Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
DOCUMENT

J -- Service to Remove and Replace Hepa Filters - Attachment

Notice Date
3/30/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26216Q0605
 
Response Due
4/12/2016
 
Archive Date
6/11/2016
 
Point of Contact
Brian Van Orman
 
E-Mail Address
6-2273<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION VA262-16-Q-0605 (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA262-16-Q-0605. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (IV)The Network Contracting Office 22 intends to award a firm-fixed price contract to perform HEPA filter changing service (see schedule and statement of work) for the VA Long Beach Healthcare System, locate at 5901 East Seventh Street, Long Beach, CA 90822. (V)The North American Classification System (NAICS) code for this acquisition is 238220 Size Standard is $15.0. This procurement is set-aside for small business. Only eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VI)Contractors are strongly urged to inspect the work area before providing a quote. The only site visit will be held on Wednesday, April 5, 2016 at 10:30 a.m. The Pre-Proposal meeting / Job Walk shall be conducted at the VA Long Beach Healthcare System located at 5901 East Seventh Street, Long Beach, CA 90822. Note interested vendor shall be on time for the Pre-Proposal meeting / Job Walk, will start at Building 6, in front transportation area. (VII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the best value and meets the requirements of the SOW. Quotes are due by 1:00 PM Pacific Standard time on April 12, 2016. 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 email to brian.vanorman@va.gov (VIII)This combined solicitation/synopsis is for the purchase of the following commercial services: ? STATEMENT OF WORK CLIN 0001 One-Time HEPA Filter Changing: The Contractor shall provide all necessary labor, equipment, transportation, and related items to perform HEPA filter changing service at the VA Greater Long Beach Healthcare System, (VALBHS),located at 5901 East Seventh Street, Long Beach, CA 90822. The Contractor shall be able to perform the following turnkey annual filter service and supply filters: 1.HEPA filter change list: Bldg. 2 morgue, Bldg. 126 ER, Lab, Bronchoscopy, CCCU (2) units. North 4, DOU, PACU, SPD, South 8 and South 10. Bldg. 138 lab. Bldg. 150. Bldg. 164 pharmacy (2) units and ER. 2.Lockout / Tagout fans located on roof prior to start of each night. 3.Techs to wear full personal protective equipment (gloves, suits, full face mask, etc.). 4.Open unit remove filter. Filter to be double bagged with 6 mil bags and sealed prior to disposal. 5.HEPA vacuum interior of filter housing. 6.Only HEPA vacuum type units will be used during the cleaning process from the air handler. 7.HEPA filters to be disposed by the VA. 8.Remove all debris, materials, and equipment from premises upon completion. 9.Dispose of all waste using an appropriate disposal method. 10.HEPA filters to be certified by a third party. 11.Provide a full report with photo documentation upon completion of cleaning. 12.Any damaged areas of the duct system will be marked on the blueprints. 13.All reports, documentation, and photos are provided at no extra cost. 14.All work to be completed after hours. 15.Service to follow all va infection control precautions (containment cubes, plastic containments, and negative air machines etc.). 16.The C&A requirements do not apply, and that a security accreditation package is not required. This contract is for the filter replacement services to take place at the VA Long Beach Healthcare System located at 5901 East Seventh Street, Long Beach, CA. This contract shall be for a one time only. The period performance is one month. Contractor shall adhere to the VA code of conduct. In addition to having a scheduled and approved shutdown, contractor will be responsible for checking in with the using service prior to shutting down units in the following areas to assure patient safety: Unit Name Area affected (Building (BLDG ) Bldg-2Morgue Bldg.126ER Bldg.126Bronchoscopy Bldg. 126CCU Bldg.126DOU Bldg.126N4 Bldg.126PACU Bldg.126SPD Bldg.126S8 Bldg.126S10 Bldg.138Lab Bldg. 138ER Bldg.164Pharmacy Bldg. 150150 Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 238220 Size Standard is $15.0. WORK HOURS: Work must be performed during other than normal business hours 8:00 a.m. -4:30 p.m Monday through Friday. The Contractor shall work other than normal hours during this project due to not being able to shutdown surgery during the day time. Hours of operation will be from (8:00-4:30p.m.) Monday through Friday. The COR must approve any deviation from these hours and the contractor shall note all such deviations. No work shall be performed on Saturdays, Sundays, Holidays, or Federal Holidays without prior approval from the COR. The government reserves the right of refusal with no impact to the contract. WORK SCHEDULE: The Contractor shall submit a detailed schedule for maintenance with its quote for evaluation. PLACE OF PERFORMANCE: VA Long Beach Healthcare System, 5901 East Seventh Street, Long Beach, CA 90822, PERIOD OF PERFORMANCE: 05-01-2016 through 04-31-2017. WAGE DETERMINATIONS: WD 15-5613 (Rev.-3) was first posted on www.wdol.gov on 01/05/2016 The following FAR and VAAR Clauses Applies: 52.212-4Contract Terms and Conditions-Commercial Items (MAY 2015) 52.232-18Availability of Funds (APR 1984) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70Commercial Advertising (JAN 2008) 852.215-71Evaluation Factor Commitments (DEC 2009) 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 001AL-11-15-ALimitations on Subcontracting - Monitoring and Compliance (JUNE 2011) Limitations on Subcontracting - Monitoring and Compliance This solicitation includes 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984) *Arizona The following FAR and VAAR provisions apply: 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Common Confidentiality Agreements - Representation (DEVIATION 2015-02) 52.204-16Commercial and Government Entity Code Reporting (NOV 2014) 52.204-17Ownership or Control of Offeror (NOV 2014) 852.270-1Representatives of Contracting Officers (JAN 2008) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) Heating, Ventilation and Air Conditioning Mechanic $19.83 The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 52.212-1Instructions to Offerors-Commercial Items (APR 2014) ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS QUOTE/PROPOSAL INSTRUCTIONS: Vendors shall provide supporting documentation to allow for thorough evaluation of quote. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Quote shall specify the Total Price. Quotes will be evaluated for completeness. The Government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the synopsis/solicitation will be most advantageous to the Government, technical price considered. Vendors shall submit firm-fixed pricing for all above requirements. Include commercial price lists if applicable. Include any applicable discounts to the Government. The provision at FAR 52.212-2 Evaluation -- Commercial Items EVALUATION PROCEDURES TO BE USED: A comparison of proposed firm-fixed price quotes received in response to the solicitation shall determine lowest overall price and the rating of non-priced factors will determine the contractor that represents the lowest price, technically acceptable offer to the government. Only one award will be made. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation by evaluating the following factors: "Price "Non-priced Factors - Technical and Past Performance Lowest Price Technically Acceptable (LPTA) Offer: In order to be considered for award the following factors/sub factors must receive an "acceptable" rating in every non-price factor/sub factor: Non-price Factor 1: Technical (in accordance with CLIN requirements) Non-price Factor 2: Past Performance (as defined below) Technical: To meet the technical standards of this requirement the contractor must be certified and authorized to perform all services pertaining to this contract. Contractor shall demonstrate that they have experience in providing HEPA filter and experience personnel to change the filters. Proposals shall demonstrate that proposed personnel performing the work are fully qualified and competent technicians "Fully qualified" is defined as factory-trained (or equivalent) and experienced to work on changing the filters assigned with a minimum of five (5) years' experience. Offerors should provide a narrative addressing its relevant technical capabilities and methodology for completing the requirements of this procurement in accordance with the Statement of Work. The following table describes the Technical Acceptable/Unacceptable Ratings: RATINGDESCRIPTION AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. "Past Performance: Offerors shall provide evidence of satisfactory past performance within the last (3) three years from the date of issuance of this RFQ for (3) three projects of a similar scope to that described by this SOW. This information will be evaluated for relevance to this procurement in relation to Non-priced Factor 1. The past performance information may be retrieved from previous clients surveys and/or letters, performance awards, or other written documentation of past performance from previous clients. The following table describes the Past Performance Acceptable/Unacceptable Ratings: RATINGDESCRIPTION AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (see note below). UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. SOLICITATION RESPONSES must be received no later than 1100 Pacific Coast Stand Time 05-11-2016 at Department Affairs, Network Contracting Officer, 4811 Airport Plaza Drive, Long Beach, CA 90815,. Quotes received after the submission deadline will not be considered. Mail or e-mail response to brian.vanorman@va.gov. An official representative of your company shall submit the quote. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. Point of Contact: Brian Van Orman, Contracting Officer, Ph. 562-766-2273; e-mail: brian.vanorman@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q0605/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-16-Q-0605 VA262-16-Q-0605.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2644484&FileName=VA262-16-Q-0605-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2644484&FileName=VA262-16-Q-0605-000.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: Department of Veterans Affairs;Long Beach Healthcare System;5901 East Seventh Street;Long Beach Healthcare System
Zip Code: 90822
 
Record
SN04066903-W 20160401/160330234323-a3296dfff3487776eb51dd2e5a9d1b17 (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.