Wisconsin Bids > Bid Detail

S214--SOURCES SOUGHT NOTICE Floor and Wall Tile Restoration Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159453121803491
Posted Date: Nov 16, 2022
Due Date: Nov 21, 2022
Solicitation No: 36C25223Q0180
Source: https://sam.gov/opp/5ad5b10aa4...
Follow
S214--SOURCES SOUGHT NOTICE Floor and Wall Tile Restoration Services
Active
Contract Opportunity
Notice ID
36C25223Q0180
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 15, 2022 08:12 pm CST
  • Original Response Date: Nov 21, 2022 08:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 30, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S214 - HOUSEKEEPING- CARPET LAYING/CLEANING
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    WILLIAM S MIDDLETON MEMORIAL VETERANS HOSPITAL 2500 OVERLOOK TERRACE MADISON , WI 53705
Description
Sources Sought Notice

Sources Sought Notice

Page 6 of 6
Page 6 of 6
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 4 of 6
Page 4 of 6
This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology.
The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing: The restoration/application/cleaning of the tile and grout areas for approximately 5,009 square feet of tile at the William S. Middleton VA Hospital in Madison WI.

PLACES OF PERFORMANCE:
William S. Middleton Memorial Veterans' Hospital
2500 Overlook Terrace
Madison, WI 53705-2254

PROCESS REQUIREMENTS:
All vendors must be able to meet or exceed the processes below:

Site Preparation

Remove all existing surface polymer based coatings and/or seals with either Polymer Remover, Eradicate, Striptastic. Seal Remover, or equivalent and agitate the floor to ensure loosening and emulsification of such matter. All emulsified detritus to be removed by suction. A free rinsing neutralizer shall be applied to ensure that all surface contaminants have been removed and the floor surface is tested using the hydrion method at a pH level which shall not neutralize chemicals used in the sealing and finishing process. The residue of the solution shall be removed by suction.

Wet vacuums shall not exceed a reasonable noise volume (70-85 dB) to the extent that neighboring patients, visitors, guests, employees and care-providers are unreasonably disturbed or interrupted. Work may need to occur off-tour on nights, weekends and holidays.

Moisture Sealing and Finishing

The floor shall be mechanically scrubbed utilizing Contaminant Remover or equivalent to remove any remaining embedded contaminants from tile and grout surfaces. The scrubbing residue shall be removed by suction and a clean water flood rinse applied. The rinse solution shall be removed by suction and pH level buffered and tested with the hydrion method so as not to neutralize chemicals used in the grout prep process.

Grout Preparation Procedure

A grout preparation gel shall be applied to the entire surface of the floor,

Grout lines shall be chemically etched and cleaned using Tile & Grout Prep or equivalent that is specifically targeted to leave a grout surface conducive to micro anchor bonding with High Build Glazing Compound or equivalent.

The grout preparation gel shall be a maximum strength, non-fuming product comprised of organic and inorganic chelating, scale removing compounds, suspending agents, penetrating detergents, water soluble solvent compounds, viscosity control agents, and odor suppressants.

It shall remove embedded soils, dissolve micro-scale and mineral deposits, neutralize iron, rust, and mineral and urine stains without attacking the substrate or excessively dissolving cementations grout or mortar joints, or having a deleterious effect on metal, fiberglass, porcelain, or ceramic fixtures.

The grout preparation gel shall promote maximum contacting time and applicator control of the process, and reduce contact hazards to a minimum.

The grout preparation gel shall leave no residue, chalk, or grit when properly rinsed.
The grout preparation gel shall possess a minimum shelf life of one year.

A clear water flood rinse shall be applied to the floor and the residue removed by suction.

Surface Rejuvenator or equivalent shall be applied to the entire floor after the grout preparation gel has been removed. lt shall neutralize all traces of previously applied chemicals. The rinsate shall be removed by suction and the floor is to be completely dried by means of a mechanically generated air flow.

Any missing grout shall be replaced with High Build Dry Solids Grout Replacement System or equivalent. This material shall be non porous and have bonding properties equal to or better than original grout. lt shall be of proper viscosity as to seek and till all substrate voids by gravity and level to the original grout surface level.

Grout Glazing

A waterborne moisture impermeable grout glazing compound shall be applied to the existing grout between the tiles and leveled to the surface depth of the pretreated grout. This compound shall be available in varying colors and be capable of matching the existing grout and must not remain on any tile surface. This compound must bond with the grout and be cured to form an impermeable barrier to moisture. This compound shall be High Build Glazing Compound or equivalent, in combination with Dry Solids to prevent shrinkage and pitting during the curing process.

High Build Glazing Compound and Dry Solids or equivalent shall be used for restoring grout lines greater than 62.5 mils deep. It shall be formulated to function synergistically with other equivalent products. lt shall be of sufficient nonvolatile volume as to actually rebuild rather than simply stain grout. lt shall also be of sufficient internal chemical cross linking to create a cohesive, wear resistant surface and shall have a warranty of a minimum of two years.

Glazing Compound or equivalent shall be used for restoring grout lines less than 62.5 mils deep. lt shall be identical to High Build Glazing Compound except for a lower nonvolatile volume which makes it suitable for shallow grout lines.

Sealing Porous Tile

A. A waterborne tile surface moisture and grease barrier, Matte Finish or equivalent, shall be applied to the entire tile surface to provide impermeable moisture seal over the entire treated area. This shield shall have an invisible appearance when it is dried. This product shall be an oil and water repellent compound with sufficient particle size of the emulsion and surfactant package to allow deep penetration of porous tile substrates, and must have an adhesion mechanism which is both mechanical and chemical. This compound must be able to recoat itself when maintenance needs arise. The compound must be slip resistant and produce a Static Coefficient of Friction or at least .81 dry and .67 wet when tested with the ASTM Test Method C1028-96.

6. Non Porous Tile

A. A waterborne tile surface moisture and grease, and chemical barrier, Super Shield or equivalent, shall be applied to the entire tile surface to provide impermeable moisture seal over the entire treated area. This shield shall have a low luster appearance when it is dried. This product shall be an oil and water repellent, as well as resistant to urine, disinfectants, bleach, acid bowl cleaner, high pH cleaners, and other chemicals typically used in cleaning rest rooms and other tile and grout areas, and must have a chemical adhesion mechanism. This compound must be able to recoat itself when maintenance needs arise. The compound must be slip resistant and produce a Static Coefficient of Friction or at least .75 dry and .57 wet when tested with the ASTM Test Method C1028-96.

Downtime

A. All floors must be available for foot traffic in four hours after completion of the work.

The Government requests that interested parties submit a brief overview of their firm s capabilities -submit a statement of capability outlining their firm s capabilities related to this requirements stated below, and past experience with projects similar in scope to this project. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information:
Organization Name
Organization Address
Point-of-Contact (including name, title, address, telephone number, and email address)
SAM UEI Number
Business Size (i.e. annual revenues and employee size)
Socio-Economic Status (i.e.. small business, service-disabled veteran-owned small business, etc.)
NAICS Code
GSA Contract Number
Any other pertinent information
Requirements:
SDVOSB/VOSB contractors that respond must also be able to follow the limitations of subcontracting language (see Below)

The response date to this Sources Sought Notice is Tuesday, NOVEMBER 21st at 08:00 a.m. Central. Electronic submissions may be submitted via email to Aaron Rogers at aaron.rogers1@va.gov

VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION

Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that

 If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102. ]
XÂ Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.

 General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

  Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.

           (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
Referral to the VA Suspension and Debarment Committee;

A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and

 Prosecution for violating section 1001 of title 18.

 The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.

The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.

Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 08:12 pm CSTSources 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 >