Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
DOCUMENT

H -- ISOLATION/OPERATING ROOM AIR TESTING VA MEDICAL CENTER ASHEVILLE, NC - Attachment

Notice Date
9/17/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24615Q1323
 
Response Due
9/21/2015
 
Archive Date
10/21/2015
 
Point of Contact
Darla J Hurlock
 
E-Mail Address
8-3120<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number VA246-15-Q-1323 Monthly Isolation Room & Air Balance Pressure Testing Services Asheville VA Medical Center (VAMC) I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quote (RFQ) for Monthly Isolation Room & Air Balance Pressure Testing Services to be performed at Asheville VAMC, 1100 Tunnel Road, Asheville, NC 28805. The intent is to award a one-year contract with a performance period of October 1, 2015 through September 30, 2016. III. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 dated July 2, 2015. IV. This requirement is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code for this procurement is 541330 and the size standard is $15m. All offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov to be considered for an award of a federal contract. This registry shall be complete and not missing elements such as representations and certifications. V. This combined solicitation/synopsis is for purchase of the following commercial service: Offers shall propose prices for all of the following Contract Line Item Numbers: Contractor shall provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to conduct monthly Isolation Room Air Balance Pressure Testing & Room Air Changes Services at the Asheville VAMC, located at 1100 Tunnel Road Asheville NC in accordance with the Statement of Work and terms and conditions herein. Performance Period: October 1, 2015 through September 30, 2016 CLIN Description Qty. Unit Unit Price Total Price 0001 Isolation Room and Operation Rooms Air Balance Monthly Testing Contract. Contractor shall furnish all labor and material to conduct Annual Air Balance testing per the Statement of Work at VA Medical Center, Asheville, NC. 12 MONTH $____________ $_________ Total Contract Value: $ __________________ ? VI. Description of requirement: STATEMENT OF WORK General: Contractor shall provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to conduct the FY 2016 Monthly Isolation Room Air Balance Pressure Test and Room Air Changes, at VA Medical Center, Asheville, NC. Coordination: Maintenance and Operations Services will serve as the focal point and Contracting Officer Representative (COR) for this contract. Contractor shall pre-coordinate work and if needed, associated outages with the COR or designated POC. This work will be accomplished during regular work hours. The contractor shall respond to Building 47, Room EB01 on the prescheduled date/time, and make contact with the COR. Contact must be made with the COR prior to starting any work. The COR shall be immediately notified whenever the work requirements relating to the Isolation Room Air Balance Test or related activities interfere with normal VAMC operations. Specific Requirements: The Contractor's duties shall include, but not be limited to: "Perform tests monthly (beginning October 2015) "Test seven (7) Operation Rooms (OR) "Test thirty-six (38) Isolation Rooms "Provide verification of room air changes "Check pre-filters and HEPA filters in all rooms noted "Replace contaminated filters and retesting room "Provide 1 to 2 experienced technicians to perform all work "Base testing upon methods utilized by ACGIH, ASHRAE and AIA "Provide Test and Balance Report to include room air changes report "Modulate controls as required for proper balance of outside air, static pressure set points, etc. NOTE: Work is being completed in a hospital environment. The Contractor shall take all precautions to ensure all tools and materials are under continuous observation and accountability. At no time will tools be left unattended or unsecured. When complete, Contractor shall notify the COR to inspect and accept all accomplished work and provide the COR all documentation and warranty information concerning installed components/equipment and work accomplished. Other Station Rules and Guidelines: Contractor shall adhere to the following station rules: All work will be accomplished to industry standards and compliant with all current CODE requirements (Life Safety, NFPA, Electrical and Building). All Department of Veteran Affairs' regulations and codes shall be complied with. This is a hospital environment. The Contractor and his personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally. This is a federal facility as well as a medical center. As such, there is NO tobacco usage allowed inside any federal building or on the grounds except in designated areas. The COR will brief the Contractor as to designated smoking areas prior to commencement of the contract. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate's ticket and fine. Parking will be in designated lots. Consult with the COR as to allowable parking and material drop-off. Any work requiring a shutdown or utility outage will be requested in advance and scheduled by the COR prior to the work being accomplished. Contractor shall coordinate activities with the COR to identify any smoke or fire barriers that must be penetrated or disrupted as a result of this contract and will restore the fire barrier to its rating through the use of fire stopping. The Contractor and his personnel shall be trained and certified to use and apply fire stopping prior to its application and at the Contractor's expense. Contractor shall be responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site, and shall be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation. Since the incidents of September 11, 2001, the Federal Government has begun to implement new security measures to help protect federal facilities. The Contractor shall provide to the COR a list of employees expected to work on this contract. This list shall be on company letterhead and contain the employees' name, driver's license number, address and nationality. This list will be verified and signed by a corporate officer. These personnel are subject to a background check and fingerprinting to be eligible to receive a security badge. Identification Badges will be picked up from Work Order Desk Room EB22 in Building 47. Prior to commencing work, general contractor shall provide proof that an OSHA designated "competent person" (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present". Compliance Awareness Training shall be completed by vendor prior to access to Charles George VAMC. Vendor has responsibility for "Duty to Report" any fraud, waste and abuse witnessed while on VA premises to the Compliance Officer. (End of SOW) Period of performance of this contract is October 1, 2015 through September 30, 2016. Performance of this contract will be at: VA Medical Center (637) 1100 Tunnel Road Asheville, NC 28805 VII. FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2014) and addendum apply to this acquisition. VIII. It is the Government's intent to award a firm, fixed-priced purchase order to the responsible offeror whose offer, conforming to the requirements in this request for quotes, is determined to be most advantageous to the Government, price and other factors considered. A best value award will be made based upon the following factors: Technical and Price. a. Technical: ability to provide service which conforms to the Statement of Work and requirements of this solicitation. Offerors may submit a technical narrative of the services being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work (SOW). This may include product literature, or other documents, if necessary, not to exceed two (2) standard 12-point font pages. b. Price IX. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://sam.gov. X. FAR 52.212-1, Instructions to Offers-Commercial Items (APR 2014) applies to this acquisition. XI. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. This clause, as well as all clauses and provisions applicable to the acquisition, are available for viewing at http://farsite.hill.af.mil/. XII. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.227-17 Rights in Data-Special works 52.232-34 Payment by Electronic Funds Transfer- System for Award Management XIII. The following VAAR clauses apply to this acquisition: 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Inspection (JAN 2008) XIV. The following VAAR provisions apply to this acquisition: 852.273-70 Late Offers (JAN 2003) 852.273-74 Award Without Exchanges (JAN 2003) XV. Quotes are due by 1:00 p.m. EDT on September 21, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via e-mail to the Contracting Officer at darla.hurlock@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q1323/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-15-Q-1323 VA246-15-Q-1323.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323190&FileName=VA246-15-Q-1323-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323190&FileName=VA246-15-Q-1323-000.docx

 
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: VA MEDICAL CENTER (637/138);1100 TUNNEL ROAD;ASHEVILLE, NC
Zip Code: 28805
 
Record
SN03891623-W 20150919/150918000102-13e9f8e69aa1372856fecee9f052c004 (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.