Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOLICITATION NOTICE

65 -- water filtration installation and service - Package #1 - Package #2

Notice Date
4/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSNCCOPC18004777CS
 
Archive Date
4/28/2018
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Performance Work Statement Invoice Instructions Applicable clauses Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-97). The associated North American Industrial Classification System (NAICS) code for this procurement is 333318, with a small business size standard of 1000 employees, 811310 with a small business size standare of $7.5. Performance Work Statement (PWS) Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide water purification through service deionization. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform water purification through service deionization as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Water filtration is necessary for Steris Reliance Synergy Washers located in Central Hospital Supply (CHS), room B1N254. Local water supply contains an abundance of mineral deposits and sediment such as Calcium, Magnesium, and Sodium, which if left unfiltered can leave trace amounts on instruments being washed. It is also a requirement via the Steris Reliance technical brochure that the source of water being utilized for the washers be pure. Service deionization has proven to be an excellent filtration system in order to eliminate mineral deposits as well as chlorine, chloramines and dissolved organic contaminants. 1.3 Objectives: • Water purification, via filtration, utilizing service deionization system. • Ability to monitor filtration equipment and water quality via remote monitoring system. • Maintenance Services. • Quality control services. 1.4 Scope: Water purification through service deionization. Services include providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to set up and install a deionization system that consists of a pre-filter, carbon, cation, anion and/or mixed bed tanks (as necessary), post filter, and any other components such as pressure regulators, water meters, etc. The contractor shall also provide Quality Control, monitoring, and maintenance services throughout the life of the contract. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: • Base Year - May 1, 2018 thru April 30, 2019 • Option Year I - May 1, 2019 thru April 30, 2020 • Option Year II - May 1, 2020 thru April 30, 2021 • Option Year III - May 1, 2021 thru April 30, 2022 • Option Year IV - May 1, 2022 thru April 30, 2023 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non- recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Contractor shall furnish a quality control plan as part of the proposal, this quality control plan shall detail how the contractor will implement, and maintain an effective service deionization filtration system monitoring and maintenance program. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: Contractor may be required to perform maintenance in the event of an Emergency during federally recognized holidays listed below: • New Year's Day • Labor Day • Martin Luther King Jr.'s Birthday • Columbus Day • President's Day • Veteran's Day • Memorial Day • Thanksgiving Day • Independence Day • Christmas Day 1.6.4 Hours of Operation: Under normal circumstances the contractor is responsible for conducting business, between the hours of 7 AM and 5 PM, Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The only exception to these hours and dates is in the event of an Emergency if contractor services are needed, contractor may need to work outside of normal business hours and days. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at NIH Clinical Center Building 10, CHS, room B1N254. 1.6.6 Type of Contract: The government will award a (Type of contract to be determined by CCE and the customer). 1.6.7 Security Requirements: NA 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re- keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3 Lock Combinations - NA 1.6.8 Special Qualifications: N/A 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: • Contract Manager • Site Supervisor • Site Superintendent • Systems Manager • On-Site Technician The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7 AM and 5 PM, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: • All Key Personnel listed above must show experience in their respective roles as it pertains to installation, monitoring and maintenance of installed filtration system. Experience to be shown in proposal with list of previous work done for similar equipment, setting and location. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13 Contractor Travel: NA 1.6.14 Other Direct Costs: All costs (Direct and Indirect) for this contract must be listed as part of proposal. Costs need to be broken down material unit and labor hour costs. 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 30 Day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. 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. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DELIVERABLE. Anything that can be physically delivered, but may include non- manufactured things such as meeting minutes or reports. 2.1.5. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.6. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.7. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.8. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.9. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.10. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.11. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: CHS - Central Hospital Supply CO - Contracting Officer CONUS - Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR - Contracting Officer's Technical Representative COTS - Commercial-Off-the-Shelf DFARS - Defense Federal Acquisition Regulation Supplement DMDC - Defense Manpower Data Center FAR Federal Acquisition Regulation HEFS - Hospital Engineering and Facility Services HIPAA - Health Insurance Portability and Accountability Act of 1996 CO Contracting Officer OCI - Organizational Conflict of Interest OCONUS - Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO - Phase In/Phase Out POC - Point of Contact PRS - Performance Requirements Summary PWS - Performance Work Statement QA - Quality Assurance QAP - Quality Assurance Program QASP - Quality Assurance Surveillance Plan QC - Quality Control QCP - Quality Control Program TE - Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will make available applicable service employees (HEFS, CHS personnel, etc.) in order to assist in any information collection required by contractors. 3.2 Facilities: The Government will provide a space free of clutter and government equipment/material storage for installation of the required filtration system equipment. 3.3 Utilities: The Government will provide terminal connections for electrical and water supply as required. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: NA 3.5 Materials: The Government will provide Standard Operating Procedures, policies, equipment information and information on operations as needed to complete installation of water filtration system, and in support of maintaining that system through the life of the contract. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: NA 4.3. Materials: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to install equipment required in order to perform water purification through service deionization. 4.4. Equipment: The Contractor shall provide all material, and labor necessary in order to install water purification through service deionization system. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services: The contractor shall provide services for monitoring, and maintaining the installed filtration system. 5.2. Tank Replacement: Contractors shall supply tank replacement via regular replacement by agreed upon intervals or requested replacement by designated staff personnel. 5.3. Water Quality Monitoring: Contractor shall monitor water quality remotely on a continuous basis, provide remote monitoring to designated staff personnel and reports of water quality on a recurring basis. 5.4. Equipment Monitoring: Contractor shall monitor equipment remotely and provide services for repairing equipment whenever necessary. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7. Attachment/Technical Exhibit List: 7.1. Attachment 1/Technical Exhibit 1 - Performance Requirements Summary 7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule Award shall be made to the quotation which offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the attached evaluation criteria: Additional Attachments: Attachment 3/ Performance Work Statement Attachment 4/Evaluation Criteria Attachment 5/Applicable Clauses Attahcment 5/invoice Instructions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition FAR 52.212-1, "Instructions to Offerors-Commercial Items"(Jan 2017) 1. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (Nov 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: • FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Jan 2017) • FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Jan 2018) • FAR 52.217-9, " Option to extend Term of the Contract" (Mar 2000) • FAR 52.217-8 " Option to extend Services" (Aug 1989) All quoters shall submit a quotation which addresses all elements of the Performance Work Statement. Please reference solicitation # HHSNCCOPC18004777CS on each page submission. All quotations shall be forwarded to Contract Specialist Gail Akinbinu 6707 Democracy Boulevard, Suite 106, Bethesda, MD 20892. [Electronic copies preferred addressed to gakinbinu@cc.nih.gov. Submission shall be received not later than April 13, 2018: 1:00p.m. at 6707 Democracy Boulevard, Suite 106, Bethesda, MD 20892. Electronic mail submissions will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist-Gail Akinbinu 6707 Democracy Boulevard, Suite 106 Bethesda, MD 20892, gakinbinu@cc.nih.gov. Point of Contact Gail Akinbinu Contract Specialist 301-496-0692 phone 301-480-5052 fax gakinbinu@cc.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCCOPC18004777CS/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04876216-W 20180405/180403231435-9c67eee9a6673cbcf96c461eb2e69150 (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.