THIS NOTICE IS SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY
NOTICE
The source’s sought notice does not constitute a Request for Quotation (RFQ) or a promise to issue an RFQ in the future. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. It is the responsibility of the responders to monitor this site for additional information pertaining to this requirement. Responses or questions concerning the composition and requirements to this notice will not be returned.
All capable contractors are welcome to respond to this notice and shall provide a brief capability statement that covers the information in the statement of work. The Capability Statement shall be limited to 5 pages. The Government will not review any other information or attachments that is more than the mentioned page limit. This is not a request for quotes, however general pricing will be helpful towards market research. The Government will not review generic marketing materials that do not address the information contained herein or the attached documents.
GENERAL
Your response must address capabilities specific to the services required in the statement of work and must include the following:
a. Company Name
b. SAM Unique Entity ID & cage code which the company is registered in sam.gov and https://veterans.certify.sba.gov/
c. Company Address
d. Point of contact(s) name
e. Telephone number(s)
f. Email address(s)
g. Socioeconomic data
h. Company Business Size Status and representations of your business
i. Any previous contract(s) similar or the same as the required functional capabilities in the statement of work
j. Provide general pricing to perform the services described. Pricing shall be used for the purpose of market research only. You are encouraged to suggest the CLIN structure utilized in determining your pricing.
This is not a request for quotes, however general pricing will be used for the purpose of market research. There will not be a confirmation email for any response(s) received. Your submittal with not be confirmed. There is not an estimated period of performance. All interested parties shall respond no later than 7/16/2025 at 11:00AM EST. Submit responses or suggestions via email to jameel.gordon@va.gov. Telephone responses will not be accepted.
STATEMENT OF WORK
The purpose of this request is for flooring replacement in three of the five village houses on the Perry Point Maryland campus. Veterans enrolled in Mental Health’s Constructive Work Therapy (CWT) program reside in these houses.
The contractor shall completely prepare the site for building operations, including demolition and removal of existing flooring, furnishing labor and materials to perform the work which includes the PP CWT/TR Homes 1118, 1119, 1159, 1160 & 1162.
The flooring in rooms, corridors and area is to be replaced with J&J Classics II #V5023 - Color: Heirloom #1003, with an approximate square footage of an average of 1053 SF.
Work shall be completed in multiple phases around clinical schedule as necessary, and only after hours and weekends (including holidays), to allow the service to continue to function at normal hours with little to no interruptions of patient service and access during project.
The contractor shall field verify the requirements to install flooring under and around the existing modular wall system.