Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
DOCUMENT

41 -- HVAC TESTING /BALANCING BRONX VAMC PERIOD EFFECTIVE FROM 10/1/2011 THROUGH 09/30/2012 - Attachment

Notice Date
12/19/2011
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
VISN 3 NETWORK CONTRACTING OFFICE;Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24312Q0463
 
Response Due
12/22/2011
 
Archive Date
12/27/2011
 
Point of Contact
CONTRACTING OFFICER
 
E-Mail Address
718-741-4320<br
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: HVAC TESTING / BALANCING FOR OPERATING ROOMS AND SPD AREA SOW Format Background - Identify the requirement in very general terms; describe why the project is being pursued and how it relates to other projects; Summarize any statutory authority or regulations affecting the overall requirement; and identify any background materials attached to the SOW. Contractor will furnish all labor, tools and materials required to create an air balance report that will include but is not limited to taking readings in the operating room area to include O/R's 1-2-3-4-5-6-7-8-9-10 as well as the corridors within the Operating Room Suite and SPD complete clean and dirty sides. Objectives- This section should provide a concise overview of: The contract effort goals and objectives; and how the results or end products will be used AFTER TESTING IS COMPLETE CONTRACTOR WILL PROVIDE A DETAILED REPORT OF ALL READINGS ELECTRONICALLY AS WELL AS A HARD COPY. INCLUDED IN THIS REPORT WILL BE SUGGESTIONS AND A DETAILED COST ESTIMATE TO MAKE THE CORRECTIONS NEEDED TO KEEP THE AIR FLOW UP TO VA SPECS. Scope- Provide a brief statement of what the Government expects to accomplish under the contract-the breadth and limitations of the contract effort. It should not include specific work tasks or a description of deliverable products. 1. THE REPORT WILL INCLUDE CFM READINGS,AIR EXCHANGES PER HOUR,AND TEMPERATURE AND HUMIDITY READINGS. IN ADDITION, EACH OR HAS TO BE TESTED FOR POSITIVE PRESSURE AS WELL AS OR #7 WHICH WILL ALSO BE TESTED FOR NEGATIVE PRESSURE AFTER SWITCH IS THROWN TO CHANGE AIR PRESSURE IN ROOM. Tasks- Sometimes identified as "Requirements" or "Work Requirements," this section defines the tasks that the Contractor must complete during contract performance. The description of task requirements will depend on the approach that is selected to describe the required effort. This section must describe requirements in a way that permits Contractor personnel to perform the service without direct Government supervision. Contractor personnel must not be subject to the type of supervision and control usually prevailing between the Government and its employees. (Complete the applicable statement that applies to the service needs) "For a Performance-Based Work Statement, this section should describe requirements in terms of results required rather than the methods for completing the work. This latitude will permit the Contractor to develop new and innovative ways to complete those tasks. "For a Level of Effort Statement of Work, this section should identify all tasks that must be performed and the hours to be devoted to each task. "For a Detailed Statement of Work, this section should describe how the service must be accomplished. It may include precise measurements, tolerances, materials, quality control requirements, and other Government requirements that control the processes of the Contractor. 1.INCLUDED IN THIS REPORT WILL BE SUGGESTIONS AND A DETAILED COST ESTIMATE TO MAKE THE CORRECTIONS NEEDED TO KEEP THE AIR FLOW UP TO VA SPECS. WORK IS TO BE PERFORMED AROUND THE SCHEDULE OF THE OPERATING ROOM Delivery- This section should clearly state: What the Contractor must deliver. If different tasks have different delivery requirements, they must be clearly identified. When the Contractor must deliver, this may be stated using actual dates, days after contract award, or using some other method that clearly marks the required delivery date. Where the Contractor must deliver the service this may be stated as a location, an organization, a person identified by position (e.g., Contracting Officer's Representative, a person identified by name or using some other description. What documentation (if any) the Contractor must obtain from the Government to verify Government receipt of the delivery. Other items to consider: Include any associated review periods or incorporation of Government comments as applicable. Deliverables are different than task completion milestones. Include here the schedule for when final products such as data, reports or other items are required to be furnished to the primary requestor. MOST IF NOT ALL WORK WILL HAVE TO BE ONE NIGHTS/ OR WEEKENDS. ALL WORK TO BE DONE BY A CERTIFIED TESTING AND BALANCING TECH. ALL WORK TO BE DONE 1 (ONE) TIME ANNUALLY. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) This section should identify any Government-furnished property provided to the Contractor. This includes all Government-furnished property, such as Government-furnished material, equipment, or information. If the list of property is extensive, this section should identify where that list can be found. Before offering to provide any property, make sure that it will be available when required, where required, and in the condition required by the contract. Failure to meet Government-furnished property requirements often lead to a Contractor claim for an equitable adjustment to contract price, delivery, or other requirements. See FAR 45 and NOAA APG for specific requirements about providing Government-furnished property. 1. Security- this section should identify any unique security requirements associated with contract performance (when applicable). These requirements may include, but are not limited to, such items as: Special pass or identification requirements; Special security clearance requirements; or special escort requirements. Special Material Requirements- describe requirements for any special materials that are to be encountered in the performance of the service(s). Other Unique Requirements- Place of Performance- This section should identify where the contract will be performed. If performance will occur at multiple Government locations, this section should indicate which tasks must be completed where. If performance will be at the Contractor's facility, the SOW need only state that requirement. Bronx VA Medical Center Period of Performance- The period of performance may be stated using actual dates, days after contract award, or using some other method. If different periods of performance will apply to different tasks, the tasks and related periods of performance should be clearly identified. 10/1/2011 through 09/30/2012 Base with 4 option years to follow.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312Q0463/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-12-Q-0463 VA243-12-Q-0463_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282616&FileName=VA243-12-Q-0463-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282616&FileName=VA243-12-Q-0463-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904;C/0 OPERATING ROOM 1 THROUGH 10
Zip Code: 10468
 
Record
SN02641509-W 20111221/111219234044-60ce06c2dec1d08a106b1c390fd94327 (fbodaily.com)
 
Source
FedBizOpps 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.