Washington Bids > Bid Detail

N055--Multiple Flooring Projects in Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159695086546545
Posted Date: Dec 5, 2022
Due Date: Dec 22, 2022
Solicitation No: 36C24523Q0145
Source: https://sam.gov/opp/92d41094fb...
Follow
N055--Multiple Flooring Projects in Medical Center
Active
Contract Opportunity
Notice ID
36C24523Q0145
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 05, 2022 11:02 am EST
  • Original Response Date: Dec 22, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N055 - INSTALLATION OF EQUIPMENT- LUMBER, MILLWORK, PLYWOOD, AND VENEER
  • NAICS Code:
    • 321918 - Other Millwork (including Flooring)
  • Place of Performance:
    Washington DC VA Medical Center Washington , D.C. 20422
Description
Page 14 of 14
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. IAW FAR 15.201(e), responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFQ will not be entertained.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 321918:Commercial Flooring-Hard surface flooring including but not limited to vinyl tile, rubber tile, linoleum, laminate wood flooring, sheet flooring. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 05 Network Contracting Office, is seeking sources that can complete requirements for Various Types of Flooring Replacement at DCVA Medical Center that at a minimum meets the requirements listed under the description section below.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include:
Company name, address of company, point of contact
Any small business designation as certified by the Small Business Administration, size of business pursuant to the following question.
A through description of experience in managing support requirements of this nature.

(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Service Disabled Veteran Owned Small Business (SDVOSB) receive preference.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Your FSS GSA/NAC contract number.
(4) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(5) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
(6) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(7) Please provide your DUNS/UEI number.
CONTACT INFORMATION: Responses to this notice and any questions related to this RFI shall be directed to Cassie White cassie.white@va.gov and Amy Ritchey at Amy.Ritchey@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to cassie.white@va.gov and Amy.Ritchey@va.gov. Questions to this RFI/Sources Sought should be received by 12/15/2022. Telephone questions or responses shall not be accepted. Responses must be received no later than 2:00 PM EST, 12/22/2022. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Description
Various Types of Flooring Replacement at DCVA Medical Center
The Washington DC VA Medical Center needs new flooring throughout the entire campus facility and certain CBOCs. The requirement of this contract is to replace aged, worn, damaged and unsightly flooring and carpeting throughout the facility.
This requirement is specifically intended to supply flooring to areas in the in-patient and CBOC facilities that are presently built and occupied, or for smaller projects performed in-house. This is not intended to be used for larger, externally contracted projects. This scope of work will largely be performed in different areas throughout the entire Washington DC VA Healthcare facility, 50 Irving ST NW, Washington, DC 20422.
The execution of this requirement will depend upon the flooring needs in various areas of the facility. A programmed approach, addressing the most egregious areas first, will be implemented.
The contractor shall provide all installation requirements including labor, equipment, tools, accessories, and materials to properly remove, dispose of and install all flooring materials.
Estimated Requirements:
The total estimated square footage in buildings 1, 4, 6 and16 with unimproved flooring is calculated at 720,900 sq ft.
The contractor shall be responsible for the removal, replacement, and installation of approximately:
2,000 square yards of carpet tile (18,000 sq ft.).
67,000 square feet of luxury vinyl floor tile planks.
3,000 square yards of vinyl sheet tile (27,000 sq ft.).
7,000 sq ft. of resinous epoxy flooring.
1,000 sq ft. of terrazzo tile.
27,840 sq ft. of cove base
9,900 sq ft. of flash cove, corners, and transition strips.

This is a flooring materials and installation requirement. It is essential that the flooring required be designed, delivered, staged/moved, and installed in order to coordinate the timely delivery, installation, and integration essential for government operations. Pricing shall include the demolition, removal and disposal of existing flooring or carpet and minor floor preparation for new flooring materials including skim coat.
A project manager or project designer and installation foreman must be onsite during installation.
Period of Performance:
The Period of performance estimated at 5 years.

Basis of Flooring Specifications

Product and Manufacturer
Areas of Use
Quantity
Terrazzco Terrazzo Flooring
Tile
Precast Epoxy Terrazzo
Color and Sizes TBD

Lobby and Waiting Areas
1,000 sq ft.
Tarkett Contour LVT Plank
6 x 48
Tick Emboss
PCMD Modern Wood
3732 Loft Oak
3104 Atlantic Cherry
3604 Whisper
PCAN Antique Wood
3810 Danbury
Must Match Exactly

Halls and Waiting Areas
Offices and Staff Lounges
Exam Rooms

67,000 sq ft.
Tarkett iQ Optima Homogenous Sheet Vinyl
3242 251 Spencer's Eyes 3077 260 Sharktale 3077 262 Angel Kiss 3242 246 Egyptian Scrolls 873 Koala Bear CG
Must Match Exactly
Heat Weld Rod to Match Color

Clean Rooms, Storage Rooms
Exam Rooms, Minor Procedure Rooms
3,000 sq yd.
(27,000 sq ft.)
Stonhard StonTec ERF
Res 3 in PG 18 Standard
Poured Epoxy over Thinset

Surgical Suites and Procedure Rooms
7,000 sq ft.
Tarkett Hidden Arbor Carpet Tile
62912 Telluride
62901 Candlelit Grey
62906 Deep Lagoon
62911 Artesian
Tufted pattern Loop
Must Match Exactly
Interior Executive Office or Waiting Areas Not Abutting Public or Clinical Areas
1,000 sq yd.
(9,000 sq ft.)
Tarkett G0045 Sweater Knit
77205 Mint Mocha
77208 Skyfall
77200 Candle
77209 Prairie Wind
Tufted pattern Loop
Must Match Exactly
Interior Office or Waiting Areas Not Abutting Public or Clinical Areas
1,000 sq yd.
(9,000 sq ft.)
Roppe 4 Vinyl Cove Base
# 129 Dolphin
Must Match Exactly

27,840 sq ft.
INSTALLATION:
Prepare floor for installation of carpet. Flooring adhesive shall meet manufacturer s specifications and must use low VOC adhesive. Adhesives shall comply with applicable regulations regarding toxic and hazardous materials. Provide water resistant, mildew resistant, nonflammable, and non-staining adhesives and concrete primers for carpet installation as required by the carpet manufacturer. Install carpet moldings where floor covering material changes or carpet edge does not about a vertical surface. Provide vinyl molding designed for the type of carpet being installed. Provide floor flange of a minimum 2 inches wide. Provide color to match resilient base. Provide tape for seams, corners, and transition strips in those areas where carpet meets tile flooring skim coat. Install cove base along vertical surfaces.
The WDC VAMC 50 Irving ST NW Washington DC 20422 delivery/install details are:
Deliveries are accepted on site located at 50 Irving ST NW, Building 1. There will be no dock available. Delivery trucks must have a lift gate or ramp. Deliveries must be managed and completed in coordination with hospital schedule as well as hours, restrictions, and regulations. This includes, but is not limited to, the following:
Trucks cannot be left unattended and must be removed from unloading area after unloading. WDC VAMC cannot guarantee parking provisions for vendors.
Drop shipping is not acceptable. All deliveries must be received and handled by installers.
WDC VAMC will not provide equipment, tools, or labor to assist in furniture deliveries. All necessary equipment and manpower must be included in bid.
Additional Information:
The contractor shall coordinate all activities with the Contracting Officer Representative (COR) (contact information will be provided upon award) to include dates and times of performance and coordinate any revised schedules/plans if any changes are necessary.
The contractor s performance must meet or exceed the Flooring and Carpet and Rug Institute s Standard for Installation of Commercial Carpet. Installation must be performed in strict compliance with all local, state, and federal regulations. The Occupational Safety and Health Administration Hazard Communication Standard must be followed.
The government inspector will inspect completed areas at the end of each workday. If any areas are found to be unacceptable, the contractor shall re-perform until the newly installed area meets standard commercial practices.
The Contractor shall provide and maintain complete records of all inspection work performed by the Contractor. Records shall be maintained and made available to the COR during contract performance and for as long afterwards as the contract requires.
DC VAMC will not provide on-site storage for flooring requirements. Necessary storage must be included in this response.
CODES AND REGULATIONS:
All work shall be accomplished in accordance with the current requirements of all building codes, UFCs, standards, AFIs, ETLs, Technical specifications and design manuals, within the requirements of this section, and within the listed specifications for design and renovation of the facility.
American National Standard Safety Code (ANSI)
ETL 04-3 (Change 1), Design Criteria for Prevention of Mold in Air Force Facilities
National Fire Protection Agency (NFPA) 101- Life Safety Code
Occupational Safety and Health Administration (OSHA)
UFC 1-200-02 C3 High Performance and Sustainable Building Requirements
Unified Facilities Guide Specifications (UFGS)
Field Information

Areas of install include, but not limited to:
Office Space, Work Areas, and Staff Rooms
Waiting Areas, Halls and Lobbies
Patient Rooms and Bathrooms
Exam Rooms and Procedure Rooms
Storage Rooms, Utility Rooms, Clean Rooms
Laboratories, Kitchens, Surgical Suites
Clean Up:
The Contract must clean up of the job site shall be the responsibility of the contractor and shall occur at the end of each workday. The flooring will be vacuumed and cleaned before inspection by the Government Inspector.
Replaced carpet, remnants, waste and/or byproducts generated by the requirements outlined in this SOW shall be removed and disposed of by contractor off base in compliance with all state and local laws/ordinances

Environmental Concerns:
Antimicrobial agent incorporated into the wear layer which effectively inhibits bacterial growth on the flooring surface.
No buff floors mean no bacteria, dust or wax particles are thrown into the air during cleaning.
No odors from floor finish or strippers; no wax flushed into sewer system.
Post-consumer recycled content.
Safety:
All installations shall be ADA Compliant.
All installations in egress areas shall meet fire test standards and be suitable for use in emergency exits and corridors.
CONTRACTOR S WARRANTY:
Responses to this RFI shall include a warranty coverage period.
Insurance:
Responses to this RFI should include insurance coverage.



Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 05, 2022 11:02 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >