Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
DOCUMENT

J -- Hydropac Maintenance - Attachment

Notice Date
11/16/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017N0046
 
Response Due
11/25/2016
 
Archive Date
1/24/2017
 
Point of Contact
Shawn O'Neil
 
E-Mail Address
3-7650<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described in the Statement of Work (SOW). Potential offerors are invited to provide information via e-mail to shawn.oneil1@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition according to SOW. Potential contractors shall provide, at a minimum, the following information to shawn.oneil1@va.gov(one L then the number 1): 1) Name, address, point of contact name, phone number, and e-mail address. 2) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quote nor does restrict the Government to an ultimate acquisition approach, but rather short statement regarding the company's ability to provide the service above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. 3) Documentation that the vendor is authorized to provide the requested maintenance. The unit islocated at the VA Medical Center in Seattle, WA. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given IAW VAAR 819.7004 Contracting Order of Priority. The Government must ensure there is adequate competition among the potential pool of available contractors. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pays for information solicited. This synopsis is not a solicitation announcement for Request for Quote. No formal solicitation document exists at this time, and no contract will be awarded from this announcement. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 5:00 PM (PST) on November 25, 2016. STATEMENT OF WORK (SOW) 1. Contract Title. Annual Maintenance contract for Hydropac Water Bag Generator 2. Background. We seek to have a multi-year, base plus four option years, maintenance contract on the facility s Hydropac Water Bag Generating Machine at the VA Puget Sound Health Care System, Seattle Division. The Hydropac system is a mobile automatic packaging machine designed to produce and fill pouches with facility supplied drinking water. A specially formulated plastic film (the Hydroseal pouch film) is fed through the machine to allow for two distinct pouch water volume capabilities, 8 or 13 ounces, for mice or rats. This machine is complex, and requires special expertise for service. 4. Scope. The scope of this contract is to provide annual preventive maintenance for the Hydropac Water Bag Generating Machine at the Seattle, Washington VA Medical Center. 5. Specific Tasks. 5.1 The maintenance program shall consist of routine annual inspection, lubrication, and cleaning pursuant to maintenance schedule A, attached hereto. Maintenance procedures and repairs shall be performed by authorized technicians during normal business hours Monday Friday 9:00 AM 5:00 PM. Maintenance Schedule A One scheduled maintenance visit per year, to be scheduled at a mutually agreed time, during normal working hours, 30 days in advance. Upon each regularly scheduled visit the technician will visually inspect, test, and make any needed adjustments to: SAFETY GUARDS: including Door, Latches & Hinges Rear Guards Light Curtain Heater Guards HEATER BAR: including Clean Knife Clean Horizontal Heater Bar Heater Bar Secure & Aligned Mandrel Tape & Silicone Heater Bar Lines Vertical Tape Horizontal Front Tape Horizontal Rear Tape Clean Vertical Heater Bar FILM FEED: including Brake Assembly Roller 1-9 Film Roll Shaft Film Alignment Wheel Assembly Forming Head Fill Tube Counter Stop Film Advance Assembly PNEUMATICS: including Hose Connections Cylinders Valve Island (PSI) Safety Valve Moisture Filter Hose Connections Moisture Trap Condensation Drain Valves GENERAL: including Cooling Fans Solenoid Connections Casters Pouch Diverter Cabinet Condition PLUMBING: including Water Supply Hose Water Supply Large / 13 Oz. Volume ___ Small / 8 Oz. Volume ___ During the PM visit the technician will replace the following parts, as required. These parts will be included in the cost of maintenance. Part # Description QTY. REQ'D 584030 SILICONE SEAL STRIP. 250X.483 Extruded SLC x 8.813 2 770606 Gasket Strip 1/4" x 1/2" SIL 70 DUR x 36" Long Piece * 3 FT. 770926 5.0MILX2"Pres Sens Adh Teflon Tape x 18 Yard Roll * 3 FT. 95670308 P/L HP Replacement Filter 1 641060 AIR COMPRESSOR INTAKE MUFFLER 2 730887 Hdwe Bronze Flange Bushing 2 730888 Hdwe Bronze Bushing 1 730889 Hdwe Bronze Bushing 1 A610028 Thrust Washer Side Seal Arm 1 If during the course of the PM the Technician finds an item or items that are in need of replacement, and are not part of the Schedule A program, the Hydropac Technician will advise the subscriber.If the subscriber requests that non-Schedule A item or items be replaced,subscriber will execute a work order and issue a purchase order to cover the costs associated with the repair. 5.1.1 Subtask 1 - Integration Management Control Planning. Tasks will be managed and integrated by the VA Puget Sound Medical Center Animal Research Facility staff as per established protocols. 5.1.2 Subtask 2 - Contract Management. This contract will be overseen by numerous staff members of the Animal Research Facility, with overall management conducted by the animal facility supervisor and the veterinary medical office 6. Performance Monitoring Performance Monitoring will be done by ARF supervisory staff. 7. Security Requirements Contractor personnel will require physical access to the facility Monday- Friday, typically from 9 am -5 pm, to provide routine services. The contractor will not require logical (computer) or sensitive area access for this contract. The contractor will be accompanied by animal facility personnel at all times while on site. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Other Pertinent Information or Special Considerations. None a. Identification of Possible Follow-on Work. None b. Identification of Potential Conflicts of Interest (COI). There are no conflicts of interest. c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 10. Risk Control All repair work will be conducted under the watch of ARF staff. There are no anticipated risks associated with this equipment repair. 11. Place of Performance. Work will be performed at the VA Puget Sound Medical Center Animal Research Facility, 1660 S. Columbian Way, Seattle, WA 98108, building 23. 12. Period of Performance. This contract is effective first day of award for one calendar year, with four (4) one (1) year options. The contractor shall perform no services after the end of the first year until the Contracting Officer authorizes such services in writing. 13. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 5.1 Annual Hyrdopac water pouch generator machine maintenance Maintenance report Contractor-Determined Format 1 Copy to COR; Letter Only to CO 300 Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary informatio
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/818678ac84ea901da6fda7501d06d4f0)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0046 VA260-17-N-0046.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3112290&FileName=VA260-17-N-0046-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3112290&FileName=VA260-17-N-0046-000.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: Seattle VA Medical Center;1660 S Columbian Way;Seattle, WA 98108
Zip Code: 98108
 
Record
SN04329067-W 20161118/161116234149-818678ac84ea901da6fda7501d06d4f0 (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.