Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2005 FBO #1375
SOLICITATION NOTICE

J--J -- Water System Maintenance

Notice Date
8/30/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Office, (04E), 1201 Broad Rock Boulevard, Richmond, Virginia 23249
 
ZIP Code
23249
 
Solicitation Number
246-06-02274
 
Response Due
9/15/2005
 
Archive Date
10/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is 246-06-02274 and is issued as a Request for Quote (RFQ); award will be made using Federal Acquisition Regulation (FAR) Part 13.5 test program for commercial items and the simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System (NAICS) code for this solicitation is 811310 and size standard is $6 Million. The selected contractor shall provide to the Hunter Holmes McGuire VA Medical Center, 1201 Broad Rock Blvd., Richmond, VA 23249, maintenance and repair service on the Water Systems located in Hemodialysis and secondary areas in accordance with the terms and conditions of this solicitation. The contract period is October 1, 2005 through September 30, 2006 with four one-year options to renew. Fiscal Year (FY) 2006 (October 1, 2005 _ September 30, 2006: Cost: Line Item 1/Quarterly Operating Inspections, 3 EA: $___________; Cost: Line Item 2/Annual Preventive Maintenance Check/, 1 EA: $___________; FY 2007 (October 1, 2006 _ September 30, 2008: Cost: Line Item 1/Quarterly Operating Inspections, 3 EA: $___________; Cost: Line Item 2/Annual Preventive Maintenance Check/, 1 EA: $___________; FY 2008 (October 1, 2007 _ September 30, 2008: Cost: Line Item 1/Quarterly Operating Inspections, 3 EA: $___________; Cost: Line Item 2/Annual Preventive Maintenance Check/, 1 EA: $___________; FY 2009 (October 1, 2008 _ September 30, 2009): Cost: Line Item 1/Quarterly Operating Inspections, 3 EA: $___________; Cost: Line Item 2/Annual Preventive Maintenance Check/, 1 EA: $___________; FY 2010: (October 1, 2009 _ September 30, 2010 Cost: Line Item 1/Quarterly Operating Inspections, 3 EA: $___________; Cost: Line Item 2/Annual Preventive Maintenance Check/, 1 EA: $___________; Quotations shall be valid 60 days from offer due date. Award is subject to the availability of funds. Payment will be made monthly in arrears upon receipt of a proper invoice at Resources Support Service (652/04), 1970 Roanoke Blvd., Salem, VA 24153. PERFORMANCE REQUIREMENTS: a. For All Visits by Contractor: The Contractor shall provide an on-site maintenance and repair services necessary to maintain the water systems in a first class operating condition. VAMC will initiate service calls. Work should be performed during the hours of coverage specified. Contractor personnel will check in and out with the Hemodialysis supervisor for the Hemodialysis area and the Utility Systems supervisor or designee for secondary areas. b. Emergency Service Calls:(1) For each emergency service visit, initiated at the request of the VA Medical Center, the Contractor shall furnish all labor, material, repair parts (except those cited as excluded parts), equipment (not to include operating supplies) and travel necessary to correct any equipment malfunctions and return equipment to operational condition. The Contractor shall guarantee that at the conclusion of any emergency maintenance performed that the equipment will meet manufacturer's factory specifications. (2) After each service call, the Contractor shall submit a list containing each part. Prices of parts installed that are not covered under the service contract shall be submitted within two (2) working days, not to exceed $500.00 per emergency visit. Emergency repairs exceeding $500.00 per visit will be placed on a separate purchase order. (3) Emergency service: Normal coverage shall be provided 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding weekends and holidays. Any service not covered under this contract must have prior approval of the Contracting Officer or designee before any work is performed. Two (2) hour response time is required. Response time is defined as time vendor is first notified until time vendor arrives on station. Telephone response is 30 minutes. c. Excluded Services: Contractor will not be obligated to provide services under this Agreement for: (1) Damage to or destruction of instrument(s) covered where such damage or destruction is: (a) A result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war, or any Act of God including but not limited to lightning, windstorm, hail, flood, of earthquake, or (b) Caused by the VAMC misuse or abuse of such instrument, (2) Contamination due to spillage; (3) Interpretation of data; (4) Installation of unauthorized field modifications; (5) Accessories not listed nor included in agreement. d. Contractor shall maintain sufficient stock of all parts that meet or exceed the original manufacturer's design, and specification to insure that equipment downtime will not be increased due to non-availability or slow delivery of parts. Parts shall be made available within three (3) calendar days to make necessary repairs. In the event that a VAMC-owned part is used to repair an emergency breakdown, the contractor is responsible for repairing or replacing the VAMC-owned part within fourteen (14) calendar days. V A reserves the right to inspect the contractor's facility to confirm that the parts are locally available. e. If the service vendor maintains that the problem is with the reagents, calibrators, operator error, or controls, the burden of proof is on the vendor. If the equipment, however, is found to be at fault, the contractor is required to pay for all tests sent out during the dispute period. f. Preventive Maintenance (PM): (1) Preventive Maintenance (PM) shall be performed by a "fully qualified" service representative or service technician. Preventive maintenance visits shall include complete inspection and test of the equipment, and shall conform to manufacturer's factory specifications. The contractor shall clean, adjust, and lubricate equipment, determine the nature and extent of any trouble, and restore the system to satisfactory service by repairing or replacing defective parts or components. Any calibration procedures or adjustments necessary to assure accurate and reliable equipment operation shall be performed at this time. Sufficient time shall be allowed to permit a thorough inspection and test of each device comprising the overall system; a minimum of the specified hours or preventive maintenance shall be performed. (2) Preventive Maintenance shall include the following maintenance schedule. Quarterly Water Quality Tests will include: a. Incoming total dissolved solids; b. Outgoing total dissolved solids; c. Water temperature; d. Amount of chlorine present, if any; e. Incoming RO. Pressure; f. Outgoing RO. Pressure; and g. Indication of whether RO. machine was running at time. SERVICE TO BE PERFORMED AND FREQUENCY: Change mixed beds: Quarterly for Hemodialysis; as needed for Deionizer tanks secondary areas; Change post filter: Quarterly for Hemodialysis; as needed for secondary areas; Change vent filter: Semi-Annually for Hemodialysis; As needed for Secondary areas; Change R.O. pre-filters: Monthly for Hemodialysis Customer or/VA Water; R.O. high/low cleansing: As Needed; PARTS LIST AND ESTIMATED QUANTITY: 12 X 36 Mixed Beds - 24 each; 20" (.2M) Post filter VW-20.2 - 8 each; 20? (.05M) Post filter VW-20.05 - 8 each; Capsule tank vent filter #1213941 - 6 each; 20" (.5M) Pre-filter VW-20-5-DOE - 24 each; UV Bulb #8060 - 1 each; g. Technical Documentation. VA Medical Center shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its field service personnel all operational and technical documentation, (such as: operational and service manuals, schematics, parts list, and diagnostic software), which are necessary to meet the performance requirements of this contract. No work will be allowed on equipment for which Contractor's service representative does not have the technical documentation. h. Competency of personnel servicing equipment. (1) Each respondent must have an established business, with an office and full time staff. The staff shall include a "fully qualified" field service engineer. (2) "Fully qualified" is based upon training and on experience in the field. For training, the field service engineer(s) has successfully completed a formalized training program. For field experience, the field service engineer(s) should demonstrate specialized experience with respect to scheduled and unscheduled preventive and remedial maintenance. (3) Field service engineer(s) shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "fully qualified" competent field service engineer(s). The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved field service engineer(s) The Contracting Officer may authenticate the training requirements, and request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing the equipment. The Contracting Officer and/or the Contracting Officer's Technical Representative (COTR) specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment. i. Identification, parking, smoking and VA regulations: The Contractor's field service engineer(s) shall wear visible identification at all times while on the premises of the facility. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the V A Police and Security Service. The V AMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings of the facility. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of V A regulations may result in citation answerable in the United States (federal) District Court, not a local district, state, or municipal court. SAFETY REQUIREMENTS: In the performance of this contract the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the facility. The Contracting Officer or his designee will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the. Contractor or his representative at the site of the work shall be deemed sufficient for the purpose aforementioned. SITE VISIT IS STRONGLY ENCOURAGED. WATER QUALITY CONTRACT TERMS: MATERIALS USED IN 2H- DIALYSIS ? (1) 2 - 24x71 Carbons (Refillable) Tanks; (2) 1- 24x71 Multi-Media (Refillable) Tank; (3) 1- 24 X 71 Water Softener; (4) 2 - 12x 36 Deionizer Tanks; (5) 2 - 300 Gallon Acid Tanks; (6) 2 - 75 Gallon Bicarbonate Tanks; (7) 2 - 2.9 GPM Recur Pump, UV Bulbs, O-Rings Valves; (8) 1 - 4.5 GPM Recur Pump; (9) 1 - 120-Volt Control Panel: (10) 1 - Repressuration Pump; (11) 2 -.2 Mic Bacteria Filters; (12) 2 -.05 Mic Hollow Pyrogen Filters; (13) 2 -.5mic Ro. Pre- Post Filters; And (14) 1 - 23g R.O. System. Polypropylene Grade Piping On Product Side Of Ro. Also Water Loop, Bicarbonate Loop, Acid Loop All Running Tre\V Polypropylene Pipes That Is Butt Welded With Heat. CONTRACTOR WOULD PROVIDE THE FOLLOWING SERVICES FOR 2H DIALYSIS: 1. As Needed RO. MEMBRANE CLEANING; 2. As Needed DISINFECTION OF RO. MEMBRANE; 3. P.M. CHECK OF R.O. Quarterly. QUANTITY OF MATERIALS YEARLY: A. 24X71 CARBON TANKS REFILLABLE (As Needed); B. 24X71 WATER SOFTENER (As Needed); C. 24X71 MULTI- MEDIA TANKS REFILLABLE (As Needed); D. 12X36 MIXED BEDS DEIONIZER TANKS # 30 TANKS; E. PRE-POST RO. FILTERS # 60; F. .05 MIC HOLLOW PYROGEN FILTERS # 8; AND G. .2 MIC BACTERIA FILTERS # 8. Equipment for emergency repairs i.e. gauges, hoses, bulbs, valves, etc. Not to exceed $500.00 per emergency visit. Equipment repairs exceeding $500.00 per visit will require a separate purchase order CLAUSES AND PROVISIONS: The Contracting Officer has determined this acquisition will be issued under the clauses and provisions of FAR Part 12_Acquisition of Commercial Items. All clauses and provisions in this document carry the same force and effect as given in full text. The full text of a clause or provision may be accessed electronically at either of these addresses: www.arnet.gov/far (FAR); www.va.gov/oamm/vaar (VAAR). The following FAR and VAAR clauses and provisions shall apply to this solicitation: 52.212-4 _ Contract Terms and Conditions _ Commercial Items (Oct 2003); 52.252.2 _ Clauses Incorporated by Reference (Feb 1998); 52.217-8 _ Option to Extend Services (Nov 1999); 52.217-9 _ Option to Extend the Term of the Contract (Mar 2000); 852.237-70 _ Contractor Responsibilities (Apr 1984); 852-270-1 _ Representative of Contracting Officers (Apr 1984); 852.270-4 _ Commercial Advertising (Apr 1984); 52.212-5 _ Contract Terms and Conditions Required to Implement Statutes and Executive Orders _ Commercial Items (Jul 2005). Under 52.212-5, the following FAR clauses apply: 52.219-6 _ Notice of Total Small Business Set-Aside (June 2003); 52.222-3 _ Convict Labor (Jun 2003) (EO 11755); 52.222-21 _ Prohibition of Segregated Facilities (Feb 1999); 52.222-26 _ Equal Opportunity (Apr 2002) (EO 11246); 52.222-35 _ Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 USC 4212); 52.222-36 _ Affirmative Action for Handicapped Workers (Jun 1998) (29 USC 793); 52.222-37 _ Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 USC 4212); 52.225-13 _ Restrictions on Certain Foreign Purchases (Mar 2005); 52.225-16 _ Sanctioned European Union Country Services (Feb 2000) (EO 12849); 52.232-34 Payment by Electronic Funds Transfer (May 1999) (31 USC 3332); 52.212-1 _ Instruction to Offerors_Commercial Items (Jan 2005); 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998); 52.215-1 Instructions to Offerors_Competitive Acquisition (May 2001); 852.233-70 Protest Content (Jan 1998); 852.233-71 Alternative Protest Procedure (Jan 1998); 52.212-3_Offeror Representations and Certifications_Commercial Items (Mar 2005). Note: The provision 52.212-1 gives instructions to offerors submitting bids. A copy of the provision 52.212-3, must be completed and turned in with the quote, unless an electronic copy has been posted at the http://orca.bpn.gov website. Failure to submit a price for all items or other necessary information asked for in this solicitation may be cause for the offer to be rejected as being non-responsive. Quotations must also include: (1) Evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within past three (3) years; and (2) References with points of contacts. All documentation and technical information necessary must be provided to the contracting activity so as to be able to determine whether the offeror meets the requirements of the solicitation. METHOD OF AWARD: Award will be a firm fixed-price contract. The Government will award to offeror whose quote is most advantageous to the Government. Award may not necessarily be made to the offeror submitting the lowest offer. The contractor awarded this job shall, before commencing any work on VA property; furnish the Contracting Officer proof of liability insurance on its employees. Federal Acquisition Regulations require that federal contractors register in the Central Contractor Registration (CCR) database at http://www.ccr.gov/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submitting their offeror. The closing date for submission of offer will be September 15, 2005 at 3:00 p.m.
 
Place of Performance
Address: VA Medical Center, 1201 Broad Rock Blvd., Richmond, VA
Zip Code: 23249
Country: United States
 
Record
SN00882465-W 20050901/050830211919 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.