BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in N Providence, Rhode Island. Contact the soliciting agency for additional information.

This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must respond to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238330, (Z1DA) with a size standard $19M. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Flooring Maintenance at Providence VAMC per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by Thursday EST, 8 December, 2023. All responses under this Sources Sought Notice must be emailed to Rosangela.Pereira@va.gov with RFI #36C24124Q0133 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 2 STATEMENT OF WORK Flooring Maintenance Provide all labor, transportation, materials, apparatus, tools, equipment and permits necessary for the following work. The general limit of the specified work area will be located at the VAMC, 830 Chalkstone Ave., Providence, RI 02908. The work will entail the preventive maintenance and repair of VCT tile, resilient tile, porcelain tile, marble thresholds, divider strips, resilient sheet flooring, carpeting, resilient base, and integral cove base in 31 buildings and all levels as well as emergency service call response. Base Condition Assessment Develop an accurate condition-assessment database of the various flooring assemblies across the entire VA Medical Center campus. Include Immediate and long-term repair requirements. Scheduled Preventive Maintenance The contractor will provide semi-annual scheduled preventive maintenance to identify and repair the following wear and tear items: VCT, resilient, porcelain and carpet tiles: Replace, missing, broken, split, cracked, torn, or worn tiles in-kind. Submit sample to COR for color/pattern match. Install products according to manufacturer's instructions. Comply with ANSI A137.1, Standard Grade, except as modified: Inspection procedures listed under the Appendix of ANSI A137.1. Abrasion Resistance Classification: Tested in accordance with values listed in Table 1, ASTM C1027. Class V, 12000 revolutions for floors in Corridors, Kitchens, Storage including Refrigerated Rooms Class IV, 6000 revolutions for remaining areas. Slip Resistant Tile for Floors: Coefficient of friction, when tested in accordance with ANSI A137.1 and measured per the TCNA DCOF AcuTest. Equal to or greater than .42 for level interior tile floors that will be walked on when wet. Factory Blending: For tile with color variations, within the ranges selected during sample submittals blend tile in the factory and package so tile units taken from one (1) package show the same range in colors as those taken from other packages and match approved samples. Resilient Sheet or Sheet Vinyl Flooring Repair or replace, missing, broken, split, cracked, torn, or worn resilient sheet or sheet vinal flooring in-kind. Submit sample to COR for color/pattern match. Install products according to manufacturer's instructions. Sustainable Construction Requirements: Low Pollutant-Emitting Materials: Comply with VOC limits specified in Section 01 81 13, SUSTAINABLE CONSTRUCTION REQUIREMENTS for the following products: Flooring Adhesives and Sealants. Vinyl Sheet Flooring. Bonding Chemical: Flooring manufacturer's standard seam bonding chemical. Adhesives: Water resistant type recommended by flooring manufacturer to suit application. Base Accessories: Fillet Strip: 19 mm (3/4 inch) radius fillet strip compatible with flooring material. Cap Strip: J-Shape extruded flanged reducer strip compatible with flooring material approximately 25 mm (1 inch) exposed height with 13 mm (1/2 inch) flange. Leveling Compound: Provide cementitious type with latex or polyvinyl acetate resins additive. Resilient and Integral Base Repair or replace, missing, broken, split, cracked, torn, or worn resilient or integral cove base in-kind. Submit sample to COR for color/pattern match. Install products according to manufacturer's instructions. Adhesives: Low pollutant-emitting, water-based type recommended by adhered product manufacturer for each application. Emergency Repair Service The contractor shall provide (when requested to do so) a Walk-over visual inspection and analysis report of damaged areas with recommendations, scopes-of-work and budget estimates. The contractor will record and provide the following data after each visit: On site arrival date/time. Off-site/repair completion date/time. Type of repairs completed. Labor time. Materials used. Is the repair long or short term Floor System Replacement In order to quickly address and respond to any and all emerging calls, the Contractor shall provide qualifications for floor replacements of complete flooring systems for VCT, resilient, porcelain and carpet tiles as well as Resilient Sheet or Sheet Vinal Flooring not to exceed $100,000.00. Infection Control Contractor shall conform to the infection control measures as specified in the attached Construction Specification for Infection Control. Asbestos Containing Materials Providence VAMC will have determined, before work is begun, the presence, location, and quantity of asbestos-containing or potentially asbestos-containing materials that would be specifically impacted by the work of your contract. The Providence VAMC Project Manager will provide a specific asbestos audit report for those work areas in question. The contractor shall not disturb asbestos-containing materials unless such activities are part of your contracted work and you are specifically trained to do so. Asbestos abatement contractors should coordinate with the Project Manager and the Medical Center s EH&S Department for specific requirements for asbestos abatement work. In the event a Contractor encounters previously unidentified material that is reasonably believed to be asbestos containing, the Contractor shall immediately stop work in the affected area and report the condition to the COR. At no time shall such material be disposed of in chutes, dumpsters, drains, pipes or any other waste container. The Contractor agrees to cooperate with the COR and any consultants engaged by the COR to perform services with respect to the analysis, detection, removal, containment, treatment and disposal of such regulated materials. Work Hours and Project Sequence Routine work can start as early as 7:00 am and work past 4:30pm weekdays. Based on the needs of the hospital, work may be required during off hours, including nights and/or weekends. After hours work shall be scheduled through the COR. The following Federal legal Holidays are observed: New Year's Day 1 January Martin Luther's King's Birthday Third Monday of January President's Day Third Monday of February Memorial Day Last Monday of May June Teenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December NOTE: Any of the above holidays falling on a Saturday will be observed the preceding Friday, holidays falling on a Sunday will be observed on the following Monday. Duration The Period of Performance for the BPA is for five (5) years. The BPA will not require options to be exercised each year, although the BPA will be reviewed for continued need annually. Each TO issued will provide up to one (1) year of service, beginning from date of award of the TO. If the BPA expires prior to completion of a TO, the TO will run until the end of its specified period of performance. Task Ordering (Reference 52.216-18) Individual Task Orders will be issued on an as needed basis during the period of performance specified. Contractor shall have the ability to accept credit card orders. Any services to be furnished under this Blanket Purchase Agreement (BPA) will be ordered by issuance of Task Orders by the individuals or activities designated in this contract. Any Federal Contracting Officer, at the locations specified in the solicitation, or as approved in writing by the issuing office Contracting Officer, is authorized to issue orders under the BPA within the individual s warrant levels. Orders may be issued from date of contract award until the last day of the BPA period. The total term of the BPA contract may not exceed five years. The Government reserves the right to unilaterally modify the contract to incorporate any future statutory changes. All Task Orders are subject to the terms and conditions of this BPA contract. In the event of conflict between a Task Order and this BPA contract, the BPA contract will govern. The Government reserves the right to incorporate additional clauses, as appropriate, into individual Task Orders solicitations and awards. Security Requirements The contractor shall comply with all security regulations imposed by the VA Director and VA Police. Any necessary security clearances shall be obtained prior to commencement of work. The contractor shall ensure that all parts of the facility where work is being performed are adequately protected against vandalism and theft. In accordance with VA Handbook 6500.6 Appendix, the C&A requirements do not apply and a Security Accreditation Package is not required. Transportation, Handling, and Storage The contractor shall coordinate with suppliers and shippers to ensure that incoming materials are properly identified with the contractor s name, contract number and project title. The contractor shall designate an authorized individual to be available to receive shipment. Cleanup and Disposal of Debris and Fill Materials At the end of each workday, the contractor shall clean up the work and storage areas and stack all materials in a manner approved by the Contracting Officer or his/her designated representative. Upon completion of a project, the contractor shall ensure that all trash, and debris resulting from the roofing operations are removed from the work area. Unless directed otherwise in the contract or by the Contracting Officer, disposal of debris shall be made at the contractor s expense and shall be delivered to a state approved disposal site located off the VA grounds and/or CBOC locations. Debris shall not be left in such a manner that wind or other weather conditions can cause the debris to be scattered outside the work area or inside the facilities via local foot traffic. Certifications and Documentation Requirements The contractor shall submit all required documentation as part of the quote. Documentation required includes: Statement affirming 100% self-performance of all work, or a detailed break-down of what tasks will be done by a subcontractor vs prime contractor and dollar amount of quote accounted for by subcontractor labor costs vs prime contractor labor costs. Records Management Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 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 notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 5 PM EST time on December 8, 2023. Responses to this notice shall be submitted via email to Rosangela.Pereira@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 238330 and a small size standard of $19,000,000.00. The Method of Contractor Selection has not been determined at this Time

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
599
Active Projects
359
Bidding Soon
4,580
All Active Projects
1,929
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 10, 2024

img_map_placeholder

830 Chalkstone Ave, N Providence, RI


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.