R706--Inventory control/warehousing, relocation, installation, other ancillary services
This is a Sources Sought only. The VA Palo Alto Health Care System (VAPAHCS) consists of three inpatient facilities located at Palo Alto, Menlo Park, and Livermore, Calif., plus seven outpatient clini... This is a Sources Sought only. The VA Palo Alto Health Care System (VAPAHCS) consists of three inpatient facilities located at Palo Alto, Menlo Park, and Livermore, Calif., plus seven outpatient clinics in San Jose, Fremont, Capitola, Monterey, Stockton, Modesto, and Sonora. These facilities provide some of the world's finest medical care and cutting-edge technology. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing the wayfinding/signage services as further described in the draft SOW. The Government may use the responses to this RFI for information and planning purposes. The draft SOW describes only the currently contemplated possible scope of work and may vary from the work scope in a final SOW included in any Request for Quote (RFQ). The anticipated period of performance is a base plus four-year option periods. The contractor will be providing services for the VA Palo Alto Healthcare System, thirteen (13) separate locations listed in the Statement of Work. There is no solicitation document as this time. The NAICS is 541614 with Small Business size of $16.5 Million. NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement. Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 8 AM Pacific Standard Time, December 26, 2020. If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source: Name of Company Point of Contact Name, phone number, and email address DUNS number Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz. Capability statements that include the following: Identify geographical areas your company currently services? Approximately how many current employees do you have in the service area(s)? Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number. Identify generally what administrative resources your organization has in the areas identified. For example, identify offices located in the identified region. Explain how your organization can rapidly fulfill the Inventory Control/Warehousing, installation requirement described above for the health care system(s) identified. Identify approximately how long on average it would be from receipt of service request to have potential logistic inventory tasks completed for the VA Palo Alto Healthcare facilities. How long would it potentially take to take over a new inventory management system for thirteen (13) locations? Describe what resources your company has to quickly have inventory, relocation services completed by the timeline described in the Statement of Work. Describe experience providing inventory, warehousing, installation, and other ancillary services to the Department of Veterans Affairs (not a minimum requirement, but should be noted) Identify which healthcare system(s) your company is capable/interested in inventory, warehousing, installation, and other ancillary services. Identify any COVID-19-related terms and conditions that would need to be addressed in any agreements/contracts. If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The Service Contract Act will apply. Please see the DRAFT Statement of Work attached for further details. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice. STATEMENT OF WORK VA Palo Alto Healthcare Locations: VA Palo Alto Division, 3801 Miranda Ave., Palo Alto, CA 94304 VA Menlo Park Division, 795 Willow Road, Menlo Park, CA 94025 VA Livermore Division, 4951 Arroyo Road, Livermore, CA 94550 VA Capitola Community Based Outpatient Clinic (CBOC), 1350 41st Ave, Suite 102, Capitola CA 95010 VA Fremont CBOC, 39199 Liberty Street, Fremont, CA 94538 VA Modesto CBOC, 1225 Oakdale Road, Modesto, CA 95355 VA Monterey CBOC, 201 9th Street, Marina, CA 93933 VA San Jose CBOC, 5855 Silver Creek Valley Place, San Jose, CA 95138 VA Sonora CBOC, 13663 Mono Way, Sonora, CA 95370 VA Stockton CBOC, 7777 South Freedom Road, French Camp, CA 95231 VA Mountain View Site, 1776 Old Middlefield Way, Mountain View, CA 94043 VA Sunnyvale Research Center, 1080 Innovation Way, Sunnyvale, CA 94089 VA Cooperative Studies Program Coordinating Center, 701 N. Shoreline Blvd., Mountain View, CA 94043 OVERVIEW: Abbreviations and Acronyms VAPAHCS Veterans Affairs Palo Alto Health Care System VA Veterans Affairs CO Contracting Officer COR Contracting Officer Representative DTE Designated Technical Expert CL Contract Liaison AHCSP Authorized Health Care System Personnel IT Information Technology IPT Integrated Project Team IMP Inventory Management Plan PM Project Manager PMP Project Management Plan IMS Integrated Master Schedule WMS Warehouse Management System GENERAL PROJECT SCOPE: General The Veteran Affairs Palo Alto Heath Care System (VAPAHCS) has a requirement for FF&E (Furniture, Fixtures & Equipment) and Information Technology (IT) management, inventory control and warehousing, relocation, installation and other ancillary services. The VAPAHCS requires a contractor to provide a full range of services to: Assemble/disassemble, install, relocate and remove existing office FF&E and IT items and related materials from a location, transport the items to a new location and install/place them according to the direction of the Contracting Officer Representative (COR) or Designated Technical Expert (DTE). Inventory and ancillary services are required such as: patch and paint, removal and install of carpet, lighting, electrical and data line installation/relocation (low voltage) and plumbing. Warehousing of Veteran Affairs property and inventory of these items. Trash removal and disposal as per VAPAHCS policy. The number of services provided will vary from month to month. General Services Administration (GSA) Vendors capable of performing all the following Specialty Item Numbers (SIN) are eligible to bid: 1.0.1 712-2 Assets Management - Furniture, Fixtures and Equipment (FF&E) and IT related supply customer agencies with services designing and installing systems, to manage office FF&E and IT related inventories, includes warehouse and property disposal management. 1.0.2 712-3 Furniture, Fixtures and Equipment (FF&E), IT related services for reorganizing, consolidating, warehousing and/or opening new facilities. FF&E, office equipment, IT and furnishings included. 1.0.3 712-6 Furniture, Fixtures and Equipment (FF&E) related assets maintenance services for restoring, repairing, renovating, reupholstering and cleaning of office furnishings and equipment. 1.0.4 712-97 Repair and Alterations ancillary to existing SINS under this Schedule (71 II K). Ancillary Repair and Alterations projects are those (1) solely associated with repair, alteration, delivery or installation of products or services also purchased under this Schedule, and which are (2) routine and non-complex in nature, such as routine painting or carpeting, installation/replacement of vinyl ceramic tile (VCT), simple hanging of drywall, electrical or plumbing work, landscaping, and similar noncomplex services. For full scope of descriptions refer to GSA eLibrary website: http://www.gsaelibrary.gsa.gov 1.1 Period of Performance (POP): Base Year plus 4 Option Years estimated February 28, 2021 to Feb. 2026 1.2 Hours of Performance The Contractor shall perform duties during normal work hours, Monday through Friday, 7:30 am to 4:00 pm unless specified otherwise by VAPAHCS COR/DTE. 1.3 Contracting Officer s Representative (COR) will be assigned to represent the Contracting Officer (CO) in furnishing technical guidance and advice under this contract. The delegation letter will specify the limits of the COR s authority. The letter is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the CO and shall not be delegated. 1.4 Contractor Key Personnel: The Contractor shall provide a list of employees that are key to the organization and who will provide services under this contract. Provide full name, position, title and be professionally certified with a minimum of 3-5 years of experience (unless otherwise specified) as required by the VAPAHCS. Due to the nature and complexity of this contract, the contractor shall have staff certified and capable to perform the following duties: Program Manager (minimum 8-10 years experience) Inventory Control specialist Project/Activation Manager (minimum 5-8 years experience) Warehousing Manager Project Lead Carpenters (general) Painters Plumbers Systems furniture installers Flooring installer Electrician (low voltage) Low voltage technician IT technician (have experience working with IT hardware, including deploying and relocating endpoints Class C Driver minimum or whichever is required per California DMV regulations 1.4.1 Rates and charges for warehousing services are set forth per most recent Davis-Bacon regional rates. Warehouse labor required for services other than ordinary handling and storage must be authorized by a VA assigned CO/COR. Rates & charges will be in accordance with function performed and approved by CO/COR per Davis-Bacon rates. 1.4.2 Contractor may move goods within the warehouse in which they are stored as Contractor deems necessary to maintain storage and handling efficiencies. 1.4.3 The Contractor shall include all costs related to warehousing in the contract price. 1.4.4 Contractor shall prepare their warehouse facility to receive FF&E and IT items starting forty-five (45) calendar days after the award of this contract. 1.5 The Contractor shall designate a Contract Liaison (CL) to work with the COR or Designated Technical Expert (DTE). The CL shall have a comprehensive knowledge of FF&E moving, installation, storage, repair and cleaning services and possess administration skills. The CL shall have at least five years of experience in this type of work. The CL must be physically present at job site or upon request to site by either the COR or DTE within 24 hours of notice. 1.5.1 The CL shall have the authority to negotiate and accept job requests on the Contractor's behalf. The CL shall have technical and administrative knowledge of all job requests pending, in-progress and completed. 1.6 The Contractor shall maintain sufficient staff to be responsive to job requests. The Contractor s staff shall be US citizens or have appropriate work permits (i.e. I-9 certification). The Contractor shall comply with VA security, access and badging requirements. The Contractor shall wear company attire that clearly identifies them as Contractors and present a professional appearance at all times, and act in a professional manner while on VAPAHCS premises. 1.7 The Contractor shall ensure that its staff is fully certified and licensed to perform their duties. 1.8 The Contractor shall provide proof that an OSHA certified Competent Person (CP) (29 CFR 1926.20) is on their roster. 1.9 The Contractor shall ensure that all work complies with Federal, VA, State & Local regulations. 2.0 Scope of Work The Contractor shall: 2.1.1 Provide supervision, staffing, equipment, vehicles, transportation, storage, packing supplies/materials, all required materials and supplies to perform moving, warehousing, inventory management, trash removal/disposal and relocation services. 2.1.2 Perform all relocation services as requested by the COR or designated representative. The services include: Assembly and installation of office systems FF&E/IT items Warehouse space Warehouse Management Inventory Management Pre-move planning Transportation, handling and delivery of equipment Assembly/disassembly services Provide packaging materials and packing/crating Perform all loading/unloading Patch & paint walls Install and repair flooring Perform all materials excess as per VAPAHCS guidelines 2.1.3 Provide basic electrical and plumbing services to include: Perform electrical connections (for supplied equipment and lighting) and if required installation of power outlets in accordance with the National Electric Code and local facility procedures. Installation shall be directed and coordinated with the COR and VAPAHCS Engineering Service. Installation shall also comply with local shutdown procedures. Contractor to provide basic and rudimentary electrical service connections and installation (when required) for systems and case goods FF&E and office appliances when required to meet mission and customer requirements; electrical connections for power only, examples such as electrical whip connections for workstations and conference tables, audio visual connections and reconfiguration for TV and conference rooms; installation of light fixtures, installation of electrical outlets and data ports (low voltage) during/after activation. Electrical service shall be accomplished by a licensed, competent electrician and in compliance with all applicable Federal, State, local and AFOSH electrical and life safety codes. Contractor to provide basic plumbing services which will include: water line and drain connections for washing machines, refrigerators and ice makers and other equipment being installed, filtered drinking water attached to bathroom sinks, exhaust connection for dryers and checking condensate lines for A/C (fan coil systems). Contractor to provide all fittings and accessories where necessary. All these appliances should be equipped with a filter upon initial install. The filter should at a minimum, remove all lead and particulates. It should be dated on the date it was installed on the filter housing so a mechanic at the VA can track it and add it to their preventative maintenance schedule. Perform installation of electronic equipment (TV, monitors, cameras, recording devices, and sound systems) and complete any cable connections and connection points. Perform wall-mounted item removal and replacement. Dispose of all unwanted items per the COR direction. These services shall include environmentally sustainable options designed through Environmental Protection Agency (EPA) Smart Way Program that reduce the impact of freight transport on the environment in the areas of fuel consumption, greenhouse gas, and emissions of air toxins. These services shall be provided to the following VAPAHCS facility locations: VA Palo Alto Division, 3801 Miranda Ave., Palo Alto, CA 94304 VA Menlo Park Division, 795 Willow Road, Menlo Park, CA 94025 VA Livermore Division, 4951 Arroyo Road, Livermore, CA 94550 VA Capitola Community Based Outpatient Clinic (CBOC), 1350 41st Ave, Suite 102, Capitola CA 95010 VA Fremont CBOC, 39199 Liberty Street, Fremont, CA 94538 VA Modesto CBOC, 1225 Oakdale Road, Modesto, CA 95355 VA Monterey CBOC, 201 9th Street, Marina, CA 93933 VA San Jose CBOC, 5855 Silver Creek Valley Place, San Jose, CA 95138 VA Sonora CBOC, 13663 Mono Way, Sonora, CA 95370 VA Stockton CBOC, 7777 South Freedom Road, French Camp, CA 95231 VA Mountain View Site, 1776 Old Middlefield Way, Mountain View, CA 94043 VA Sunnyvale Research Center, 1080 Innovation Way, Sunnyvale, CA 94089 VA Cooperative Studies Program Coordinating Center, 701 N. Shoreline Blvd., Mountain View, CA 94043 2.2.1 Estimated Number of Projects: The VAPAHCS estimates the number of projects to be no more than 1000 yearly, which will include large, medium and small projects of varying scope to include a combination of tasks outlined in paragraph 1.0 and 2.1. 2.2.2 Requests for Services - The COR will coordinate with the CL on each & every relocation project to ensure that all resources assigned to the project are properly managed as required. 2.2.3 The Contractor may be required to work with the COR/DTE in planning, execution and closing of the project. The estimate shall adhere to the line items requested by the COR or Designated Representative for each Task Order #. Once approved by the COR, the project shall commence as scheduled. Typical questions that will be asked of the Contractor will include, but not be limited to the following: How many labor hours will the project require from start to finish? How many and what type of Contractor staff will be required to perform the task? What type of materials will be required to properly relocate/move the items? What is the estimated cost of the project labor and materials? 2.2.4 Contractor Availability - The Contractor shall be available within 24 hours of notification of job requests, FF&E and IT deliveries, equipment modifications, warehousing, and ancillary services. Due to the dynamic nature of the VAPAHCS mission, a high degree of flexibility is required to meet changing needs that occur daily. The 24 hours notification is applicable for business day moves. Contingency plans for emergent needs that require less than 24 hours action, shall be directed by the COR/DTE by merit. 2.2.5 Requests for service will be coordinated by the COR or designated representative. The COR will provide the CL a list of individuals by name who will be authorized to request services and receive calls from the CL. The list will be maintained by the CL and update any changes. 2.3. The Contractor shall ensure that requests for services are received from Authorized Health Care System Personnel (AHCSP). Services rendered in response to requests from other than authorized personnel shall be at the risk of the Contractor and any cost related thereto shall be borne by the Contractor. 2.4 Overtime Work - The Contractor may be required to perform during off-duty hours, (weekends, before 7:30am and after 4:00pm, M-F). When this occurs, overtime must be approved by the COR or designated representative prior to performance. 2.4.1 Overtime Projects - Some projects may only be performed during non-duty hours due to the changing dynamics of VAPAHCS and to avoid possible disruption to patient care. Overtime work must be first approved and assigned by the COR or designated representative. 2.5 Federal Holidays - The Contractor shall not work on Federal Holidays as observed by the VAPAHCS and any other day specifically declared by the President of the United States to be a Federal holiday. 2.6 Contingency/Back-Up Plan - The Contractor shall have a contingency and/or back-up plan in the event the Contractor is unable to perform services or have services performed as required. The Contractor shall immediately notify the COR or designated representative and provide a justification for non-performance and institute the contingency back-up plan within 2-4 hours. The plan shall be reviewed and vetted by the CO/COR within 2-4 hours of awareness of potential service failure. Plan and contingency action will always include frequent updates to the COR/DTE. 2.7 Changes in Standard Operating Procedures The Contractor shall provide at least 48 hours prior written notice to VAPAHCS of its intent to modify a Standard Operating Procedure impacting cost or productivity prior to implementing any changes. The COR/DTE may object to any such proposed modifications by delivering written notice of such objection within 5 days of receipt of notice of the proposed modification. If VAPAHCS does not object to such proposed modification as provided herein, VAPAHCS will be deemed to have consented to such modification. 2.8 Liability The Contractor shall be liable for loss of or injury to the goods while under its care, custody and control when caused by its failure to exercise such care regarding them as a reasonably careful man would exercise under like circumstances. 3.0 Contractor Responsibilities 3.1 The Contractor shall take necessary precautions to avoid damaging walls, floors, elevators and elevator lobbies when performing move activities. The Contractor agrees to be held financially responsible for all damages transpired by the Contractor (accidentally or intentionally). 3.2 The Contractor shall report and properly document all damage noted prior to beginning work to the COR. 3.3 The Contractor shall provide a communication system e.g. cellular phone, available always during the period of performance, to communicate requirements such as changes to location or movement of items, etc. with the VA. Use of this communication system will be mutually agreed upon after award, but prior to contract performance. 3.4 The Contractor shall provide enough appropriate vehicles with varying sizes and weight capacity fitted with lift gates to meet the VA s requirements for the pick-up and delivery of varying size of FF & E and IT items etc. in accordance with the terms, conditions and schedule of the contract. 3.5 The Contractor s vehicles shall meet current applicable Federal, State and local specifications and regulations including, but not limited to, licensing, registration and safety standards. 3.5.1 Contractor s vehicles shall be clean and maintained in good repair in accordance with manufacturer s instructions and specifications at all times. All vehicles shall be smoke-free. 3.6 The Contractor s drivers shall possess valid and applicable operator s licenses in accordance with Federal, State and local government laws. 3.7 The Contractor shall communicate in writing any changes to proposed key personnel to the COR and CO, 30 days prior to changing personnel for VA approval. 3.8 The Contractor will provide all tools, supplies and equipment necessary to assemble/disassemble, install/uninstall FF&E/IT safely and without damage to FF&E/IT items and other government furnished property to complete the Task Order. 3.9 The contractor shall provide all electrical, plumbing, wall patch and paint, wall hanging tools, parts, and materials required to perform COR/DTE directed services. Materials and supplies shall be approved by the COR/DTE before installation; COR/DTE may provide materials or direct the Contractor to procure the necessary items to complete the Task Order. 3.10 Inventories One annual physical inventory of all VAPAHCS goods shall be conducted by the Contractor utilizing a blind double count methodology and at a date agreed upon by the parties. The cost of this physical inventory is considered part of the Agreement. A full written report of the inventory shall be promptly given to the VA COR within 48 hours. The Contractor will take such additional physical inventories as requested by the COR. Representatives of the VAPAHCS may be present during any inventory count or inspection. 3.11 Audit of Records The Contractor shall keep and maintain for a period of 7 years after the expiration or termination of this Agreement, supporting data as VAPAHCS may reasonably require for it to verify disposition of inventory and the computation of all amounts invoiced. VAPAHCS has the right during business hours and upon reasonable notice, to inspect the goods and to examine the Contractor s books, records and accounts pertaining to operations under this Agreement. 4.0 Description of Services 4.1 FF&E/IT Moves - Moving single or multiple units including file and storage cabinets, pedestals, tables, chairs, lounge seating, desk units, panel systems, lockers, keyboard trays, tack boards, whiteboards, displays, broken FF&E items or other equipment and excess items. 4.1.1 The above items will be either transported on campus, between campuses, to on-campus recycle/trash bins or placed into inventory storage. 4.1.2 Move tasks include removing and dismantling FF&E/IT items, removal and hanging of miscellaneous items such as clocks, art, pamphlet holders, coat hooks, whiteboards, tack boards, signs and displays including securing all items required to be bolted for safety requirements, patching, repair and painting of affected walls and replacement of worn, damaged or soiled carpet, VCT or tile flooring, sheet vinyl and resilient tile. 4.1.3 The Contractor shall wear appropriate safety and personal protective equipment during moves and take precautions regarding fire and life safety and comply with all occupational, safety and health (OSHA/CALOSHA) laws/regulations for the protection of employees. Visit OSHA website for more information: www.OSHA.com 4.2 Installations The Contractor s staff must be fully qualified and have the necessary experience to install several brands of modular systems FF&E such as Steelcase, Herman Miller, Humanscale, OFS, Mayline (just to name a few); the installers certificates of training shall be provided to the CO and COR prior to installation. 4.2.1 Installation tasks include assembly of new and used FF&E components from existing inventory or shipments received. Assemble and install workstations, desk systems, panel systems, ergonomic accessories, storage and other units requiring field assembly. Modification may be required to pull parts from other in-stock components to complete installations. 4.2.2 As it pertains to IT specific items, prior to a move date (e.g. from one office to another), the afternoon prior, the Contractor will label all equipment/devices accordingly, then disconnect all IT devices and cables from the data ports on the walls that are scheduled to be moved. The Contractor will also disconnect any monitors from swing arms/or other mounting brackets. 4.2.3 Then on the assigned Move date when all FF&E and accessories have been installed, the Contractor will reconnect all IT devices and cables to the appropriate data ports (wall outlets) and any mounting brackets identified on the Move sheet. It is essential, that the Contractor streamline all cabling in a neat and precise fashion using cable management systems provided by the VAPAHCS. Once that is completed, the VA OI&T staff will coordinate the final inspection and testing of those devices later. 4.2.4 The Contractor s equipment or tools shall not block exits, corridors, or impede access to entrances/exits or rooms and shall always be in the control of the contractor. When leaving the work site, tools shall be removed or secured. 4.2.5 The Contractor shall verify that electrical, telephone and computer connections are made from entry locations, wiring and cords are available and accessible and any deficiencies are corrected. These specifications may vary by manufacturer and use of channel race ways, wire clips and cable ties are authorized. 4.2.6 Any and all debris shall be removed and disposed of daily; recyclable items such as cardboard, plastic, wood etc. shall be recycled by the Contractor or delivered to designated VA site locations where we have recyclable dumpsters e.g. VA Menlo Park. Contractor shall be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling furniture, equipment, IT and other items installed under this contract. Final acceptance from the VA will not occur until all debris connected with the installation is removed from the VA site. Recyclable products shall be disposed of in accordance with applicable statutes, at respective off-site locations. Packing materials will not be stored in the buildings for any period exceeding 24 hours. Contractor shall remove all personal trash (food wrappers, drink containers, etc.,) from the work site daily. Conduct of Contractor installation crew will always be courteous and respectful. Be particularly mindful of our Veteran s and their needs. 4.2.7 The Contractor is responsible to maintain a clean working environment as per VAPAHCS guidelines. 4.3 Transportation The Contractor shall provide the necessary modes of transportation when moving to and from the VAPAHCS facilities and warehouse or storage sites. 4.3.1 The Contractor is responsible for providing the moving equipment and tools necessary to transport the FF&E/IT items. Such tools and equipment include but not limited to dollies, floats, wheel carts, roller lifts, heavy lifting equipment, stair crawlers, ladders and levelers. Tractor-trailer rigs may be required based on the scope of the request. All equipment must be operable and in good working condition. Additional personnel for transportation to be provided for added manpower, as work requires. 4.4 Types of Projects - The Contractor shall support the various types of projects in support of Major, Minor, Non-Recurring Maintenance or Station-Level project in which all work and material purchases that support that project are tracked and invoiced separately to properly allocate all project costs to the Project. 4.4.1 Activation Projects - These are projects in which all items that are required to establish new spaces are delivered and installed. This type of project is typically scheduled months in advance to secure proper support equipment, transportation and manpower. The Contractor shall attend planning and coordination meetings with the VAPAHCS Project Manager (PM), affected personnel and construction contractors. 4.4.1.1 Activation Projects - General requirements: 4.4.1.1.1 The Contractor shall provide wall and walkway protection prior to the delivery and installation phase. Contractor shall provide Masonite and ram boards to protect walkways, doors, elevator cabs and walls in high traffic areas as mutually agreed upon by the Contractor and the COR/DTE. 4.4.1.1.2 The Contractor shall be responsible for providing office software and equipment (e.g., computers, printers) and internet connectivity while working on Activation Projects. 4.4.1.1.3 The Contractor shall use a web-based software, such as PlanGrid or equivalent, to manage the installation of FF&E and information technology (IT) items for all Activation Projects. 4.4.1.1.4 The Contractor shall include twelve (12) PlanGrid licenses or equivalent, with unlimited sheet downloads/uploads for the VAPAHCS s use for one year to include all projects, starting fourteen (14) calendar days after each activation project kick-off meeting. 4.4.1.1.5 The Contractor shall provide twelve (12) hand-held computing tablets with keyboard and folio case. PlanGrid or equivalent software shall be installed and an unlimited data plan, established on the tablet for the VA s use for one year, to start fourteen (...
Data sourced from SAM.gov.
View Official Posting »