Ohio Bids > Bid Detail

9999--Supply, ECORE Rubber Tiles - Prosthetics Storage Area, CLE

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159607948712660
Posted Date: Oct 18, 2022
Due Date: Oct 26, 2022
Solicitation No: 36C25023Q0060
Source: https://sam.gov/opp/51fbfc8be8...
Follow
9999--Supply, ECORE Rubber Tiles - Prosthetics Storage Area, CLE
Active
Contract Opportunity
Notice ID
36C25023Q0060
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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: Oct 17, 2022 08:45 pm EDT
  • Original Date Offers Due: Oct 26, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 25, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 321918 - Other Millwork (including Flooring)
  • Place of Performance:
    Louis Stokes VAMC Cleveland , OH 44106
Description
Combined Synopsis-Solicitation for Commercial Items
Last Updated: 02/01/22
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 (36C25023Q0060). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.

This solicitation is a small business set aside.

The associated North American Industrial Classification System (NAICS) code for this procurement is 321918. The PSC is 9999.

The Network Contracting Office (NCO) 10, 3 6150 Oak Tree Blvd., Suite 300 Independence OH 44131, is seeking to purchase of flooring material brand name or equal to ECORE ECOSurfaces. All interested companies shall provide quotations for the following:

Supplies:

Item #
Description
1
2400 square feet of rubber tile
2
6 pails of Adhesive
3
7 units of Sealer
4
1 unit of Cleaner
Delivery shall be made within 30 days after receipt of order (ARO).
Delivery shall be destination.
Place of Performance/Place of Delivery
Department of Veterans Affairs
Louis Stokes VAMC
10701 East Blvd.
Cleveland, OH 44106
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
All quotes shall be sent by e-mail only to tiera.sims@va.gov no later than Wednesday October 26, 2022, by 2pm local time. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to tiera.sims@va.gov no later than Monday October 24, 2022, 12pm local time. Questions received after the specified date and time will not be considered.

Point of Contact
Tiera Sims
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300
Email: tiera.sims@va.gov










STATEMENT OF WORK (SOW)

1. Background.

The Louis Stokes VA Construction Shop is requesting floor material for the Prosthetics Phase 2 storage area. This material includes all rubber flooring, sealer, and adhesive. The project requires 1700 square feet of ECORE surfaces rubber tile to be installed by the VA in house Carpenters and Maintenance Mechanic.

The rubber flooring is considered a safety item to prevent slips, trips and falls for the storage area of the prosthetics department. This tile shall be sustainable for a warehouse environment with everyday foot traffic, heavy skids, pallet jacks and flat carts. This procurement is for material only, all labor to install the flooring will be done by our in house construction crew.

2. Scope.

Vendor shall provide all rubber flooring, sealer, and adhesive recommended by the ECORE manufacturer. Upon receipt of this material the COR or his delegate will verify all material and products have been shipped. The vendor shall honor a three day turn around on any missing products or material at no additional cost to the Cleveland VA medical center.

3. Tasks.

Delivery of all rubber flooring, sealer, and adhesive recommended by the ECORE manufacturer. No installation required by the contractor. A hard sample must be submitted to the VA with product specification sheet. Tile shall be brand name or equal to Ecore EcoSurfaces.

Salient Characteristics:
Thickness: no less than 3.2mm no more than 5mm
Tile size: no less than 12 x 24
PSI: no less than 1000 lb/per square inch
Tensile strength: 200lb/square inch minimum
Static load: 400 lb/ square inch
The color shall be 2610 castle rock
Coefficient of friction: >.9
Chemical resistance: 5% Acetic Acid: no change 70% Isopropyl Alcohol: no change 5% Sodium Hydroxide: no change 5% Hydrochloric Acid: no change 5% Ammonia: no change Bleach: no change Sulfuric Acid: no change 5% Phenol: no change
Made of recycled content: Minimum 22% total recycled content
Warranty: minimum of 5 years, greater accepted.
Made/manufactured in the USA
Adhesive, sealer, and cleaner as recommended by the manufacturer
Submissions can be sent in multiple emails to avoid computer system email size limitation, to Tiera Sims tiera.sims@va.gov submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote.

Deliverables:

Delivery of all rubber flooring, sealer, and adhesive recommended by the ECORE manufacturer. No installation required by the contractor. A hard sample must be submitted to the VA with product specification sheet. Tile shall be brand name or equal to Ecore EcoSurfaces.

Please send hard samples to 10701 East Blvd. Cleveland, OH 44106
Attn: Katrina Russell at the time of submission.

The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission.

Work Required by Others

All work required by other trades shall be identified under this section by the Bidder.
4. Security Requirements
The contract will not have access to medical or patient information. The C&A requirements do not apply and a Security Accreditation Package is not required.

5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

6. Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work. N/A

b. Identification of Potential Conflicts of Interest (COI). N/A

c. Identification of Non-Disclosure Requirements. N/A

d. Packaging, Packing and Shipping Instructions.

Material should be delivered to job site in its original, unopened packaging with all labels intact. Material should only be stored inside on a clean, dry, smooth surface. Rolls should be stored with the end of the roll on top, facing up.
e. Inspection and Acceptance Criteria.
The COR/VA representative will do Inspection and Acceptance.
7. Risk Control
8. Place of Performance.

Louis Stokes VA Medical Center
10701 East Blvd.
Cleveland, Ohio 44106
Construction Shop Supervisor: Tim Wasdovitch
Phone: 216-854-7908
9. Period of Performance.
30 Days ARO
10. Delivery Schedule.

30 Days ARO






The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (May 2022)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN2020)
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
852.233-70, Protest Content/Alternative Dispute Resolution
852.233-71, Alternate Protest Procedure
VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION)

The following solicitation provisions apply to this acquisition:
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.216-1 TYPE OF CONTRACT (APR 1984)
52.233-2 SERVICE OF PROTEST (SEP 2006)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2022) (JUL 2020) (DEVIATION)

The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp

This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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: (Contractor shall list exception(s) and rationale for the exception(s)).
Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov.

This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

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:
Tiera Sims
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300
Email: tiera.sims@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 17, 2022 08:45 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 >