DOCUMENT
H -- LABORATORY HOOD INSPECTION AND CERTIFICATION - Attachment
- Notice Date
- 8/1/2016
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24116N0648
- Response Due
- 8/8/2016
- Archive Date
- 10/7/2016
- Point of Contact
- Christopher Humphrey
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs Veterans Health Administration Sources Sought Notice - Hood inspection and certification This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA's understanding of the market's offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide the following products and/or services below. Please see the General Requirements section below for the requested products/services and descriptions. This Sources Sought is to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS A.Contractor shall furnish all labor, parts, travel, tools, equipment necessary to perform all laboratory hood inspections, testing, repair, filter replacement, and maintenance as required during the contract period specified, at the Brockton, Jamaica Plain, and West Roxbury Divisions, and one clinic: Lowell. The anticipated contract will be awarded as a firm-fixed price contract with a base year and (4) option years. Hoods and Quantities: The contractor shall furnish all parts, labor, travel and tools necessary to perform all required testing/repair/replacement of fixed hoods for the Boston Healthcare System and one clinic Hood /TypeCertification FrequencyQuantity Unit Biological HoodSemi-Annual38PMS Laminar HoodSemi-Annual15PMS NUC HoodSemi-Annual4PMS Xenon HoodSemi-AnnualPMS Fume HoodSemi-AnnualPMS Fume Hood Annual95PMS Filter Replacement (est) as needed20EA Repair(est) as needed10EA B.Certification: Contractor shall be certified for inspecting, and certifying Biological Hoods, Laminar Hoods, Nuclear Hoods, and regular Fume Hoods. Contractor shall submit proof of certification for each employee performing work on the premises in connection with this contract, prior to starting work. C.Work Hours: All routine work shall be performed from 8:00 am and 4:30 pm, Monday thru Friday unless otherwise requested. Contractor shall report to the Safety Office upon arrival and prior to leaving each division. D.Contractor shall schedule with the Safety Office prior to arrival to perform routine work. E.Contractor shall provide all labor and material to perform semi-annual/annual inspections and repair of all hoods to meet current EPA, OSHA and 797 requirements where applicable. F.Contractor to provide the VAMC with a computerized list of device types, locations, and testing dates upon request or at a minimum, annually. Software to be compatible to VAMC existing software. G.Costs of repair, replacement of parts or materials shall be on an as needed basis, determined by the servicing technician and the COR. All deficiencies and defects shall be itemized and reported as cost of repairs in the monthly inspection/maintenance statement. These costs are included in the contract price and all repair work shall be approved prior to commencement. H.Contractor shall provide documentation of areas not inspected and show specific cause, beyond the contactor's control, for not inspecting any devise. I.Contractor's representative shall present periodic inspection and testing reports to the Safety Office or designated representative after completed inspection and prior to payments. J.Keys shall be issued out for inspection and testing and returned daily. RESPONSE COMMITMENT I.Response: A.All responses should be directed to both Christopher.Humphrey@va.gov. B.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II.Timeline : A.This request will close on stated date within the Government Point of Entry (GPE). III.Requested information: Interested parties shall provide the following information in addition to your capability response: A.Format: 1.MS Word or pdf format (please ensure email is under 5 mb) 2.Page limit - 5-8 pages (please make the response as brief and concise as possible) 3.Company name and Sources Sought number listed on each page 4.Proprietary information MUST be marked as such, on a page-by-page basis. B.Submittal: 1.In your response, please provide the following information based on the requirement. a.Your company's capability of fulfilling or exceeding this requirement as it is described. b.Proof of certifications and/or licenses to perform the required inspection and certifications c.If you provide these services on your FSS Schedule contract, please provide your FSS Schedule contract information. 2.Please also provide name of company, company address, a contact person's name, telephone number, fax number and email address. 3.DUNS number, and indicate if actively registered on System for award management (SAM) 4.Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Christopher Humphrey Contracting Officer Email: Christopher.Humphrey@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24116N0648/listing.html)
- Document(s)
- Attachment
- File Name: VA241-16-N-0648 VA241-16-N-0648.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2911124&FileName=VA241-16-N-0648-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2911124&FileName=VA241-16-N-0648-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-16-N-0648 VA241-16-N-0648.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2911124&FileName=VA241-16-N-0648-000.docx)
- Record
- SN04204139-W 20160803/160801235509-d9bbc1bad8adc077f5510eae00057900 (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 |