Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
DOCUMENT

J -- Duct Cleaning for VISN3 Commissary and Laundry - Attachment

Notice Date
4/8/2014
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Acquisition & Logistics(10N3NAL);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
630C40241
 
Archive Date
5/7/2014
 
Point of Contact
ALETA JENNETTE-CONTRACT SPECIALIST
 
Small Business Set-Aside
N/A
 
Award Number
VA243-14-P-2616
 
Award Date
4/7/2014
 
Awardee
M&C VENTURE GROUP, LLC;20 BUNNY LN;EAST SETAUKET;NY;117333504
 
Award Amount
79,059.50
 
Description
CONTRACT ADMINISTRATION DATA (Continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: A. CONTRACTOR:M&C Venture Group, LLC 20 Bunny LN East Setauket, NY 11733-3504 Osbert Orduna (631)836-4901 osbert@mcventuregroup.com DUNS: 078608944 TIN: 460923164 B. GOVERNMENT:Aleta Jennette 2094 Albany Post Road Montrose, NY 10548 (914) 737-4400xt2068 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or 3. INVOICES: Invoices shall be submitted in arrears in accordance with: a. 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) b. UPON ACCEPTANCE OF ITEMS c. Reference PO IFCAP: 630-C40241 on all invoices to avoid delay in payment. 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be submitted electronically in accordance with 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS. For assistance setting up e-Invoice, the below information is provided: * OB10 e-Invoice Setup Information: 1-877-489-6135 * OB10 e-Invoice email: VA.Registration@ob10.com * FSC e-Invoice Contact Information: 1-877-353-9791 * FSC e-invoice email: vafsccshd@va.gov Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm BASIS OF AWARD: The Government will make the award to the offeror presenting the best value to the Government. SECURITY & PRIVACY CONTROL: The Certification & Accreditation (C&A) requirements of VHA Handbook 6500.6 do not apply to this requirement; therefore, a Security Accreditation package is not required. No C&A or MOU/ISA is required. Sensitive information exposure as part of this contract involves applicable security controls within the facility as part of the VA Information Security Program. If there are any questions related to privacy, please have a member of your staff contact the VA Privacy Service at 202-461-6309. If there are any questions related to the information security, please have a member of your staff contact the Office of Cyber Security at 304-262-7733. SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS (SF 1449, Continuation of Blocks 19 - 24) Contractor shall provide the following products for the ST Albans Campus 179-01 Linden Blvd, St Albans, NY 11425-1428. All equipment shall be delivered FOB Destination and be received by the VA within 30 days after receipt of award. The applicable North American Classification System (NAICS) Code for this requirement is 811219 and the small business size standard is 500 Employees. The following items are known to meet the VA's needs. Offeror shall provide the following items: Scope: Line Item Service Description QTY UNIT UNIT PRICE TOTAL PRICE 1 VISN 3 Commissary Hood #1 186 inches long x 71 inches wide x 28 inches high 1 EA 2 VISN 3 Commissary Hood #1Filter Slot - 12 inches Hatch size 36 inches long4 4 EA 3 VISN 3 Commissary Hood #2 108 inches long x 76 inches wide x 30 inches high 1 EA 4 VISN 3 Commissary Hood #2 Filter slots - 12 inches Hatch size-72 inches long 2 EA 5 VISN 3 Commissary Hood#3 324 inches long x 64 inches wide x 30 inches high 1 EA 6 VISN 3 Commissary HOOD #3 Filter slots-12 inches Hatch Size-72 inches long 4 EA 7 Canteen Hood #1 78 inches x 42 inches wide x 36 inches high 1 EA 8 Canteen Hood #1 Filter slot- 12 inches Hatch size-36 inches long 2 EA 9 Canteen Hood #2 152 inches long x 50 inches wide x 36 inches high 1 EA 10 Canteen Hood #2Filter slot- 12 inches Hatch size-36 inches long 4 EA 11 Ward 4A resident Kitchen Exhaust system-Condenser 1 EA 12 Dental Suite- Dust Collector Radiator & Exhaust System 2 EA 13 Dental Suite Air handler 2 EA 14 VISN 3 Laundry Dryer Exhaust System Exhaust System 5 EA 15 Additional equipment needing initial cleaningReturn grills, Economizer, condenser coils, fresh air intakes, evaporator coils, 1 EA TOTALTOTAL $79,059.50 Requirements: The contractor shall provide the following minimum requirements for each line item: 1.VISN 3 COMMISSARY HOOD -For each of the Three Hoods a.Vendor will provide all labor, materials and equipment required to clean hoods. b.Vendor will be available at specific time for clean-up so not to disturb normal business hour productions, preferably on weekends. c.Clean-up Hoods on a Biweekly basis or as needed by Engineering Supervisor/Designee d.Vendor should be willing to clean & sanitize the area, leaving it hazard free upon completion of work. e.Vendor should wear protective clothing in this area. (masks, goggles, gloves, proper footwear, proper headgear, proper covering of street clothing). f.Vendor should properly cover nearby appliances. g.Vendor should protect the ground under the hoods. h.All Filter slots should be cleaned biweekly and changed. i.All Hatches should be cleaned biweekly. 2.VISN 3 CANTEEN HOOD For each of the Two Hoods a.Vendor will clean and sanitize all range hoods. b.Clean and change all filters slots biweekly.. c.Vendor will be available at specific times for clean-up so not to disturb normal business hours, preferably after 3PM. d.Clean all Hatches & Hoods biweekly. e.Vendor should wear protective clothing in this area. (masks, goggles, gloves, proper footwear, proper headgear, proper covering of street clothing). f.Vendor should be willing to clean & sanitize the area, leaving it hazard free upon completion of work. g.Clean out Riser Ducts as needed. 3.WARD 4A-RESIDENT KITCHEN-Ice Machine-For the 1 a.Vendor will clean and sanitize the condenser. b.Vendor can change the Filter as needed. c.Vendor will be required to clean and sanitize the grill. d.Vendor will be required to start clean-up after 5 PM. e.Vendor will clean Biweekly. 4.DENTAL SUITE- DUST COLLECTORS & AIR HANDLERS-Each of the two a.Vendor will vacuum out dust collectors biweekly. b. Vendor will supply filters for the dust collectors. c.Vendor will leave extras on hand for staff to be able to change as needed. d.Vendor will need protective clothing while performing this task. e.Vendor will clean air handlers according to proper directional handling. f.Vendor will be required to clean at specific time frames, so as not to disturb normal business hours. 5.VISN 3 LAUNDRY EXHAUST SYSTEMS-EACH OF THE 5 a.Vendor will clean biweekly. b.Vendor will be required to clean after 7PM on weekdays, Saturday or Sunday. c.Vendor should wear protective clothing in this area. (masks, goggles, gloves, proper footwear, proper headgear, proper covering of street clothing). d.Vendor will supply filters if needed. Furniture a.Engineering will move any racks that may be in the way of clean-up area. b.Vendor will cover & protect any appliances that may become contaminated from clean-up. Control 1.Engineering will have a member of their staff present with the vendor at all times. 2.Vendor will behave in a professional manner while on hospital grounds. 3.Vendor will supply filters for the dust collectors and leave additional filters for Engineering Supervisor/Designee to have on hand for changing in between cleanings. 4.Vendor will be required to wear an ID at all times. Terms of Warranty: The Contractor warrants that the items will be free from defects from materials and workmanship under normal use for a period of not less than one (1) year for equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Vendor will leave additional filters with the Engineering Supervisor/Designee for proper changing between cleaning. Vendor will be required to clean & sanitize targeted areas and after work restore locations back to original safety conditions for VA staff. Service to be provided at: VA New York Harbor Healthcare System St Albans Campus 179-00 Linden Blvd St Albans, NY 11425-1428 Extra Filters for Dust Collectors will be stored at Engineering Office. Arrangements for Additional Filters should be coordinated with Mr. Ernest Monteleone, 718-526-1000 ext. 8550. Certification: Vendor will be licensed by the City Of New York. Site Visit: Due to the complexity of this procurement, it is highly recommended that all interested offerors attend a site visit at the installation site. The site visit was be held Wednesday, March 5, 2014 at 10:00am. We will meet in the Office( Room A119) of Mr. Ernest Monteleone-Veterans Affairs Medical Center- St Albans Campus- 179-00 Linden Blvd, St Albans, NY 11425.You must have a photo ID. Your vehicle is subject to random threat inspection. If you are interested in attending the site visit, please send your name, company name, phone number and email address to: Aleta.Jennette@va.gov. Any additional questions vendors may have that were not answered during the site visit must be submitted to Aleta Jennette no later than 4:30pm CST, March 7, 2014. Selection Criteria: Vendor will be required to provide proposal outlining labor, materials and equipment required to clean & sanitize all hoods, Ducts, Dust collectors & other systems in the various areas. Must submit past performance rating (see section E.1 Evaluation-Commercial items),offeror shall submit at least 2 documented references for past work & location. **Refer to requirements for detailed proposal criteria. Submission: Vendors will have until 4:00pm CST, March 18, 2014 to submit their Proposal w/quotes; no Proposal/quotes will be accepted after this deadline. Contractor shall email, mail, or fax their quote with cover letter addressed to the Contract Specialist and include the Contractor's name, contact information, and title "Quote for VA243-14-Q-0428". Proposal/Quotes must contain the following: 1. Solicitation document with: a.Contractor shall fill in the SF 1449 blocks 17a, 30a, and 30c. b.Contractor shall fill in Page 3, 1(a). c.Contractor shall provide up to a two page narrative as depicted in FAR 52.121-2 Evaluation - Commercial Items and any applicable technical schematics. Contractor shall provide an itemized quote as instructed above In Quotes shall be submitted via mail, fax, or electronically via email. Quotes submitted via email must be sent to Aleta Jennette at Aleta.jennette@va.gov, faxed to 914-788-4878, or via mail to: Aleta Jennette 2094 Albany Post Road Bldg 29 Room 303 Montrose, NY 10548-1454 **Additional Questions submitted by an interested Vendor. Question: Is the cleaning of the air returns grills in the commissary kitchen going to be included as part of the weekly maintenance of this respective area in addition to the cleaning of the ducts? Answer: Yes Question: Will a separate line item be included in the Scope of Work for the initial cleaning, inspection and base line standardization to bring the respective duct areas, air handlers, grills, louvers fresh air intakes, economizers, condensor coils and evaporator coils up to an acceptable standard? Answer: Yes Question: Because of the sensitivity of several of the work areas and the required intrusion into the ducts, will an infectious control plan and permit be needed as part of the technical aspect of the proposal? Answer: No Question: Will the service contract wage rates be provided. Answer: No Question: Because of the varying complexity of the areas that require service, including elevated, enclosed and high angle work, will an OSHA - 30 / Site Safety and Health Officer be required on site during contractor operations? Answer: No- Engineering will have their own supervision present Question: - Will a Superintendent/Site Manager be required on site during contractor operations? Answer: No Question: Will this be a Service Disabled Veteran Owned Small Business set-aside? Answer: No-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/Awards/VA243-14-P-2616.html)
 
Document(s)
Attachment
 
File Name: VA243-14-P-2616 VA243-14-P-2616_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1296108&FileName=-3394.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1296108&FileName=-3394.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03333399-W 20140410/140409022327-5514f508161b2e48535f98506bcefb89 (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.