Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

J -- Inspection, Testing, Maintenance and Repairs of Fume and Bio Safety Hoods at VA Palo alto Health Care System - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
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
VA26117N0923
 
Response Due
8/14/2017
 
Archive Date
9/13/2017
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
1-9000
 
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 PST, August 14, 2017. SOURCES SOUGHT SYNOPSIS ONLY Inspection, Testing, Maintenance and Repairs of Fume and Bio Safety Hoods VA Palo alto Health Care 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 Inspection, Testing, Maintenance and Repairs of Fume and Bio Safety Hoods VA Palo alto Health Care System 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 PST, August14, 2017. Draft Performance Work Statement Inspection, Testing, Maintenance and Repairs of Fume and Bio Safety Hoods VA Palo alto Health Care System General Information General: This is a non-personal services contract to provide inspection, maintenance, and testing for Fume Hoods, Biological Safety Cabinet, Laminar Flow Hoods, and pharmaceutical clean rooms per USP, Chapter 797, National Institute of Health specifications, and the National Sanitation Foundation No. 49. Certifications are to be performed in annually. Services will be provided to Palo Alto, Menlo Park, Livermore Divisions and San Jose Clinic. Period of Performance. Period of performance shall be base year plus four option years. This Performance Work Statement (PWS) includes the provision of quotation for base year and four option years that may be exercised at the discretion of the Government. CLIN Base Year 0001: October 1, 2017 to September 30, 2018 CLIN Base Year 0002: October 1, 2018 to September 30, 2019 CLIN Base Year 0003: October 1, 2019 to September 30, 2020 CLIN Base Year 0004: October 1, 2020 to September 30, 2021 CLIN Base Year 0005: October 1, 2021 to September 30, 2022 Place of Performance: Services are required at the following locations. All work must be coordinated with the COR. Palo Alto Division: 3801 Miranda Avenue, Palo Alto, CA 94304 Menlo Park Division: 795 Willow Road, Menlo Park, CA 94025 Livermore Division: 4951 Arroyo Road, Livermore, CA 94550 San Jose Clinic: 80 Great Oaks Blvd, San Jose, CA 95119 Hours of Operation: All inspections, maintenance, testing, and repairs shall be performed during business hours of 8:00 AM to 4:30 PM, Monday through Friday, except Federal Holidays and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work outside normal business hours by arrangement with the COR if such service are provided without additional charge to the government. Observed Federal Holidays: January 1 New Year s Day Third Monday in January Martin Luther King Jr s Birthday Third Monday in February President s Day Last Monday in May Memorial Day July 4th Independence Day First Monday in September Labor Day Second Monday in October Columbus Day November 11 Veteran s Day Fourth Thursday in November Thanksgiving Day December 25 Christmas Day Type of Contract: The government will award a Firm Fixed Price contract. Invoicing: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. More information on the VA Financial Services Center is available at http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Payments: Government only pays for services rendered. Government will not pay on any uncompleted or undelivered work services, or goods. Definitions & Acronyms Definitions Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. Work Week. Monday through Friday, unless specified otherwise. Acronyms: COR Contracting Officer Representative NFPA National Fire Protection Association OEM Original Equipment Manufacturer OSHA Occupational Safety and Health Administration POC Point of Contact PM Preventative Maintenance PMI Preventative Maintenance Inspection PWS Performance Work Statement VA Veterans Affairs VAPAHCS Veterans Affairs Palo Alto Health Care System Government Furnished Property, Equipment, and Services This PWS does not have any government furnish equipment. Contractor shall not use any government own equipment, material, supplies, or tools. Contractor shall furnish all requirements. The government reserves the option to terminate the contract in the event that contractor uses government equipment or supplies without written approval from the Contracting Officer and Contracting Officer Representative (COR). Contractor Furnished Items and Services The Contractor shall provide all equipment, supplies, management, personnel, toll fees, and transportation necessary to assure that all services are in accordance with the contract and all applicable laws and regulations. The contractor shall ensure all work meets performance standards specified in this (PWS) and referenced documents to include all notes, explanatory material, and appendixes. The Contractor shall provide one designated point of contract (POC) to COR. The contract shall have an inventory of parts and supplies in quantities sufficient to effectively service this PWS. The contractor shall have an internal inventory system and delivery system for the parts and supplies. The inventory and delivery system must be sufficient to service this PWS. Contractors Qualifications: Contractor shall have technical training, track records of working experience in maintenance, inspection, testing and repairing of fume, bio safety cabinets, and pharmacy clean rooms. Experience shall be within healthcare, industrial, research, educational and commercial facilities for a minimum of five (5) years. Contractor shall possess certificates on equipment which work will be performed. Contractor s technicians and subcontractors shall possess certificates on equipment which work will be performed. Certificates and documents shall be presented with submission package. VA reserves the right to request proof of appropriate training and experience from vendor/contractor personnel for servicing the equipment on the schedule for the duration of the contract. Contractor shall provide certificates and documents within two day of request. The servicing technician shall be NSF certified for each specific model listed. Servicing technicians must also have the applicable manufacturer s diagnostic software to diagnose problems. Contractor s project manager or superintended shall possess a 30 hour OSHA card. Contractor s technician shall possess a 10 OSHA hour card. Contractor shall have safety training either on-the-job or class-room type in electrical safety outlined in the OSHA 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical and Electrical and NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. VA reserves the right to request proof of appropriate training and experience from vendor/contractor personnel for servicing the equipment on the schedule for the duration of the contract. All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment listed on Schedule A. Contractor shall provide certification as required by The Joint Commission that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. Specific Tasks Inspection, Testing, Maintenance and Repairs: The Contractor shall provide all equipment, supplies, management, personnel, toll fee, and transportation necessary to assure that all services are in accordance with the contract and all applicable laws and regulations. Contractor shall ensure all work meets performance standards specified in the PWS and reference document to include all notes, explanatory materials, and appendixes. Certification/testing services will be provided as per schedule A. Provide inspection, maintenance, and certification/testing to fume hoods, biological safety cabinets, laminar flow hoods, and pharmaceutical clean rooms per USP, Chapter 797. Annual certification on hoods shall be conducted on or before the date of last annual inspection. Unless a particular month is specified in the contract, the Contractor shall notify the COR within thirty (15) days of acceptance of the contract of the month(s) during which the preventive maintenance inspection are to be performed. The contractor is responsible for scheduling all certification/testing visits prior to the end of the month in which they are due. Any deviation from this schedule must be approved in advance by the COR. The planned preventive maintenance inspection, certification/testing, and services shall verify that the system or device function completely as specified by manufacturer. All chemical cleaning, mechanical and electrical adjustments, cleaning of interior and exterior, mechanical alignments filter changes, NSF and USP797 certification testing and decontamination shall be fully completed and documented during a preventive maintenance inspection and service. All minor repairs and adjustments shall be made at the time of inspection. Contractor provide an inventory list on Microsoft excel and shall submit a schedule of certification/testing to include at a minimum as follows: Building Room Serial number of equipment Company ID if any Manufacture Model Class Type Last Tested Retest date Classification Hood (Fume/Bio/Animal/Laminar/Clean Room) Certification Number Contractor shall contact COR prior to any service performed. Service tickets and lab results will be signed and filed in compliance office, engineering department. Failure to provide signed service ticket and provided a copy to the COR and Compliance Officer will result in non-payment. Contractor shall provide one year warranty on all components and equipment from date of installation. Contractor shall label components and equipment with date installed. Also shall provide and maintain a Microsoft Excel list with information to include but not limited: building, room, serial number of equipment, manufacture, model, new component installed and date of installation. It is the responsibility of the contractor to verify inventory on schedule A and update inventory schedule with additions and deletions of equipment 15 day for award of contract. Contractor shall provide manufacture diagnostic software at no additional cost to the government. Contractor shall certify at the completion of each preventive maintenance inspection and service that the item or unit operates per original equipment manufacturers (OEM) specifications. Contractor shall provide or installed only OEM parts. Unscheduled maintenance or breakdown repair is not covered under this contract. Work not covered by this contract shall not be performed without first obtaining written approval from the COR and/or the Contracting Officer. Bills resulting from additional work performed without prior written approval will not be paid. Contractor shall inform of any breakdowns, failures, or malfunctioning of equipment immediately and send an email within 24 with service report and proposal for repairs. Notify the COR, Compliance Officer, and Engineering. Research safety officer. Lock out / Tag out electrical. Post notice on unit as follows: Minimum of two in letter in red with white background LOCK OUT - DO NOT USE. Date Technician Name and Phone number. Owner of hood information. COR information. If a dispute between codes, standards, or manufacture recommendation arises the most stringent shall be enforced. If contractor has a different code, standard, or manufacture recommendation than the COR then the contractor shall have the opportunity to have the Engineering Compliance Office review and make decision, which contractor shall accept. The authority having jurisdiction shall be the Chief of Engineering of VAPAHCS. VA has the right of first refusal on all equipment, parts, and recycling materials. If VA elects not the right to refuse than Contractor shall discard equipment, parts, and recycling materials at no addition cost to the government. Contractor shall be responsible to discard all equipment, parts, and recycling materials as per local, state, and federal codes and standards. Any fees incurred in the disposal to include fines and legal fees shall be paid by contractor. Contractor shall provide certificate of disposal of all equipment, parts, and recycling materials. Contractor shall be sole responsible of equipment, parts, and recycling materials once they take possession or leave the VA premises. Reference Materials: The most current edition shall be used. It is the responsibility of the contractor to adhere to all references in the PWS to include all notes, explanatory material, appendixes and manufacture recommendation to include, but not limited to: USP-NF Chapter 797 National Sanitation Foundation No. 49 OSHA Standard 29 CFR 1910 Test Certification: Certification test shall be performed in accordance with the manufacturers design specification, USP, Chapter 797, the National Institute of Health specifications, or the National Sanitation Foundation No. 49. The following NSF No. 49 performance test shall be met as a minimal prerequisite to certification: Appendix A: Section II: Electrical Leakage & Ground Circuit Resistance Test Appendix B: Section II: HEPA Filter Leak Test Section IV: Noise Section V: Lighting Intensity Including UF if applicable Section VII: Personnel, Product, and Cross-Contamination Protection (Biological) Section IX: Velocity Profile & Volume Section X: Work Access Opening Airflow (Face Velocity) Section XI: Airflow Smoke Patterns Quality Control: Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. The contractor shall submit a copy program within five days from contract award date to Contracting Officer and COR for review and approval. The plan shall include, but not be limited to: An inspection system covering all the services described in the contract. Provided copies of inspection forms, as per codes, standards, and manufacture recommendations. The names(s) of the individual(s) who will be perform the inspections and services. A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the COR and Compliance Office upon request, at any time during the term of the contract. Also shall be provided on the monthly and annual documentation requirements. Any deficiencies found during servicing that create a safety issue shall be reported to the COR, Compliance Office, and Research Lab Safety Official immediately. Follow up deficiencies with an email within 24 hours of service date. Follow all safety and lock out / tag out procedures. Site Investigation and Conditions Affecting the Work: The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. Contract has the responsibility to make the determination and request a site walk. Failure to perform a site walk shall not relieve the contractor to complete the contract on time and within budget. Contract Modification: Throughout the performance of this contract hoods my need to be added or removed from the contract. In the event that the needs change, the Contractor will negotiate with the Contracting Officer to reach a mutually agreeable adjustment to the contract that must be captured in a written modification to the contract. Safety: Safety plan shall be submitted to the COR within 5 day of awarded contract. Contractor shall adhere to OSHA 10 CFR 1910 Contractor shall be responsible to use appropriate PPE when required by the OSHA and NFPA 70E. All personnel shall at a minimum have the following PPE during all services: Hard Hat Eye protection. Gloves. Safety shoes. No shorts or tank tops shall be permitted. Contractor shall submit a written report to the Contracting Officer or COR or his designee within two day s of any incident of a malfunction, accident or injury. Contractors shall follow OSHA timeframes if they are more stringent than two days. Contractor shall follow VA safety procedures to include, but not limited: Hot Work Permit Confine Space Permit Lock Out/Tag Out Shutdown Requirements (advance time notice requirements) Infection Control Procedures Documentation Requirements: The Contractor shall provide reports and certificates to the COR and Compliance Office. Contractor shall provide the following information on all document, certificates, and service reports: Building Room Serial number of equipment Company ID if any Manufacture Model Class Type Last Tested Retest date Classification Hood (Fume/Bio/Animal/Laminar/Clean Room) Certification Number Contractor shall provide monthly documentation at the end of every month to the COR and Compliance Office. This will not relieve requirement for section 5.8.4. Submit three hard copy of the all reports, service orders, certification, and any documentation in a three ring binder and one CD ROM of the electronic version of the reports and certificates in Microsoft (i.e. excel or word) format to the Engineering Compliance Office 30 days prior of end of the each calendar year. Earlier copies provided to include monthly reporting shall not substitute the submission of document requirement described on section 5.8.4. Security Requirements: Contractor, contractor personnel, subcontractor and subcontractor s personnel shall attend all training for security, access to laboratories, and safety at no cost additional cost to the government. Standard of Conduit. Contractor and subcontractors personnel shall adhere to the contract and conduct themselves according to VA conduct standards. Neglect of Duties. Contractor and subcontractors personnel neglect of duties hall not be condoned. This shall include, but no limited to sleeping on duty, unreasonable delay or failure to carry out assigned tasks, conducting personal affairs during duty hours, and refusing to render assistance or cooperate in uphold the integrity of the work site security. Disorderly Conduct. The use of abusive or offensive language, quarreling, intimidation by work, actions, or fighting shall not be condoned. Also included is participation in disruptive activates which interfere with normal and efficient government operations. Driving. Contractor and subcontractors personnel shall obey all speed limits and traffic signs. Disobeying traffic regulation could result in court citations, which include monetary fines. Violation(s) could result in being restricted from driving on VA facilities. Parking. Contractor and subcontractors personnel vehicles shall be parked only in designated areas. The Government will not be liable for any lost, stolen, or damage vehicles or items. Smoking. Smoking is prohibited except in designated areas. Smoking outside the designated areas will result in citations, which include monetary fines. The Certification and Accreditation requirements do not apply and a Security Accreditation Package is not required for this work. Contractor, contractor personnel, subcontractor and subcontractor s personnel shall be subject to the same Federal laws, regulations, standards, VA directives and handbooks as VA personnel regarding information security under VA Handbook 6500.6, Contract Security, Appendix C.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/014e51478e974cbe72d26625355c9a6d)
 
Document(s)
Attachment
 
File Name: VA261-17-N-0923 VA261-17-N-0923.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716812&FileName=VA261-17-N-0923-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716812&FileName=VA261-17-N-0923-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04619486-W 20170810/170808233807-014e51478e974cbe72d26625355c9a6d (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.