Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2025 SAM #8630
SOLICITATION NOTICE

H -- Window Treatment and Covering Services

Notice Date
7/11/2025 1:38:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
449122 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q1109
 
Response Due
7/25/2025 10:00:00 AM
 
Archive Date
08/24/2025
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. 1.a. Project Title: Window Treatment and Covering Services 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide a full range of services to verify the site, assess, measure existing, provide estimate, procure related materials, transport, and install window treatment and covering of items according to the direction of the VA. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26225Q1109. 1.e. Set Aside: This solicitation is issued as an SDVOSB set aside. 1.f. Applicable NAICS code: 449122 Window Treatment Retailers. 1.g. Small Business Size Standard: $11.5 million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base year plus 4 options 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 29 1.k. Questions regarding the solicitation should be submitted via email no later than 2pm PST Wednesday, July 16th, 2025, to ositadima.ndubizu@va.gov 1.l. Company info and quote should be on the attached Enclosure 1 form. All other forms of offers will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to provide a full range of services to verify site, assess, measure existing, provide estimate, procure related materials, transport, and install window treatment and covering of items according to the direction of the VA. 2.2. Background. - Several locations within the VA Greater Los Angeles Healthcare System require new window coverings and treatments. . 2.3. Scope. The Contractor shall provide staffing, equipment, transportation, storage, and other necessary materials to perform services. The Contractor shall perform services as requested by COR or designated representative. Services shall include, but not limited to, verifying existing sites, assessing the materials and hardware to use, measuring window or wall opening, providing estimate of materials and work, ordering related materials, storing ordered items if necessary, transporting items to the site, removal of existing covering and hardware, and set-up and installation of new. The contractor shall also repair any existing hardware to working conditions. The services will be provided mainly at the West Los Angeles Facility at 11301 Wilshire Blvd., Los Angeles, but will also include services at the following facility locations: VA Greater Los Angeles Healthcare System WLA (VAGLAHS) 351 E. Temple St., Los Angeles, CA 90012 VA Downtown LA Ambulatory Care Center - LAACC 11301 Wilshire Blvd., Los Angeles, CA 90073 VA Sepulveda Ambulatory Care Center - SACC 16111 Plummer St., Sepulveda, CA 91343 VA Community Based Clinic SBA 4440 Calle Real, Santa Barbara, CA 93110 VA Community Based Outpatient Clinic - SMA 1550 E. Main Street, Santa Maria, CA 93454 VA Community Based Clinic SLO 1288 Morro St., Ste 200, San Luis Obispo, CA 93401 VA Community Based Outpatients Clinic Lancaster 340 Avenue I. Lancaster, CA 93535 VA Community Based Clinic BAK 1801 Westwind Dr., Bakersfield, CA 93301 VA Community Based Outpatient Clinic - VEN 5250 Ralston Street, Ventura, CA 93003 Vet Centers Southern California (Several Locations) Ordering Procedures. Request for services will be coordinated by the COR or designated representative. The number of requests will vary from month to month and small to large orders. Contractors shall generate an estimate to be approved by the COR. VA STANDARD WINDOW TREATMENTS/COVERINGS: Blinds 1 Horizontal Blinds, Color is Alabaster. Dual Headrail Skylight Blinds (SWF) Roller Shades Fabric is 1%. Color is White Linen Fabric is Morocco 0%. Color is Light Cream. Control loop is a stainless-steel bead chain. Seamed hems at bottom of shades. Fascia: L shaped cover of extruded aluminum. Color is Bronze. Breakaway Draperies Velcro type breakaway specially made for behavioral health facilities. Tracks: Extruded of 6063-T5 aluminum allow. Finish is 204 -R1 satin anodized. Tracks to be custom fabricated to size and shade. On occasion, matches existing. Other Required Documentation Warranty CONTRACTOR RESPONSIBILITIES The Contractor shall take necessary precautions to avoid damaging walls, floors, elevators and lobbies and window when performing activities. The Contractor shall be responsible for all costs associated with damages related to installation activities. Debris. All debris shall be removed and disposed of by the Contractor in the VA provided trash dumpsters and scrap cage. Cardboard shall be delivered to the waste management building for recycling. No debris shall be thrown from the windows or doors on any VA property. Contractor is required to keep area floor and work area free of debris and clean. Unpacking / Uncrating and Placement of Property Any Government furnished property that requires the contractor to wrap or take additional precautions, while in transport or temporary storage, shall be returned assembled upon arrival at the new location with debris removed. Equipment and Tools The Contractor shall provide necessary tools and equipment to complete task. Assuring security of tools is the responsibility of the contractor. Any equipment or tools left unattended or in an unsecured area shall be at the risk of the contractor and/or his employees. The Government accepts no liability for loss/damaged/stolen contractor s tools and equipment. Work Areas / Safety and Security Precautions Contractor-owned equipment or tools may not block exits, corridors, or impede access to entrances/exits or rooms and shall always be in the control of the contractor. If contractor leaves the work site, all tools shall be removed as well. Contractor shall provide his/her employees safety equipment which is required for performance of the contract. The contractor shall take precautions regarding fire and safety policies/procedures within VA Medical Centers and their associated Outpatient Clinics and Community Based Outpatient Clinics for VAGLAHS. Additional Specifications The Government shall not be charged for arrival of Contractor s personnel and/or delivery of contractor-provided supplies or materials. VA Medical Centers and their associated Outpatient Clinics and Community Based Outpatient Clinics for VAGLAHS shall not pay for travel time to and from the work site but shall pay for transportation between different VA locations during the workday. Work starts and end times shall be performed by full staffing, and have materials, and supplies available. In the event, operations must stop due to shortfall of materials, staff or supplies, hours shall not be charged to the Government. Contractor staff shall report for duty at the Interior design office. Contractor shall review workday assignments and scheduling with Interior Design prior to the start of each workday. The normal workday shall be 7:30am thru 3:30pm, and on occasion, evenings and weekends. The Government shall not pay for the Contractor employee wait times or equipment failure. The Contractor s shall have a quality assurance plan to address these circumstances. 2.4 General Requirements. Work shall be completed at VA Greater Los Angeles Healthcare System, and areas stated in Section 2.3 -Scope. Contractor shall provide all Labor, Parts, Materials, Equipment, and Supervision required to perform all work. Contractor (general or sub-contractor) is required to have completed and provide current safety training certifications: Superintendent: 30-hours Construction Safety course. Tradesmen: Occupational Safety and Health Administration (OSHA) 10-hour Construction Safety training Contractor shall check-in with the Point of Contact (POC) upon arrival at the VHA Greater Los Angeles Healthcare System. Contractor shall wear all OSHA regulated and VHA Personal Protective Equipment (PPE). During services the contractor must ensure safety and exclude the possibility of injury to patient, staff and visitors. Contractor will abide by all hospital policies for Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) policies. Contractor will set up work area providing all barriers and protection needed to ensure safe removal and replacement of equipment and/or materials. Collect, contain, and dispose of all debris daily and upon completion of work resulting from the overall scope of the project according to VHA Regulations. Contractor is responsible for repairing damages incurred during performance of this scope of work to include removal/installation or moving materials and tools in and out of the work area. All work will be done in accordance with manufacturer s guidelines, and all federal, state and local regulations and procedures. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking, and privacy, and reporting to the POC upon arrival at the facility. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract unless prior authorization is obtained in writing from the Contracting Officer 2.4. Performance Monitoring. The Point of Contact (POC) will monitor contractor performance. The POC will certify the work was done in accordance with the SOW. POC will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the POC. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 2.5. Period of Performance. The period of performance will be Base year plus 4 option years. Working hours shall be between 7:00 am and 4:30 pm Monday to Friday. The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays Work Hours Delivery Delivery is to take place between the hours of 8:00 am to 12:00 pm, during normal working hours. Installation Installations hours are from 7:00 am to 3:30 pm and on occasion weekends and evenings. All installation is done properly to manufacturer s specification. Incorrect assembly or an improper installation that damages or alters the product, voids the product warranty. This includes any product damaged incurred while transporting, assembling, or installing the product on-site. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.7. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.8. Insurance Coverage a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish a certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES GENERAL INSTRUCTIONS TO OFFERORS: Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Friday, July 25th, 2025, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form pg. 1) Acknowledgement of amendments (Enclosure 1 form pg. 1) Concurrence/non-concurrence with solicitation terms, conditions, and provisions (Enclosure 1 form pg. 1) Schedule of services (Enclosure 1 form pg. 2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Enclosure 1 form pg. 8) VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Enclosure 1 form pg. 6) Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted. SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their [offers].� Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for the contract award. SP1: Special Licensure.� Offeror or proposed subcontractor shall provide evidence that personnel performing work under the contract hold a C-61/D-52 Window Coverings Contractor license issued by California Contractors State License Board.� � SP2: Specialized Training. Offerors or proposed subcontractor shall submit evidence of completion of the 30-hours Construction Safety course and Occupational Safety and Health Administration (OSHA) 10-hour Construction Safety training. � SP3: Specialized Experience.� The offeror shall provide a narrative that describes its specialized experience installing Window Treatment and Covering at a hospital.� The narrative must include contract numbers and reference point of contact.� If the Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), the Offeror must provide this information for each proposed subcontractor and the Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror.� � (End of provision)� ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)� (a) Basis of Award.� This procurement is being conducted pursuant to FAR Part [13] procedures.� The Government intends to award a contract resulting from this solicitation to the responsible offeror whose [offer], conforming to the solicitation, [offers] the lowest price, whose [offered] price does not exceed the amount of funding available for the procurement, and whose [offered] price is found to be reasonable.� Price alone is the sole evaluation factor.� In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement.� Offerors who fail to meet any special standard of responsibility will not be eligible to receive a contract award.� � (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If a contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.� � � (c) Options.� The Government will evaluate [offers / quotes] 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 or if the [offered] price for the basic requirement or any option exceeds the amount of funding available for any of those requirements.� Evaluation of options should not obligate the Government to exercise the option(s).� � � (d) 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 the award.� � (End of provision)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, dated 6/11/2025. Full versions of the following provisions and clauses for this solicitation can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses 3.f. VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. 3.g. FAR 52.233-2, Service of Protest 3.h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.i. VAAR 852.233-71, Alternative Protest Procedure 3.j VAAR 852.222-71 Compliance with Executive Order 13899
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/555eed1aea53495895064f8d7c8569c5/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07506548-F 20250713/250711230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.