand Name SaniGlaze products for approximately 26,000 square foot of flooring. This project will consist of the following elements but is not limited to these; This will be a continuous project with work areas phased into sections in coordination with the Interior Design Point of Contact (POC) and the Clinical VA staff. 2.2 Pre-restoration work: Pre-restoration work necessary before commencement of SaniGlaze restoration process in accordance with manufacturer guidelines. Examples include removal of floor Coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments and grout sawing (in cases where grout depth is insufficient to achieve permanent bonding of glazing compound). Below are some features of work but these are not all inclusive of all work to be accomplished on this project. It is the contractor s responsibility to define and capture all work required to give the government a complete correction from the current condition and appearance of the floors. Contractor will abide by manufacturer guidelines to clean, sanitize and prep the floors. 2.3 SaniGlaze process for the 5th Floor, C&D wings; less communication closet.: SaniGLAZE restoration process that will protect the tile and grout from contamination. Schedules may be altered for start and stop times upon Mental Health s approval. Areas will be broken down into sections and patients will not be in area as installation is progressing. Floor restoration is for the Acute Mental Health 5 C & D wings. SaniGLAZE will strip off all old finishes and apply to the floors SaniMAXC in selected color of choice, TBD. Vendor will then apply decorative SaniCHIPs. After coating dries, the vendor will apply one Coat of SANIMAX Clear coat. Total area to be covered is approximately 26,000 square feet. Project will be phased to work with the nursing staff and room availability. Contractor will utilize solutions and equipment to emulsify and extract contaminants and odors from the tile and grout. Contractor will apply a nonporous polymer coating on all grout that will permanently bond to the existing grout lines. In cases where grout depth is insufficient to achieve permanent bonding of glazing compound, grout sawing may be required. Contractor will prepare the entire surface to apply a chemical resistant coating that will shield the floor from future contaminants. 2.4 Maintenance program: Contractor will set an EverGLAZE maintenance program. It will encompass procedures utilizing specialized equipment and chemicals to maintain tile and grout floor surfaces on a periodic basis that have been restored with the SaniGLAZE Tile and Grout Restoration process. Contractor will provide training to selected VA Housekeeping staff on maintaining floors between periodic maintenance program. Reports Requested: 3.1 Seven Days after award: Estimated work plan: Including start/finish dates per VA project management POC s timeline Names of contractor/individuals performing service What and where work being performed MSDS sheets for all chemicals being used during installation 3.2 Same day or prior to commencement of work at primary location: a. Contractor badges provided through VA security b. Certificate of completion of privacy training- (TMS 10176) Privacy training is required for all individuals working at this location. Training to include TMS 10176 upon arrival or prior to presentation on campus. Completion of the VA Privacy and Information Security Awareness and Rules of Behavior will satisfy the annual privacy requirement for all employees including contractors. Options for taking the course include the web-based training or text version. https://www.tms.va.gov/ 3.3 Weekly Report upon commencement of work: Update to the estimated work plan including any scheduling changes Problems encountered: Identify any problems, issues or delays and recommendations to their resolution, any corrective actions that were taken to resolve problems QA- reports of quality 3.4 Completion Report Maintenance Schedule for a periodic SaniMAXs maintenance program Training: Provide what training was conducted, who conducted training, when and who received training List of MSDS provided for cleaning and maintenance by VA Staff Signature Block: Certifying that above work has been completed. Include signature space for the client and the contractor. VA FURNISHED MATERIAL(S) The VA will provide water and electrical for the duration of the project at the site. This will come from existing building. Disposal of all materials and waste is the responsibility of the contractor. Onsite restrooms will be available for workers. 5.0 CONTRACT SUBMITTAL AND CODE REQUIRMENTS 5.1 This project includes but is not limited to the following work elements; All labor, equipment, materials and incidentals shall be furnished by the contractor. No alterations, additions or deletions shall be made unless prior written approval is given by the Contracting Officer (CO). The contractor shall thoroughly review the request for constructability and advise of possible problem areas prior to submitting a cost proposal. Under no circumstances is the contractor to begin any work on the project until the federal government provides a contracting officer signed Notice to Proceed is issued through the contracting office. All work must be in accordance with the most current Healthcare and VA Specifications and SaniGLAZE International procedures unless expressed written permission is received from the Contracting Officer for approval of an exemption. 5.2 Project Management/Supervision: The contractor shall provide an onsite supervisor for the full duration of the project and he/she must be on site at all times while work is being performed. Contractor shall provide Quality Assurance (QA) personnel to inspect, test and perform duties consistent with contractor submitted quality assurance program. Contractor s QA shall complete daily reports for submission government project manager as part of the weekly report; this report shall show in detail the subcontractor s work performance on that day. Report shall include any findings by the QA on that particular day. The contractor(s) QA and superintendent cannot be the same person, unless CO has authorized a specific exception to this requirement. Contractor shall submit all products used, to include Safety Data Sheets (MSDS) to the project manager before any and all items are brought or installed on projects. 5.3 This is a Brand Name only project utilizing SaniGlaze brand products 6.0 VA Point of Contact(POC)- Interior Design Main POC/project manager: To be included in final SOW Back-up POC: To be included in final SOW VA Clinical Staff POC: To be included in final SOW Contracting POC: Theresa Hamilton, theresa.hamilton@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q0105/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q0105 36C25818Q0105.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3972026&FileName=36C25818Q0105-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3972026&FileName=36C25818Q0105-000.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: Carl T. Hagen VAMC;650 E. Indian School Rd.;Phoenix, AZ
Zip Code: 85012
 
Record
SN04769365-W 20171220/171218230810-e1c01b54908098688cfe835af9040176 (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.