Z1AA--Flooring Installation for the Bio-Medical Shop at the Hershell "Woody" Williams Huntington WV VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: West Virginia
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159690267960168
Posted Date: Aug 11, 2023
Due Date: Aug 25, 2023
Solicitation No: 36C24523Q0889
Source: Members Only
Follow
Z1AA--Flooring Installation for the Bio-Medical Shop at the Hershell "Woody" Williams Huntington WV VAMC
Active
Contract Opportunity
Notice ID
36C24523Q0889
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 11, 2023 02:19 pm EDT
  • Original Date Offers Due: Aug 25, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Huntington , WV 25704
    USA
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Combined Synopsis and Solicitation 2

Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-24.

This solicitation is set-aside for competition among Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330, with a small business size standard of $19 million. The FSC/PSC is Z1AA.

Description of Work:

The Office of Environmental Management at the Hershel Woody Williams VAMC is seeking to purchase services to remove and replace the flooring of the Bio-Medical shop in the basement of the building.

The contractor is responsible for the following:
Please see the attached Statement of Work for details and specifics.
Contract Line Item Numbers, quantities, unit of measure: (see the accompanying Line Items Spreadsheet for details).

The contract period of performance is 60 days after award.
Place of Performance/Place of Delivery
Address:
1540 Valley Spring Drive, Huntington WV
Postal Code:
25704
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda:

A. 52.204-7, System for Award Management (OCT 2018);
B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020);
C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021);
D. 52.211-6, Brand Name or Equal (AUG 1999);
E. 52.216-1, Type of Contract (APR 1984); and
F. 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008);

Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision.

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda:

52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011);
52.204-13, System for Award Management Maintenance (OCT 2018);
52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021);
852.201-70, Contracting Officer s Representative (DEC 2022);
852.203-70, Commercial Advertising (MAY 2018);
852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020);
852.232-72, Electronic Submission of Payment Requests (NOV 2018); and
852.242-71, Administrative Contracting Officer (OCT 2020).

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause:

52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020);
52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023);
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);
52.219-6, Notice of Total Small Business Set-Aside (NOV 2020);
52.219-14, Limitations on Subcontracting (OCT 2022);
52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023);
52.222-3, Convict Labor (JUNE 2003);
52.222-21, Prohibition of Segregated Facilities (APR 2015);
52.222-26, Equal Opportunity (SEPT 2016);
52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
52.222-50, Combating Trafficking in Persons (NOV 2021);
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);
52.222-41, Service Contract Labor Standards (AUG 2018);
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). Fill-in information: Carpenter, Maintenance $25.31;
52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022);
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022).

Instructions to Offerors:

All quoters shall submit the following: Provide the legal entity name, address, telephone number and SAM UEI identifier, Completed Line Item Spreadsheet, and acknowledgement of DC Wage Rate Determination.

All quotes shall be sent to the Contracting Specialist, Ethan Mauzy at ethan.mauzy@va.gov.

Award will be based upon Lowest Price Technically Acceptable (LPTA) in accordance with the Simplified Acquisition Procedures of FAR 13.

Note to offerors: This procurement is for a Brand Name or Equal Flooring: Patcraft SVT Homogenous Admix #00570 Sharks Tooth - https://www.patcraft.com/product/detail/admix-36x36-I347V/00570 as determined by the program office. Substitutions will not be accepted.

The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.
OFFEROR MUST ENSURE THAT ITS QUOTE IS SUBMITTED TIMELEY TO ENSURE DELIVERY AND RECEIPT BY THE DUE DATE AND TIME IDENTIFIED IN THE SOLICITATION. LATE QUOTES WILL NOT BE ACCEPTED. THERE WILL BE NO EXTENSIONS FOR THIS SOLICITATION.
Quotes may be submitted by: Email Only: ethan.mauzy@va.gov
Questions due by: 8-20-2023 11:00 AM EST
Quotes due by: 8-25-2023 11:00 AM EST
Type of award: The intended contract will be a 60 day Single Award, Fixed Price contract. Quotes must comply with all aspects of the Statement of Work.
Award Decision: The award will be made based on Lowest Price Technically Acceptable (LPTA).
Offeror must:
A. Provide the legal entity name, address, telephone number and SAM UEI identifier.
B. Complete attached Line Items 36C24523Q0889 Spreadsheet, section O and only section O. You must enter your individual cost for each unit each CLIN. You may separately include a narrative explanation of the criteria, assumptions and the like that was taken into consideration to arrive at the quoted prices.
C. Acknowledge and use the attached DC Wage Rate Determination.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 11:00 AM EST, August 25th, 2023, at ethan.mauzy@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Ethan Mauzy ethan.mauzy@va.gov
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
  • Aug 11, 2023 02:19 pm EDTCombined Synopsis/Solicitation (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 >