Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2017 FBO #5691
SOURCES SOUGHT

J -- UNDERGROUND FUEL TANK REPAIR/CERTIFICATION for the Las Vegas Healthcare System

Notice Date
6/21/2017
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26117N0703
 
Response Due
6/27/2017
 
Archive Date
7/27/2017
 
Point of Contact
702-791-9000 x18936
 
Small Business Set-Aside
N/A
 
Description
Please return this sources sought information if you are interested and capable of performing the requirement to trong.nguyen@va.gov by 12 pm PDT, June 27, 2017. SOURCES SOUGHT SYNOPSIS ONLY Fuel Tank Repair Services for VA Southern Nevada Healthcare System This is a sources sought announcement ONLY and is NOT a request for proposals or quotes. This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources, reviewing commercial terms and conditions and ensuring a best value to the Government. The attached Statement of Work is draft format and utilized for market research purposes only and seeking possible contractors that can perform the requirement. The purpose of this request is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, or large business) relative to NACIS 811219. Size standard is currently $20.5 Million. The Department of Veterans Affair, Network Contracting Office 21, is seeking sources for a potential contract for Fuel Tank Repair Services for the VA Southern Nevada Healthcare System (VASNHS). Southern Nevada Healthcare System 6900 N. Pecos Rd. North Las Vegas, NV 89086 In response to this announcement, please provide the information below: Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No The results of this market research will assist in the determination if a set-aside is in the best interest. Please complete this information for EACH sub-contractor. What duties will they perform under this requirement? What percentage of the contract requirement will they perform? Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Please return this sources sought information if you are interested and capable of performing the requirement to trong.nguyen@va.gov by 12 pm PDT, June 27, 2017. DRAFT SOW SCOPE: The Contractor shall provide all necessary labor, materials, supplies, tools, equipment, transportation, and supervision to perform leak repairs on underground fuel piping to include system pressure and certified testing as approved by Nevada Health District code. PERIOD OF PERFORMANCE (BASE YEAR): TBD PARTICIPATING FACILITY: VA Southern Nevada Healthcare System (VASNHS), Central Energy Plant Building #2, 6900 North Pecos Road, North Las Vegas, Nevada 89086. CONTRACTING OFFICER REPRESENTATIVE: The Contracting Officer Representative (COR) shall provide general instructions and shall be responsible for administrating the contract and ensuring invoices are certified for payment in a timely manner. CONTRACTOR POINT OF CONTACT: a. Contractor shall designate one employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily performance of this contract. b. The POC shall be available by telephone Monday through Friday, between 7:30 a.m. and 4:00 p.m. excluding national holidays. c. Contractor shall provide the name and telephone number of the person designated as Point of Contact, Alternate Point of Contact, and the name, location and telephone number of the office where normal and emergency service calls are to be placed: Point of Contact (Full Name): Telephone Number: E-mail Address: Alternate Point of Contact (Full Name): Telephone Number: E-mail Address: Emergency Service Contact Information: Emergency Service Telephone Number: EQUIPMENT IDENTIFICATION: Fuel tank vault #2 and fuel tank vault #7 piping repairs on the fuel supply line. Site visit needed to ensure comprehensiveness of this service request. REQUIREMENTS: Contractor will perform safe and approved fuel line repairs the underground fuel tank #2 and #7 which are currently leaking from a 4 elbows and treaded piping. Once repairs are completed, contractor will coordinate test and certification of repairs with Nevada Health District to ensure service and repairs meet standards. CONTRACTOR SPECIFIC TASKS: Provide confined space safety team for sump entry on tank sump #2. Close the isolation valves that are nearby and drain line section of diesel product. Remove two elbow piping sections at vertical threaded tank bushing and at the horizontal orientated flange. Remove the section from the sump. Demobilize the confined space crew and equipment. Take to weld shop, provide matching components with welded socket fittings, flange and piping sections. Provide blanking flange covers and test the two assemblies in order to air test the subject piping sections to insure tightness. Provide a new flange gasket for the horizontal end. Mobilize the confined space safety team for another sump entry on tank sump #2. Reinstall the subject piping section. Demobilize the confined space crew and equipment. CONTRACTOR RESPONSIBILITIES: Contractor Employees. The contractor shall not employ personnel for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. The Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. The Contractor shall be familiar and follow maintenance guidelines contained in current technical service manuals for all equipment and sub-assemblies listed. Manuals shall include but not be limited to schematics, diagrams, written procedures and parts lists. All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, Joint Commission, and other applicable national standards. The COR may facilitate a copy of VA safety standards to the Contractor upon request. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company. Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. Personnel performing maintenance and repair services must be fully qualified, competent, technicians. Fully qualified and competent is defined as factory trained and at a minimum two (2) years of experience to work on each specific model of equipment assigned. The Contractor shall be required to update competency information throughout life of the contract as changes to Contractor s staff occur. New employee credentials, experience with maintenance/repair of specific equipment to be maintained, period of time with Contractor, the ability to use diagnostic software and computerized hardware for maintenance of assigned equipment, and other appropriate documentation of competency must be submitted and approved by the COR prior to any new employee commencing any work on this contract. SERVICE RESPONSE TIMES: The following service response times shall be adhered to at all times identified below. No additional costs will be associated with any service or maintenance performed after hours or on the weekends. Two hour maximum callback for service calls made during normal work hours, Monday through Friday. Normal work hours are between the hours of 6:00AM and 5:00PM. Eight hour maximum callback for service calls made after 5:00PM, in no case later than 6:00AM of the following normal work day, Monday through Friday. Twelve hour telephone callback required for calls made on weekends or national holidays (Friday after 5:00PM through 6:00AM of the next working day). On site response shall be within 4 hours of first call for service, Monday through Friday, including after 5:00PM when authorized by COR. On site response for calls received during weekend hours and holidays shall be no later than 11:00AM of the next working day. FAILURE TO COMPLY: Failure to perform any of the services, as set forth in this contract will be considered grounds for invoking Termination for Default procedures. RE-PERFORMANCE: If performance does not conform to the contract specifications, the VA Healthcare Center s COR or the Contracting Officer shall require the Contractor to perform the service again to conform to the contract specifications, at no cost to the Government. When the defects in service cannot be corrected by re-performance, the VA Medical facility may require the Contractor to call in a senior technical engineer from the manufacturer or from a different company. The Contractor shall incur and absorb all expenses for consultation outside the Contractor s organization. Repeated malfunctions of any system component or subsection more than three (3) times within one (1) quarter is not acceptable. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause of repeated failures. The Contractor in this situation must either: Make repairs in such a manner that the identified problems are corrected to the extent that repeated failures are eliminated. Prove that the equipment is not faulty and an external cause for the problem exists and provide recommendations for resolution. Provide repair services from the original equipment manufacturer at the Contractor s expense. CHECK IN AND OUT ON SERVICE CALLS AT THE VA FACILITIES: ACCESS: Access to work areas, and performance monitoring, will be provided by VA Energy Plant maintenance personnel. After hours response will be monitored by VA Central Energy Plant operators, 702-791-9000 Extension 16900. In all cases, VA Central Energy Plant operator shall be notified of any changes which may affect the response time of vital equipment. For repairs or services required on weekends, holidays or after normal working hours, the Contractor s repairman is required to check-in and check-out upon arrival and departure at Security Service and with COR, if available, or the on-duty Supervisor of the department, prior to effecting repairs. The procedures defined above are mandatory and will be strictly enforced. NATIONAL HOLIDAYS: The Contractor is not required to provide services on the following National Holidays nor shall the Contractor be paid for these holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday by U.S. Government agencies. Also included would be any other day specifically declared by the President of the United States as a National Holiday. OVERTIME AND HOLIDAYS: Any overtime or holiday pay that may be entitled to Contractor personnel performing under this contract shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. PARKING POLICY: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not invalidate or make reimbursement for parking violations of Contractor's personnel under any circumstances. SMOKING POLICY: Contractor personnel may smoke only in designated areas. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. ORDERING ACTIVITY: Contractor shall not accept any instructions issued by any person other than the CO or COR acting within the limits of his/her authority. CHANGES TO CONTRACT: Only those services specified herein are authorized. Before performing any service of a non-contractual nature, Contractor shall advise the CO of the reason(s) for the additional work and/or service. COMPLAINTS: Contractor shall promptly and courteously respond to complaints within 3 working days. Including complaints brought to Contractor s attention by the CO. Contractor shall maintain a written record of all complaints, both written and oral showing the identity of the individual, the nature of the complaint, and Contractor s response. Contractor shall permit the Government to inspect such records upon reasonable notice. BADGES: All Contractor personnel shall be required to wear VA provided identification (I.D.) badges above the waist at all times while on the VA grounds. Contractors shall be required to coordinate with COR in order to obtain the VA provided I.D. badges for all staff. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from Federal property. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS AND BACKGROUND SCREENING: In accordance with VHA Directive 0710 all Contractor personnel providing services under this contract shall be the subject to a background screening and must receive favorable adjudication from the VA prior to contract performance. The level of screening for this contract is: Special Agency Check. Any employee whose background investigation yields unfavorable results shall be removed immediately from performance under this contract. In the event the screening is not completed prior to contract performance, Contractor shall be responsible for the actions of those individuals performing under the contract. The cost for such investigations shall be borne by Contractor.  At this time, the current estimated costs for such investigations are as follows: LEVEL OF SENSITIVITY BACKGROUND INVESTIGATION LEVEL APPROXIMATE COST SAC Special Agency Check $32.00 Low Risk National Agency Check with Written Inquiries $279.00 Moderate Risk Minimum Background Investigation $989.00 High Risk Background Investigation $4,225.00 Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor s personnel.  The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation.   The C&A requirements do not apply, and that a Security Accreditation Package is not required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2017); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26117N0703/listing.html)
 
Record
SN04552324-F 20170623/170621234230 (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.