Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
DOCUMENT

B -- SERVICES: 544-18-2-5089-0054, Interviews and Evaluation DORN Critical Utility - Attachment

Notice Date
2/5/2018
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q0239
 
Response Due
2/17/2017
 
Archive Date
5/27/2017
 
Point of Contact
Michael Giffon
 
E-Mail Address
9-6682<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: 36C24718Q0239 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24718Q0239 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued with no set aside. The North American Industry Classification System (NAICS) code is 561210. (v) This requirement consists of the following: Exact match Item Description Qty Unit of Unit Total Measure Price Price ----------------------------------------------------------------------------- SERVICES: CONTRACTOR SHALL CONDUCT ON-SITE INTERVIEWS AND EVALUATION OF THE FACILITIES LOCATED AT DORN VA MEDICAL CENTER CAMPUS IN COLUMBIA, SC. FROM THIS INITIAL SITE VISIT, THE CONTRACTOR SHALL DEVELOP AND DOCUMENT THE PROCESS TO ESTABLISH A CRITICAL UTILITY MANAGEMENT PROGRAM TO SUPPORT THE CENTRAL MISSION OF THE FACILITY. THE PURPOSE OF THE PROGRAM IS TO IDENTIFY SYSTEMS FOR WHICH THERE IS A RISK OF SERIOUS HARM OR DEATH TO A PATIENT OR STAFF MEMBER SHOULD THE SYSTEM FAIL, PRIORITIZE PREVENTIVE MAINTENANCE OF CRITICAL SYSTEM COMPONENTS TO REDUCE THE LIKELIHOOD AND FREQUENCY OF SYSTEM FAILURE, AND TO COMPLY WITH VA CENTRAL OFFICE REPORTING REQUIREMENTS. THE PLAN SCOPE AND DELIVERABLES SHALL INCLUDE: UTILITY SYSTEMS REVIEW, CRITICAL UTILITY SYSTEMS MANAGEMENT PLAN, IMPLEMENTATION PLAN, EQUIPMENT SPECIFIC LOCKOUT/TAGOUT PROCEDURES, EQUIPMENT INVENTORY, RISK RANKING AND PREVENTIVE MAINTENANCE PLAN. 1 JB STATEMENT OF WORK Utility Systems Review and Critical Utility Management Plan 1. REQUIREMENT: Requirement is for a contractor to conduct on-site interviews and perform an evaluation of the facility system utilities located at Dorn VA Medical Center, Columbia, SC. Upon completion of this service, the contractor shall provide equipment inventory, risk ranking, preventive maintenance plan and lock-out and tag-out procedures for each piece of equipment at Dorn VA Medical Center. 2. BACKGROUND: To comply with Standard EC.01.01.01 (new requirement), Dorn VAMC needs to categorize all equipment and provide risk ranking, preventive maintenance plans and lock-out and tag-out procedures for each piece of equipment. This service will establish a Critical Utility Management Program to support the central mission of the facility. The purpose of the program is to identify systems for which there is a risk of serious harm or death to a patient or staff member, should the system fail; prioritize preventive maintenance (PM) of critical system components to reduce the likelihood and frequency of system failure, and to comply with VA Central Office reporting requirements. 3. PERIOD OF PERFORMANCE: The period of performance shall be February 19, 2018 through April 27, 2018. Services will be performed during normal duty hours of 8:00am - 5:00pm Monday Friday, excluding Federal holidays. If extended hours are required, the contractor shall notify the Contracting Officer s Representative (David Bagley, (803) 776-4000 x4344) prior to scheduling the work the work. 4. PLACE OF PERFORMANCE: The place of performance shall be WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: The contractor shall perform the following tasks: UTILITY SYSTEMS REVIEW Develop a Utility Systems Equipment Inventory, which documents all operating assemblies and major components of the utility systems. Contractor shall identify whether each item is a component of a critical or non-critical utility system. The following utility systems shall be included in the Utility Systems Equipment Inventory: Electrical Distribution and Emergency Power Vertical and Horizontal Transport Heating, Ventilating, and Air Conditioning (HVAC) Plumbing, Boiler and Steam Refrigeration Piped Gases and Vacuum Systems Fire Alarm and Suppression Systems Communication Systems, including Data Exchange Systems The contractor shall provide a Utility System Equipment Inventory in spreadsheet format suitable for upload into CMMS CRITICAL UTILITY SYSTEMS MANAGEMENT PLAN Contractor shall recommend a process by which to evaluate new types of utility components before initial use to determine whether they should be included in Utility Systems Equipment Inventory. Describe procedures for the inspection, testing, and maintenance of these utility system components before initial use and how to document such activity. With input from the Dorn VA Medical Center Staff, the Contractor shall rank the operating assemblies and major components of the utility systems to identify high-risk items for which there is a risk of serious harm or death to a patient or staff member should the component fail. Contractor shall recommend a process to inspect, test, and maintain high-risk, infection control and non-high-risk utility system components and how to document these activities. Contractor shall provide written description of the tasks and associated frequencies required for inspecting, testing and maintaining the operating assemblies and major components of utility systems on the inventory. Tasks and associated frequencies will be in accordance with the manufactures recommendations of with strategies of an alternative equipment maintenance (AEM) program. Contractor shall assess the adequacy of emergency power system(s) for supporting operation of the following as required by the Life Safety Code: Alarm systems. Exit route and exit sign illumination. Emergency communication systems. Elevators (at least one for non-ambulatory patients). Equipment that could cause patient harm when it fails. Areas in which loss of power could result in patient harm. Contractor shall recommend a process by which to inspect and maintain the organization s emergency power systems, and document those activities, in accordance with Joint Commission standards for the following: Master signal panels. Area Alarms. Automatic pressure switches. Shutoff valves. Flexible connectors, and outlets. IMPLEMENTATION PLAN Upon completion of the Utility System Review and Critical Utility Management System Plan, the Contractor shall perform an analysis of requirements compared to actual performance. Where actual performance does not meet requirements, the Contractor shall provide detailed recommendations to bring the organization into compliance with applicable Joint Commission standards and assist with implementing all corrective actions to assure a fully-compliant critical utility management system. The Contractor shall provide a three-hour training session for Dorn VA Medical Center staff to discuss each recommendation in detail and answer all questions related to the documentation provide, procedures described, criteria for determining criticality among other topics. Following this training, the Contractor shall provide a final revision of the document(s) to reflect any necessary changes. EQUIPMENT SPECIFIC LOCKOUT TAGOUT PROCEDURES The Contractor shall prepare Equipment Specific Lockout Tagout Procedures for each individual piece of equipment included in the equipment inventory developed during the Utility Systems Review with the following Classifications and Types: CLASSIFICATION TYPE Electrical Generator HVAC Pump Air Handling Unit Boiler, Chiller, Cooling Tower, Condensing Unit Exhaust Fan Package AC Unit, Heat Pump, Split System Heat Exchanger Air Compressor Plumbing Hot Water Heater Pump Refrigeration Walk in Cooler, Walk in Freezer Conveying Elevator Piped Gases and Vacuum Systems Vacuum Pumps Air Compressor Service includes applying isolation point tags to mechanical isolation points and developing graphical lockout tagout procedures to be delivered in.pdf format. Electrical isolation points will be identified by panel and breaker number when labeled on the equipment or can be visually traced to a panel within the same room and panel schedules are filled out. This service will not include electrically tracing the power source for any equipment. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:               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 Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: 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. (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature. NA 3. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. NA 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE February 17, 2018, at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Attn: David Bagley, (803) 776-4000 x4344 David.bagley@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0239/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0239 36C24718Q0239.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4063178&FileName=36C24718Q0239-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4063178&FileName=36C24718Q0239-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04811060-W 20180207/180205231620-5c58e6af209e5bd769adeb9697470289 (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.