DOCUMENT
65 -- Shower Curtains - Polytrauma & Blind Rehabilitation Center Bldg. 500 - Attachment
- Notice Date
- 3/28/2018
- Notice Type
- Attachment
- NAICS
- 314120
— Curtain and Linen Mills
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd., Bldg 98;McClellan, CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- 36C26118Q9007
- Response Due
- 4/4/2018
- Archive Date
- 7/12/2018
- Point of Contact
- Robert Parke
- E-Mail Address
-
thern
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE Subject: Sources Sought, Shower Curtains for Polytrauma and Blind Rehabilitation Center for Department of Veterans Affairs, Veterans Health Administration (VHA) VISN 21. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The purpose of this sources sought is to conduct market research to support the procurement of Shower Curtains for Polytrauma and Blind Rehabilitation Center for VISN21. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 314120 Curtain and Linen Mills. This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 314120. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. Background: The Department of Veterans Affairs is seeking vendors who can provide Shower Curtains for Polytrauma and Blind Rehabilitation Center as per the attached Statement of Work and Salient Characteristics. The vendors must demonstrate the ability to meet all requirements for this notice. See Statement of Work and additional attachments for all the details. INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services that are required in the attached draft salient characteristics. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. The attached salient characteristics are a draft, and are NOT finalized. If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small. (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business. (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). (e) Include the DUNS number of your firm. (f) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. (g) Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts. (h) Link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable. (i) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (j) Other material relevant to establishing core competencies of the firm. (k) Contractor shall complete Attachment 1 Price-Cost Schedule for the purpose of market research. (l) Contractor shall include the terms and conditions of the warranty for all products listed in attachment. Response is due by noon Wednesday, April 4, 2018. Please submit e-mail responses to Mr. Robert Chuck Parke, Contract Specialist, at email address: robert.parke2@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: Interior Signage Recreation Therapy Palo Alto, CA in the subject line of your email. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. See Attachment 1 Salient Characteristics See Attachment 2 Shower curtain floor plan See Attachment 3 Price-Cost Schedule Statement of Work Department Of Veterans Affairs Palo Alto Health Care System 3801 Miranda Avenue, Palo Alto, CA 94304 Building 500 Polytrauma and Blind Rehabilitation Center Overview The Palo Alto Polytrauma and Blind Rehabilitation Center (WBRC) will be a multidisciplinary building on the Palo Alto Division campus of the VA Palo Alto Health Care System. The new Rehabilitation Center will consolidate outpatient and inpatient rehabilitation programs, including Polytrauma, Blind Rehabilitation, Physical Medicine Rehab (PM&R), and Physical & Occupational Therapy departments. When completed, this 174,000 square foot, 3-story building will be the largest multi-discipline rehabilitation center in the Department of Veterans Affairs. This project is expected to be complete and open for patients in the Spring of 2018. Objective To purchase and install (45) pieces plus (18) extra Shower Curtains for the student shower rooms and apartment living shower rooms of the Palo Alto Polytrauma and Blind Rehabilitation Center. Shower Curtains must be compatible with installed Shower Curtain hardware, fire codes, laundering requirements, and building interior design. Contract Tasks/Requirements Prior to fabrication, vendor shall conduct an on-site field verification survey, and supply installation drawings and material sample submittals for VA approval. Vendor shall also confirm the shower curtain rings can fit the existing shower curtain rod. Vendor to begin fabrication of shower curtains after VA has approved submittals. The building has total 45 shower curtain locations and each type of the shower curtains shall have extra two shower curtains for replacement. Therefore, the vendor should provide total 63 pieces of shower curtains for the entire project. Shower curtain rings only shall require for 45 shower curtain locations, and it shall not be required for 18 extra shower curtains. Vendor shall provide all necessary materials, equipment, labor, supervision, and Management to: (A) coordinate delivery: (B) load and unload; (C) install in designated locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing materials outside the VA premises. Vendor shall provide past performance of 5 years with like or same size facilities. Vendor must provide Proof of Insurance. Vendor Storage Facility must be sprinklered, secure, safe, environmentally controlled so as not to void shower curtain warranty. Vendor must notify VA of specific location of all stored shower curtains. Vendor shall have trained personnel in Shower Curtain assembly and installation. Vendor shall provide a certified lead installer/ representative within 150 mile radius of project location when servicing the VA. Vendor shall be capable of managing multiple installations at one time. Protection of Property Vendor shall protect all items from damage. The Vendor shall take precaution against damage to the buildings, grounds and furnishings. The Vendor shall repair or replace any items related to buildings or grounds damaged accidentally, or on purpose due to actions by the Vendor, utilizing materials of the same quality, size, grade and color, to match existing work. The Vendor shall perform an inspection of the buildings and grounds with the Point Of Contact prior to commencing work. To ensure that the contractor shall be able to repair or replace any items, components, buildings or grounds damaged due to negligence and/or actions taken by the Vendor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence of the Point Of Contact is required before the Vendor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade and color to match adjacent existing work. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. The Vendor shall maintain accountability and control of any keys provided, and shall return them to the Point Of Contact upon completion of the work. Vendor shall provide floor and wall protection while working in all VA facilities. All material handling equipment shall have rubber wheels. Delivery and Assembly Vendor shall verify shower curtain tracks and configuration of rooms to receive product at least (30) days prior to start of work. Verification is required to ensure adequate space for assembly and installation. Vendor shall contact the Point Of Contact at least (10) working days prior to start of work/shipping to ensure that the building is ready for install. In the event there is a delay in delivery, Vendor must notify the VA Point Of Contact immediately Vendor shall provide the Point Of Contact with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum. Vendor must ensure that the driver of the delivery vehicle has copies of the delivery order and shall not attempt to deliver any items before the scheduled delivery date. Vendor shall start assembling and installing product upon delivery between the hours Monday - Friday (8:00 am - 4:00 pm.) If the Vendor is unable to complete the installation of all unloaded items before the end of the workday, the Vendor will be responsible for moving these items to a secure location, until the next available workday. The Vendor will be responsible for moving the items from the overnight storage site to its designated position in the building. The Vendor shall verify and inspect all items. Any and all deficiencies (damage/overage/shortage) shall be brought to the attention of the Point Of Contact. The Vendor shall store damaged items in the location designated by the Point Of Contact, and maintain a complete file of all documents relating to damaged items and other discrepancies. These reports shall be forwarded to the Point Of Contact in a timely manner. Vendor shall repair or coordinate for replacement of damaged, defective, or missing items. Vendor shall unpack all items received and perform all required assembly in accordance with the manufacturer s instructions. Vendor shall place items in rooms as identified in the design drawings or specifications provided by the Point Of Contact. All shower curtains shall be level, plumb, square, and in proper alignment.. Vendor shall inspect to ensure that the curtains are free of surface dirt, clean and free of defects, and that the installation is complete and ready for use. The vendor shall do a final walkthrough with Point Of Contact and provide a punch list before releasing crew for the day. Delivery Location: 3801 Miranda Avenue, Palo Alto CA 94304. Building 500 Polytrauma and Blind Rehabilitation Center. (See Site Map). Quality Control Vendor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling product and other items installed under this contract. Final Acceptance from the Contractor will not occur until all debris connected with product installation is removed from the VA site. Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials will not be stored in the buildings for any period exceeding 24 hours. Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the Vendor. No smoking on campus Excess Items The Vendor shall coordinate with the Point Of Contact as to where any excess items are to be stored. Attachments Drawings: Floor Plans, with shower curtain tracks highlighted in color codes. Miscellaneous Product shall be fully assembled for ease of installation. The C&A requirements do not apply and that a security Accreditation Package is not required Vendor will not have any access to VA IT-related connections for storage, generating, transmitting or exchanging VA sensitive information. Vendor is only allowed on campus by appointment, escorted during installation and is never left unattended. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Shower Curtains for Polytrauma and Blind Rehabilitation Center at VAPAHCS Please reference the "Statement of Work" and Salient Characteristics. Please complete "Attachment 3 - Price- Cost Schedule for detailed breakdown. 1.00 JB 0002 Shower Curtain Rings for Polytrauma and Blind Rehabilitation Center at VAPAHCS Please reference the "Statement of Work" and Salient Characteristics. Please complete "Attachment 3- Price- Cost Schedule for detailed breakdown. 1.00 JB 0003 Installation of Shower Curtains and Shower Rings for Polytrauma and Blind Rehabilitation Center at VAPAHCS Please reference the "Statement of Work" and Salient Characteristics. Please complete "Attachment 3 - Price- Cost Schedule for detailed breakdown. 1.00 JB GRAND TOTAL Page 8 of 8 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: VA Palo Alto Health Care System (VAPAHCS) Palo Alto Division Reference the SOW Palo Alto, CA See Statement of Work and attachments for details. 30 ARO MARK FOR: TBD MARK FOR: TBD
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9007/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9007 36C26118Q9007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184705&FileName=36C26118Q9007-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184705&FileName=36C26118Q9007-000.docx
- File Name: 36C26118Q9007 Attachment 1 - Salient Characteristics.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184706&FileName=36C26118Q9007-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184706&FileName=36C26118Q9007-001.pdf
- File Name: 36C26118Q9007 Attachment 2 - Shower curtain floor plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184707&FileName=36C26118Q9007-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184707&FileName=36C26118Q9007-002.pdf
- File Name: 36C26118Q9007 Attachment 3 - Price-Cost Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184708&FileName=36C26118Q9007-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184708&FileName=36C26118Q9007-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9007 36C26118Q9007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4184705&FileName=36C26118Q9007-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Palo Alto Healthcare System;Palo Alto Division - Polytrauma - BLDG 500;3801 Miranda Ave;Palo Alto, CA
- Zip Code: 94304
- Zip Code: 94304
- Record
- SN04870238-W 20180330/180328231749-91c83db9ef80e4dcc34c2d2ea5cdd807 (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 |