Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2019 FBO #6272
SOURCES SOUGHT

Z -- PERFORM PREVENTATIVE MAINTENANCE ON THE REVERSE OSMOSIS / DEIONIZING SYSTEM IN STERILE PROCESSING | HUNTINGTON WV VAMC PERFORM PREVENTATIVE MAINTENANCE ON THE REVERSE OSMOSIS / DEIONIZING SYSTEM IN STERILE PROCESSING

Notice Date
1/23/2019
 
Notice Type
Synopsis
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
36C24519Q0114
 
Response Due
1/29/2019
 
Archive Date
3/30/2019
 
Point of Contact
craig.armagost@va.gov
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: SOURCES SOUGHT PERFORM PREVENTATIVE MAINTENANCE ON THE REVERSE OSMOSIS / DEIONIZING SYSTEM IN STERILE PROCESSING DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research in order to provide preventative maintenance to a Reverse Osmosis/Deionizing System Services for the Huntington, WV VA Medical Center. The government anticipates a awarding a one Firm Fixed Price contract that will provide the support services listed within the below attachment. OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS: Name and Address of Company Any small business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Craig Armagost craig.armagost@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to craig.armagost@va.gov no later than 1300 (1 pm) EST on 1/29/2018. ATTACHMENT 1 MAINTENANCE ON THE REVERSE OSMOSIS / DEIONIZING SYSTEM HUNTINGTON WV VAMC STATEMENT OF WORK STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to have a Base + Four contract to perform preventative maintenance on the Reverse Osmosis/Deionizing System in Sterile Processing located on the ground floor of Bldg. 1South A.2 BACKGROUND The VAMC has a need to have this work performed so this machine continues to perform properly and ensure bacteria does not grow within the system A.3 SCOPE OF WORK Vendor will provide all parts, labor, equipment, material, and supervision to perform the work as listed below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Perform Monthly Perform Preventive Maintenance Procedure Replace ChlorPlus Carbon Filter Cartridge, 1 Micron, 2-1/2" x 20" DOE (For Chloramines) install (2) monthly Replace Filter Cartridge, 5 Micron, 4-1/2" x 20", Depth, Qty. 1(1) per month Perform Quarterly DI Regeneration Certificate, Ultra Pure, 1/2 cu. ft. Replace (2) quarterly Perform Annually Replace Filter Cartridge, Absolute Endotoxin, 0.2 Micron, 2-1/2" x 20", 222, Pall Replace Peracidin Disinfectant Concentrate, (4) 1 qt. Containers Provide Residual Chlorine Test Strips, (6) Bottles of 100 Provide Renal Check, Residual Peroxide Test Strips (Low Level), (6) Provide Bottles of 100 Exercise option year two though five First year of service as listed above Second year of service as listed above Third year of service as listed Fourth year of service as listed above STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C.2 Period of Performance The Vendor shall perform all work during after normal business hours Work is to begin as soon as possible but no later than fifteen calendar days after the receipt of the purchase order. The start date must be approved and coordinated with the VAMC Energy Engineer who can be reached via the following contact information. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish, provide, install, or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply his/her telephone number. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, all Contractor/sub-contractor employees may be sent off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order C.3.6 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.7 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.8 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.19 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.10 Parking/Traffic Regulations. The Contractor shall not park on grassy areas. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2019); 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/MaVAMC613/MaVAMC613/36C24519Q0114/listing.html)
 
Place of Performance
Zip Code: 25704
 
Record
SN05200704-F 20190125/190123230019 (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.