Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2019 FBO #6372
SOURCES SOUGHT

J -- FUME HOOD INSPECTIONS

Notice Date
5/3/2019
 
Notice Type
Synopsis
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0678
 
Response Due
5/10/2019
 
Archive Date
6/9/2019
 
Point of Contact
danielle.carroll4@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of Page 2 of 20 Page 1 of THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 541690 Other Scientific and Technical Consulting Services 3. Interested and capable Contractors should respond to this notice no later than May 10, 2019 by providing the following via email only to danielle.carroll4@va.gov (a) Company Name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor to provide Inspections and Certification for Fume Hoods at VA Long Beach Healthcare System (VALBHS), VA Loma Linda Healthcare System (VALLHS), VA San Diego Healthcare System (VASDHS), VA Greater Los Angeles Healthcare System (VAGLAHS). Please refer to the Statement of Work for the specifications for the requirements. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. STATEMENT OF WORK 1 Scope: The services to be provided by the contractor under this agreement shall consist of furnishing all necessary parts, labor, and transportation required to repair and maintain the Government-owned equipment listed below: Particle counting (airborne non-viable particle counting) as per USP 797 and ISO14655-1 (1999). The Buffer area will be tested to ISO Class 7 criteria, Ante areas will be tested to ISO Class 8 criteria and the PEC s will be tested to ISO Class 8 criteria. Testing and report will be completed in accordance with ISO14644-1 (1999) for an operational occupancy state, at particle sizes of 0.5 um. Additional test below be performed: HEPA filter integrity challenge Airflow Rate Room air changes Pressure Differential Testing report. CONTRACTOR will collect one airborne samples and one surface sample in each ISO Class 7, and ISO Class 8 location. One airborne sample and one surface sample will be collected in each ISO Class 5.14 compounding personnel with be evaluated for hand hygiene and garbing competency. All work performed by an CONTRACTOR industrial hygienist will be under the direction of a CONTRACTOR Certified Industrial Hygienist (CIH). The CIH will review sampling protocol, techniques, and methods performed. The CIH will also review all technical reports related to industrial hygiene report findings and recommendations and co-sign the final report. CONTRACTOR will not perform USP 797 Media-fill testing. Colonies will be quantified and not identified. Hours of Coverage: Normal hours of coverage will be Monday through Friday from 7:00am to 7:00pm, excluding federal holidays. All service/repairs will be performed during stipulated hours of coverage unless requested or approved by Biomedical Engineering. Federal Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Services to be Provided: Telephone Technical Support: Telephone assistance will be provided M-F from 8:00am to 5:00pm PST. Parts: The contractor will supply, at its own expense, necessary factory-certified equipment manufactured parts, provided that replacement of the parts is required because of normal wear and tear, or outright failure or as otherwise deemed necessary by the contractor. Hardware and software upgrades will be scheduled and performed during normal working hours, at no additional charge to the VA. These upgrades are those required for the correct function of the system; not those purchased to enhance function. Labor: The contractor will provide all labor associated with the repair of the equipment covered under the contract agreement. Inadequate or improper repairs performed by the contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. There will be no limitation to the number of labor hours provided within the stipulated timeframes of contract coverage. Response Times: Contractor will acknowledge requests by telephone for service within two (2) hours. Contractor will be on site within four (4) hours of telephone acknowledgement of service request as stipulated in paragraph d. The contractor will always contact the Biomedical Engineering Section. Preventive Maintenance: Preventive maintenance inspections will be done at the manufacturer s recommended frequency in accordance with the VA s maintenance schedule. Service includes two (2) PMIs per year per device. Preventive maintenance should be negotiated, during normal hours, at least three (3) days in advance with Biomedical Engineering. The PM inspection will include, but is not limited to: disassembly, cleaning the system, verifying mechanical reliability and Contractor accuracy, inspection for potential problem components, performing complete alignment that includes all the system potentiometers, and verification of electronic and mechanical performance. Travel expenses for PM inspection(s) will be provided by the contractor. It is the sole responsibility of the contractor to perform all preventive maintenance inspections. The VA will not assume the responsibility of reminding the contractor that a preventive maintenance inspection is due to be performed. If a PM is not performed within the month specified, the amount corresponding will be deducted from the contractor s payments. Preventive maintenance inspections will be performed on a weekday at a time set once the contract is awarded. Note: To ensure proper equipment history documentation, the contractor will forward all preventive maintenance records within 5 working days of completion to Biomedical Engineering. Documentation: Contractor will provide individual written service reports which describe services performed on the equipment (in sufficient detail to be acceptable to the field inspectors of The Joint Commission). The following information must be provided in each service report: 1) Date of service 2) Summary of problem and action taken 3) Parts replaced 4) Labor hours 5) Travel time 6) Equipment serviced (description, Equipment ID #, serial number, etc.) 7) Purchase order number Note: This report must be approved and signed by Biomedical Engineering personnel or their representative. A copy of each report will be left with Biomedical Engineering. In the event that Biomedical Engineering is not available to receive the service report (outside normal working hours), the service report will be left with the supervising official of the equipment that was serviced; the supervising official will forward the service report to Biomedical Engineering (138B) the next working day. Qualifications: Contractor shall be engaged full-time in the maintenance and repair of the equipment listed in Section I. Contractor shall have access to complete service manuals Contractor shall have access to software diagnostic keys Contractor shall, without exception, provide all hand tools, diagnostic test equipment, ladders, and anything else necessary to perform the work. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-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/LBVANBC/VAMD/36C26219Q0678/listing.html)
 
Record
SN05301241-F 20190505/190503230021 (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.