Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
DOCUMENT

J -- Hoods Certification - Attachment

Notice Date
5/8/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;NCO 16 (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 221;North Little Rock AR 72114 1706
 
Solicitation Number
36C25618Q9290
 
Response Due
5/15/2018
 
Archive Date
7/14/2018
 
Point of Contact
Jacqueline Simpson
 
E-Mail Address
7-1039<br
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources and their size relative to NAICS 238220, Standard Size Standard Size $15.0 Million. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement. Scope of Work The Central Arkansas Veterans Healthcare System requires Inspection of pre-filters. If replacement pre-filters are required to achieve certification, cease testing and notify the COR, who make arrangements for CAVHS staff to change the pre-filters, at Little Rock and North Little Rock Campus. Response to this notice should include a capability statement, and three (3) customer references to which you have provided similar services. All interested firms shall provide the following information: company name, address, point of contact, phone number, email address, capability statement, and business size pursuant to the NAICS Code 238220, Standard Size $15.0 Million. Responses to this notice shall be e-mailed to Jacqueline.Simpson3@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than Tuesday, May 15, 2018 at 12pm CST. This notice is to assist the VA in determining sources only. A solicitation is not currently available. 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 the responses to this announcement. Responses are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK EQUIPMENT: Hoods and special ventilation equipment tested and certified for the Department of Veterans Affairs Medical Center, Central Arkansas Veterans Health Care System, 2200 Fort Roots Drive, North Little Rock, AR, and 4300 West 7th Street, Little Rock, AR. Equipment: see attachment for listing of specific types and testing due dates. DEFINITIONS/ACRONYMS:. CO - Contracting Officer. COR - Contracting Officer Representative. FST - Field Service Technician contractor technician performing testing and certification CETA Controlled Environment Testing Association USP United States Phamacopeia NFPA - National Fire Protection Association. CDRH - Center for Devices and Radiological Health. OSHA - Occupational Safety and Health Administration. JCAHO - Joint Commission on Accreditation of Healthcare Organizations. FDA - Food and Drug Administration. DVAMC - Department of Veterans Affairs Medical Center. Normal Working Hours - Monday through Friday, 8:00 a.m. - 4:30 p.m., excluding weekends and Federal Holidays. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of USP 797/800, CETA, ISO Standards, NFPA-99, OSHA, CDRH, JCAHO, FDA, VA HVAC Design, National Sanitation Foundation (NSF)/ANSI 49, ASHRAE 110-2016, and manufacturer specifications. HOURS OF WORK/COVERAGE: Work required in the performance of this contract shall be performed during the hospital's regular administrative working hours, Monday through Friday, 8:00 a.m. - 4:30 p.m. excluding- weekends and Federal holidays. Exception: work may be performed outside of regular administrative working hours when deemed necessary, e.g. testing surgical isolaters after surgeries are completed. The Contractor shall receive approval from the COR for irregular hours testing. CERTIFICATION INSPECTION SERVICES: The contractor shall provide certification inspection services to include all labor, travel, and testing necessary to certify the listed equipment in according to manufacturer s specifications, to include CETA, ISO, USP, and others as applicable. The contractor shall perform annual or semi-annual certification inspections on devices as designated, to be performed in the months of November, February, May, and August. on a day and time mutually agreeable between the contractor and COR. The scheduling of certification inspections will be coordinated between the contractor, the COR. The inspection is to be scheduled at least five (5) days in advance with the COR. Certification inspections will be performed in accordance with all applicable standards and manufacturer s instructions and will include, as a minimum, the following: Visual inspection, including condition of equipment, cleanliness of surfaces and of HEPA filters. Calibrations; Operational and Performance checks; Electrical checks (if applicable); Apply certification sticker; Provide detail documentation of testing and certification. Pharmacy USP 797 PRIMARY AND SECONDARY ENGINEERING CONTROLS PRIMARY ENGINEERING CONTROLS (PEC) Biological safety cabinet Inspection of pre-filters. If replacement pre-filters are required to achieve certification, cease testing and notify the COR, who make arrangements for CAVHS staff to change the pre-filters. Once the filters are replaced certification testing may continue. HEPA filter leak test Downflow velocity Inflow velocity Velocity profile and volume tests Work access opening airflow test face velocity Air flow smoke pattern test Induction leak test Lighting intensity test Noise level test Particle count survey Laminar flow clean bench HEPA filter leak test Particle count survey Work access opening airflow test face velocity Lighting intensity test. Noise level test. SECONDARY ENGINEERING CONTROLS Ante room, buffer room Particle count survey, in accordance with ISO 14644 Air volume and air change rate test, in accordance with IEST-RP-CC006.3 HEPA filter leak test, in accordance with IEST-RP-CC034.3 Room differential pressures room segregation test, in accordance with IEST-RP-CC006.3 AUTHORIZED SERVICES: Only certification services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. PARTS: Parts are not included or covered in this contract. If the contractor furnishes any parts, all parts supplied shall be compatible with existing equipment. The contractor shall use new parts. Re-built parts or used parts, those removed from other equipment, shall not be installed without written approval by the COR. WARRANY: The contractor shall provide warranty on the integrity of workmanship, labor, parts, service, testing, and certification on the hoods. The warranty period shall be for 90 days after the certification. SERVICE MANUALS: The CAVHS shall not routinely provide services manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to the COR all operational and technical documentation, (such as: operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the COR upon request. DOCUMENTATION/REPORTS: Upon successful completion of equipment testing, a certification sticker will-be affixed by the Field Service Representative to the equipment. The sticker will state the date of certification, the date of the next recertification, the specifications for which it was certified, the hood usage, the required flow rate, the measured flow rate and the sash line (as applicable). A written report shall be provided to the Contracting Officer's Representative (COR) within fifteen (l5) working days of completion of work. The report shall contain the information above and will include detailed descriptions of the testing and certification procedures performed to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in Conformance Standards section of this statement of work. This includes, but is not limited to the following. Calculations used to obtain requirements described in these specifications. A listing of each hood surveyed (identified by room number, serial number and model) with the date of measurement, general conditions, measured flow rates, fan speed, average face velocity, exhaust cfm and safe sash opening level shall accompany this list. Change of filters, repair of leaks in filters, duets and cabinets and adjustments made. A summary of the survey showing the number of hoods in each building, the number that meet the requirements of this contract and the number which are unacceptable. A list shall be provided to the COR within three (3) working days of completion of work with those hoods that could not be recertified along with attempts made to adjust them. This information shall be verbally given to the COTR on the day the decision is made not to recertify them. Name of Contractor. Name(s) of contractor personnel who performed services. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE REPAIR/SERVICE IS COMPLETED. SPECIAL CONTRACT REQUIREMENTS: CONTRACTOR SUBMITTALS: The Contractor will furnish a copy of its preventive maintenance/certification inspection procedures for each model of device which will be used during the preventive maintenance/calibration inspection services of this contract to the Contracting Officer s Representative (COR). These preventive maintenance/certification inspection procedures are required by the Government as a condition of the facility s JCAHO accreditation and must be received before any invoice can be certified for payment. PAYMENT: Invoices will be paid in the arrears. Invoice after completion of testing and certification in November, February, May and August. NOTE: Payment of invoices may be delayed if the appropriate documentation/reports are not properly completed and submitted to the COR as required. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the COR, in writing, of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the COR with a written estimate of the cost to make necessary repairs. BIDDER S QUALIFICATIONS: The Bidder is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any bidder, who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offeror is required to furnish the following information: Number of years experience performing the type of services indicated within: Number of personnel regularly employed on a full-time basis: Bidders who have not previously provided the same or similar type services at this Medical Center are required to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom exact services have been furnished. Provide certification that contractor has manufacturer updated maintenance software, manuals, and parts. Bidder shall provide the name, location, and telephone number of the office where certification calls are to be placed. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent shall have an established business, with an office and full-time staff. The staff includes a "fully qualified" FST and a "fully qualified" FST who will serve as the backup. "Fully Qualified" is based upon training, education and experience in the field. FSTs must be CETA certified. For training, the technician has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FST(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment listed. The FSTs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSTs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSTs for each make and model the contractor services at the DVAMC. The CO may authenticate the training requirements, obtain training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any CAVHS equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the CAVHS equipment. Subcontractor will not be used under this contract. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall provide the CAVHS with a copy of the current calibration certification of all test equipment which is to be used by the contractor on CAVHS's equipment. This certification shall also be provided on a periodic basis when requested by the CAVHS. Test equipment calibration shall be traceable to a national standard. HAZARD COMMUNICATION STATEMENT: As a contractor under contract to the CAVHS, you should be aware of this facility s hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Laboratory Service, and Research Service. It is the responsibility of each Contractor to familiarize with the specific area(s) in which the contract requires work. This shall include the Contractor introducing and contacting the department s supervisor or representative. The Contractor may obtain from the department s supervisor the nature of the on-going CAVHS work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the safety data sheets (SDS) pertaining to hazardous chemicals in the exposure zone. It is also the responsibility of the Contractor to have protective equipment for Contractor s service technician(s). Testing of Room Air Purifiers located in occupied isolation-patient rooms. Respiratory Protection. Room Air Purifiers are utilized to remove potential airborne infectious droplets in respiratory isolation rooms, i.e. where patients with the possibility of diseases which are transmitted via the respiratory route of exposure are housed. Employees and contractors entering these respiratory isolation rooms are required to wear respiratory protection while in the room. The contractor shall perform the following: Adhere to all OSHA requirements, including those in OSHA Standard 20 CFR 1910. 134, Respiratory Protection. When housing respiratory isolation patients the respiratory isolation rooms are posted with an Airborne Precautions respiratory isolation sign on the door. Contractor employees entering rooms so posted shall wear NIOSH approved particulate respirators with a filtration rating of N95 at a minimum. The contractor shall provide to the COR proof of respirator training and fit testing of employees entering such rooms. Proof shall be in writing and will be provided before the contractor employees don the respirator to enter the isolation room. The proof shall document that training and fit testing have been completed within one year of the date of entry into the room. CAVHS will not provide respiratory protection to the contractor employees. Contact Isolation Protection. Respiratory isolation rooms may also be used for contact isolation, i.e. housing of patients with the potential of having infectious microorganisms which can be transmitted via contact with contaminated surfaces. Employees and contractors entering contact isolation rooms are required to wear contact isolation personal protective equipment while in the room. The contractor shall perform the following: When housing contact isolation patients the contact isolation rooms are posted with a Contact Isolation sign on the door. Contractor employees entering rooms so posted shall wear a protective gown and gloves, at a minimum. CAVHS will provide the gown and gloves. These are located outside the entrance to the room. The contractor employee shall minimize contact with furnishings and equipment within the room to the greatest extent feasible. Prior to exit of the room the contractor employee shall remove the gown and place it in the trash receptacle located within the room near the door. Gloves shall be disposed of in this trash receptical. The contractor employee shall wash hands with soap and water for a minimum of 15 seconds. Upon exiting the room the contractor employee will use alcohol foam from the dispenser by the door. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FST shall wear visible identification at all times while on the premises of the CAVHS. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the COR. The CAVHS will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the CAVHS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Obtaining a VA CONTRACTOR IDENTIFICATION Badge: Upon arrival at CAVHS and before beginning work the contractor s FST will arrange to meet with the COR to obtain contractor identification badge(s). INSURANCE: Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and Occupational Disease Statutes. General Liability. Contractors are required to have Bodily Injury Liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. Medical Liability. Contractors are required to have Indemnification and Medical Liability insurance coverage of at least $1,000,000. DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate service on a particular hood meeting replacement criteria upon thirty (30) days written notice to the Contractor. FAILING TO RESPOND: Failure to perform any of the services set forth in this contract will be considered for invoking provisions of Default. VA HANDBOOK 6500.6 APPENDIX CLAUSE: The C&A requirements do not apply, and that a Security Accreditation Package and BAA not is required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/36C25618Q9290/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9290 36C25618Q9290.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288796&FileName=36C25618Q9290-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288796&FileName=36C25618Q9290-000.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: Central Arkansas Veterans Healthcare System;4300 W 7th Street;2200 Fort Roots Drive;Little Rock
Zip Code: 72205
 
Record
SN04916012-W 20180510/180508231626-00c446731200149159540596efa2e622 (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.