Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
DOCUMENT

J -- Medical Chiller Preventive Maintenance (Quarterly) at OKC VA Medical Center (Brands inc. Koolant Koolers, Filtrine Liquid Chiller, Redidel) VA256-16-Q-0180 - Attachment

Notice Date
1/19/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;1011 Honor Heights Drive;Muskogee OK 74401-1318
 
ZIP Code
74401-1318
 
Solicitation Number
VA25616Q0180
 
Response Due
1/13/2016
 
Archive Date
3/13/2016
 
Point of Contact
Monica Gary
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
?.## INSTRUCTIONS TO VENDORS-COMMERCIAL ITEMS Oklahoma City VA Health Care System requires quarterly preventive maintenance services on medical chillers, in accordance with this PWS, with the intent of ensuring equipment operates as the manufactured intended, uninterrupted and current. Services are required to minimize malfunction, breakdown, and deterioration of equipment, whilst maintaining efficiency and cost effectiveness for the VA, and in support of the VA Mission. The Contractor shall furnish all contract oversight, management, Technically Trained personnel, uniforms, equipment, tools, materials, supplies, insurances and transportations necessary to provide services in accordance with this PWS. This is a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. BACKGROUND Service for the equipment is currently performed out of contract, as needed quarterly, by a variety of contractors, and service per the OEM standards remains current. This frequency is determined by the VAMC at this location to be the most advantageous in maintaining satisfactory services per the Purpose of this PWS, in addition to the OEM standard of frequency. EQUIPMENT / Model (refer to RFQ for further details): 1.Koolant Koolers, Heat Exchanger Model: WO2-2-5000-2P-NF-L-M-R407C 2.Filtrine Liquid Chiller, PCP-1500S-180A-WP-LP, PUMP MODEL: MTH C51BC (refer www.mthpumps.com/), COMPRESSOR MODEL: BITZER 4C2067PH (refer www.bitzeruk.com/) 3.Riedel, 07741551 REQUIREMENTS The contractor must ensure each Requirement listed in this PWS is satisfied and that Constraints are honored and respected. If the contractor has any conflicts or challenges with these they should consult the COR or CO. Maintenance may be required to be scheduled during non-Standard Business Hours due to user constraints. Medical services predominantly occur during Standard Business Hours. Scheduling PM during these times could greatly hinder the VA Mission. Preventive Maintenance: Contractor must perform preventive maintenance to OEM standards on equipment in this PWS and to the frequency identified in the Equipment table in this PWS, to ensure the Purpose of this PWS is satisfied. Preventive Maintenance (PM) Program: The contractor is responsible for establishing, implementing and maintaining a comprehensive preventive maintenance (PM) program for the equipment identified in this PWS. The PM program shall identify: a)description of the maintenance to be performed, such as cleaning, flushing, greasing, inspecting, and testing equipment, as necessary, b)frequency of PM services and the respective scheduled dates for service for each equipment as mutually agreed upon between the COR and contractor, covering each period of performance, and c)repairs required to bring the equipment up to the manufacturer's operating standards. Notification of Repairs, Replacements or Reconditioning Requirements: If equipment, or components of equipment, maintained under the contract needs reconditioning, repair, replacement (or disposal), at additional cost outside the preventive maintenance requirements of this contract the contractor must notify the COR immediately in writing, no later than 24 hours following detection of such. This is a solicitation - issued as a Request for Quote (RFQ)- for commercial services, to include commercial items, prepared in accordance with the format in FAR Part 15 and FAR Subpart 12.6 as supplemented with additional information included in this notice. This solicitation reference number is listed on page one (1) of this solicitation. This is NOT a request for proposal (RFP) and the government does not intend on holding negotiations. Written offers are required (oral offers will not be accepted). Submission of offers must be in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items. This is a Lowest-Price-Technically-Acceptable (LPTA) procurement for the purpose of obtaining best value of the Government. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror submitting an overall offer that is determined technically acceptable with the lowest evaluated price. Refer to Evaluation Factors and Information to Offerors. The socio-economic set-aside selection, the NAICS Code and the size standard are listed on page one (1) of this solicitation. Solicitation Point of Contact (POC): Monica Gary, Contract Specialist, Email: Monica.gary@va.gov Fax: (918) 684-9672 When: Offers are due per the time and date indicated on page one (1) of this solicitation. How: Offers are to be submitted electronically by email. Complete Offers shall be submitted as follows: 1)Emailed to the Solicitation POC. Email Size: Each email is not to exceed 5mb each. 2)Include subject line: "Company Name, solicitation number" 3)Indicate the number of emails submitted as part of the offer 4)To POST or FAX: Notify the Solicitation POC at least 24 hours in advance of the Due Date/Time if a posted or faxed offer submission is preferred. Posted or faxed offer submissions must be marked for: "Company Name, solicitation number" and attention to the Solicitation POC Documented tracking and confirmation of delivery is the responsibility of each Offeror. Late or Non-responsive Offers: It is the responsibility of each Offeror to ensure their offer is delivered Complete, on time and in full, per this solicitation. The VA Contracting Specialist will review the offers received for completeness, and may reject any incomplete offers. What to Submit: A Complete Offer will consist of one (1) original of the following documents. 1)Page 1 of this solicitation completed (this is preferred in lieu of an offer cover letter) and must include: a.date and signature by a representative of the company authorized to submit the offer, b.the offer expiration date, c.Offeror's confirmation of availability to start service (pending contract), d.Offeror's DUNS number or ORCA application status, and e.Offeror's CVE status 2)Vendor's acknowledgement of any solicitation amendments using Section B of the solicitation 3)Unit prices and extended prices for each line Item included in the Price/Cost Schedule of this solicitation; Queries and Questions must be addressed in writing to the Solicitation POC. Telephone requests for the solicitation will not be accepted or honored. Telephone questions and answers regarding this solicitation will not be considered valid. Technical questions will only be answered when addressed in writing and only when submitted to the Solicitation POC. Technical questions are due one (1) business day prior to the Closing Date and Time indicated on page 1 of the solicitation. Site Visits are scheduled for the following dates at the location and by appointment only: "AM 21 January 2016 "AM 22 January 2016 "PM 25 January 2016 It is anticipated that each site visit may take at least 30 min to 1 hour in order to view the entire facility requiring service. Vendors must RSVP their site visit attendance by nominating a date in writing to the Solicitation POC at least one business day before the date of attendance. Details will be provided upon confirmation on interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25616Q0180/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-Q-0180 VA256-16-Q-0180_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2514348&FileName=VA256-16-Q-0180-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2514348&FileName=VA256-16-Q-0180-000.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: Oklahoma City VA Health Care System;921 NE 13th St;OKLAHOMA CITY OK
Zip Code: 73104
 
Record
SN03994591-W 20160121/160119234013-db6decdfe7d542ec60b6cf648690aa6c (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.