Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2019 FBO #6326
SOLICITATION NOTICE

99 -- (C) (660) Isolation Signage (VA-19-00035808)

Notice Date
3/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0216
 
Response Due
3/22/2019
 
Archive Date
5/21/2019
 
Point of Contact
colleen.vargas@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote (RFQ) # 36C25919Q0216: Hospital Isolation Room Signage This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 2:00pm EST, Wednesday, March 20, 2019. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to colleen.vargas@va.gov no later than 2:00pm EST, Friday, March 22, 2019. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0216. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 339950 with a small business size standard of 500 employees. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; Isolation Signage Please See Attached Statement of Work/Drawings _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); See Attached Statement of Work Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at George E. Whalen VA Medical Center, 500 Foothill Drive, Salt Lake City, UT 84148 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: Volume I - Technical Capability Technical Capability - The offeror shall provide a signed statement certifying that the quote submitted meets the technical capability specified in the Statement of Work. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. ( End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate quotes on the basis of whether or not the offeror provided a signed statement certifying that the quote submitted meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting the technical requirements of the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to colleen.vargas@va.gov by 2:00pm EST, Friday, March 22, 2019 Name and email of the individual to contact for information regarding the solicitation: Colleen Vargas Colleen.vargas@va.gov STATEMENT OF WORK Isolation Sign Specifications For VA SLC Healthcare System 2 East GENERAL 1.1 Scope of Work 1.1.1 All labor, material equipment and services necessary to furnish all signage, install, and related components as indicated or specified. 1.2 Quotation Documents 1.2.1 Specification (this document) 1.2.2 Detail drawings (SK-1, SK-2, SK-3, SK-4) and Floor Plan. 1.3 Performance Requirements 1.3.1 The specification covers the requirement for Isolation Signage. The minimum acceptable requirements for manufacturer s extent of project line, design, materials, workmanship, performance, safety and services are set forth, hereinafter. Failure to meet the minimum acceptable requirements may result in disqualification of the bid. 1.3.2 All signage shall be of a design, material and workmanship to withstand hard 7-day 24-hour usage over an extended life with a minimum or maintenance and repair. 1.3.3 The manufacture shall provide and be responsible for the technical assistance, development and generation for final specifications. 1.3.4 The manufacturer will provide warranty for all products listed below, covering parts, labor, and shipping. All warranty items, include, shipping and labor of items shall be covered by the manufacturer/dealership. 1.4 Submittals 1.4.1 Submittals required with the Bid are as Follows: 1.4.2.1 Submit price list for all products and services Bid 1.4.2.2 Submit complete test results 1.4.2.4 Submit shop drawings, complete manufacturer s product specification and finish samples required for approval prior to commencement of mock-up manufacturing. 1.4.2.5 Submit 1 mock-up of single room and single bed sign before commencement of manufacturing. 1.4.2.6 Submit all warranties and maintenance manuals to owner. 1.4.2.7 Show methods and procedures proposed for the concealed anchorage of the signage system to each surface type. 1.5 Delivery, Storage and Handling of Materials 1.5.1 Product shall be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. 1.5.2 Product shall be stored flat in a cool, dry place 1.5.3 Do not subject to moisture. 2.0 PRODUCT 2.1 Furniture Bill of Materials Line Type Room Name Detail Qty Price Total Price 1 Single Bed Room Identifier 2A01-1 2B11-1 2B16-1 2B17-1 2B18-1 2B19-1 2B20-1 2B24-1 2B26-1 2B28-1 2C01-1 2C03-1 2C05-1 2C06-1 2C14-1 2C16-1 SK-1 16 2 Single Bed Isolation Sign 2A01-1 2B11-1 2B16-1 2B17-1 2B18-1 2B19-1 2B20-1 2B24-1 2B26-1 2B28-1 2C01-1 2C03-1 2C05-1 2C06-1 2C14-1 2C16-1 SK-2 16 3 Double Bed Room Identifier 2A02A/2A02B 2A04A/2A04B 2A06A/2A04B 2B13A/2B13B 2B14A/2B14B 2C02A/2C02B 2C04A/2c04B 2C19A/2C19B SK-3 8 4 Bed Isolation Sign 2A02A/2A02B 2A04A/2A04B 2A06A/2A04B 2B13A/2B13B 2B14A/2B14B 2C02A/2C02B 2C04A/2c04B 2C19A/2C19B SK-4 16 5 Precaution Inserts and Holder SK-1, SK-2 24 6 Additional Care tabs SK-1-SK-4 96 7 Labor All Install all signs working around patients 1 2.2 General 2.2.1 All finished surfaces shall be free of scratches, mars, dents, or blemishes/extrusion marks, square turns, sharp corners, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. 2.2.2 Signage shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. 2.2.3 All surfaces must be cleanable with hospital grade germicides and bleach solutions without harm to finishes. 2.2.4 Vendor must be able to accommodate custom images and custom sizes. 2.2.5 Signage must meet ADA and VA signage guidelines. 2.3.6 Signs to be assembled so joints will be tight and practically unnoticeable, without use of filling compound. 2.3.7 All painted surfaces properly primed. Finish coating of paint to have complete coverage with no light or thin applications allowing substrate or primer to show. Finished surface smooth, free of scratches gouges, drips, bubbles, thickness variations, foreign matter and other imperfections. 2.3.8 Movable parts, including hardware, are be cleaned and adjustable to operate as designed without binding of deformation of members. Doors and covers centered in opening or frame. All contact surfaces fit tight and even without forcing or warping components. 2.3.9 All signs to be pre-assembled in shop and clearly marked for coordination of installation. 2.3.10 No signs are to be manufactured until final sign message schedule and location review has been completed by the Interior Designer. 2.3 Single Bed Room Identification Iso. Sign 2.3.1 Sign to be 9 W x 9 H plus or minus ¼ 2.3.2 Sign to have a silver aluminum frame to be type II, Class I clear satin anodized with a minimum of 75% recycled content. Profile depth shall be.75 with a subtle radius and chamfer profile. Aluminum holder shall have precision mitered corners. 2.3.3 Care icon tabs to be interchangeable, while at the same time be secured in frame while in use. 2.3.4 Care icon tabs to be a minimum of 1 ½ H and a maximum of 2 1/14 H 2.3.5 Care icon tabs to be able to be concealed with the sign while not being used. 2.3.6 Care icon tabs to have white icon and writing and specific color background. See drawings for additional information. 2.3.7 To of sign to have white ADA tactile numbers and grade II braille. Tacktile and braille characters raised minimum 0.793 mm. See drawings for additional information. 2.3.8 The top of sign s background to be multi-layered fire-retardant navy-blue thermos-foil sheet with class A decorative finish. 2.3.9 Bed identifier part of the sign to be 2 ply non-glare construction dry erase board. 2.3.10 Signs shall be non-glare acrylic finish with adequate contrast. 2.3.11 All sign components shall securely seat into the sign frame via a spring clip feature or similar which permits in field installation and removal of varying thickness component materials up to ¼ to sit flush faced to one another and to the frame face. 2.3.12 See drawings for additional information. 2.4 8.5 x 11 Precaution Sign holder 2.4.1 3 Ply Non-Glare Acrylic Construction Pocket with 8.5 x11 Insert & Subsurface/Surface VOC Free Digital Print. 2.4.2 6 different Precaution signs to be used. Coordinate with Interior Design for the 6 signs needed. 2.5 Single Bed Isolation Sign 2.5.1 Sign to be 9 W x 14 H plus or minus ¼ 2.5.2 Sign to have a silver aluminum frame to be type II, Class I clear satin anodized with a minimum of 75% recycled content. Profile depth shall be.75 with a subtle radius and chamfer profile. Aluminum holder shall have precision mitered corners. 2.5.3 Care icon tabs to be interchangeable, while at the same time be secured in frame while in use. 2.5.4 Care icon tabs to be a minimum of 1 ½ H and a maximum of 2 ¼ H 2.5.5 Care icon tabs to be able to be concealed within the sign while not being used. 2.5.6 Care icon tabs: Shooting star, falling star, and bed alarm are custom VA logos. Jpgs will be provided by VA, if vector files are need coordinate with VA Interior Designer. 2.5.7 Other Care icon tabs to include: NPO, Strict I&O, Daily Weight, Fluid restriction, Hearing impaired, sight impaired, chemotherapy, aggression, aspiration precautions, no venipuncture R-arm, No Venipuncture L-arm. 2.5.8 Care icon tabs to have white icon and writing and specified color background. See drawings for additional information. 2.5.9 Top of sign to have white ADA tactile numbers and Grade II braille as in the attached detailed drawing. 2.5.10 The top of sign s background to be multi-layered fire-retardant navy blue thermo-foil sheet with class A decorative finish. 2.5.11 Section under bed identifier part of the sign to be 2 ply non-glare construction dry erase board. 2.5.12 Signs shall be non-glare acrylic finish with adequate contrast. 2.5.13 All sign components shall securely seat into the sign frame via a spring clip feature or similar which permits in field installation and removal of varying thickness component materials up to ¼ to sit flush faced to one another and to the frame face. 2.5.14 See drawings for additional information. 2.6 Double Bed Room Identification Iso. Sign 2.6.1 Sign to be 9 W x 11 H plus or minus ¼ 2.6.2 Sign to have a silver aluminum frame to be type II, Class I clear satin anodized with a minimum of 75% recycled content. Profile depth shall be.75 with a subtle radius and chamfer profile. Aluminum holder shall have precision mitered corners. 2.6.3 Care icon tabs to be interchangeable, while at the same time be secured in frame while in use. 2.6.4 Care icon tabs to be a minimum of 1 ½ H and a maximum of 2 1/14 H 2.6.5 Care icon tabs to be able to be concealed with the sign while not being used. 2.6.6 Care icon tabs to have white icon and writing and specific color background. See drawings for additional information. 2.6.7 To of sign to have white ADA tactile numbers and grade II braille. See drawings for additional information. 2.6.8 The top of sign s background to be multi-layered fire-retardant navy-blue thermos-foil sheet with class A decorative finish. 2.6.9 Bed identifier part of the sign to be 2 ply non-glare construction dry erase board. 2.6.10 Signs shall be non-glare acrylic finish with adequate contrast. 2.6.11 All sign components shall securely seat into the sign frame via a spring clip feature or similar which permits in field installation and removal of varying thickness component materials up to ¼ to sit flush faced to one another and to the frame face. 2.6.12 See drawings for additional information. 2.3 Double Bed Isolation Sign 2.3.1 Sign to be 9 W x 14 H plus or minus ¼ 2.3.2 Sign to have a silver aluminum frame 2.3.3 Care icon tabs to be interchangeable, while at the same time be secured in frame while in use. 2.3.4 Care icon tabs to be a minimum of 1 ½ H and a maximum of 2 ¼ H 2.3.5 Care icon tabs to be able to be concealed within the sign while not being used. 2.3.6 Care icon tabs: Shooting star, falling star, and bed alarm are custom VA logos. Jpgs will be provided by VA. 2.3.7 Other care icon tabs to include: NPO, Strict I&O, Daily Weight, Fluid restriction, Hearing impaired, sight impaired, chemotherapy, aggression, aspiration precautions,, no venipuncture R-arm, No Venipuncture L-arm. 2.3.8 Care icon tabs to have white icon and writing and specified color background. See drawing for additional information. 2.3.9 Top of sign to have white ADA tactile numbers and grade II braille as in the attached detailed drawing. 2.3.10 The top of sign s background to be multi-layered fire-retardant navy-blue thermos-foil sheet with Class A decorative finish. 2.3.11 Section under bed identifier part of the sign to be 2 ply non-glare construction dry erase board. 2.3.12 Signs shall be non-glare acrylic finish with adequate contrast. 2.3.13 All sign components shall securely seat into the sign frame via a spring clip feature or similar which permits in field installation and removal of varying thickness component materials up to ¼ to sit flush faced to one another and to the frame face. 2.3.12 See detail drawings for additional information. 3.0 EXECUTION 3.1 General Requirements for Service 3.1.1 When the Contractor desires to deliver, receive and/or install other than standard times, a written request shall be submitted to the VA Interior Designer for approval. Written approval from the VA Interior Design must be received before proceeding with the work. The request shall be submitted at least (5) five work day prior to the proposed performance of work, and it shall indicate the day(s), time amount of work, and reason why performance is necessary during nonstandard hours. 3.1.2 The Contractor shall be knowledgeable of and shall comply with all applicable federal, state, and local laws, Building Codes, Life Safety Codes, ADA/ADAG, permits, VA design standards (www.cfm.va.gov/til/dguide.asp), and instructions required for the performance of the duties in the Statement of Work. 3.1.3 Installation area is an active 24/7 3.2.1 Inspection 3.2.1.1 Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions, of the referenced standards. 3.2.1.2 In the event of discrepancy, immediately notify the Designer. 3.2.1.3 Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.3 Installation and Workmanship 3.3.1 Coordinate installation and installation schedule with the Interior Designer. 3.3.2 All installation methods shall be in accordance with the printed instructions of the manufacturer. 3.3.3 Install level, plumb, and secure at proper location according to Floor Plans. 3.3.4 Each item must be clean and free from dust, packing marks, tags, labels, etc. 3.3.5 All punch list items must be completed prior to acceptance by the Owner 3.3.6 Protection of carpet, vinyl tile, walls, and ceiling is the responsibility of the installers during installation. Any damage shall be replaced with like material and finish at no cost to the Owner. 3.3.7 Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 3.3.8 Use cleaning materials which do not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 3.3.9 Provide for all dumpsters, haul fees and dump charges as required. Do not use Owners collection facilities at any time. 3.3.10 Installer is responsible for providing all tools and equipment that is needed for installation. Owner will not provide tools and/or equipment. 3.3.11 All Installers are responsible for checking into Interior Design prior to installing and obtaining temporary badges. 3.3.12 Installers must follow the standard VA code of conduct at all times while on VA property. 3.3.13 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. The Contractor shall maintain accountability and control of any keys provided, and shall return them to the POC upon completion of the work. 3.3.14 Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the Contractor 3.4 Work Required by Others 3.4.1 All work required by other trades shall be identified under this section by the Bidder. END OF SECTION NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0216/listing.html)
 
Place of Performance
Address: George E. Whalen VA Medical Center;VA Healthcare System;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148
Country: USA
 
Record
SN05252898-F 20190320/190318230036 (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.