Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
DOCUMENT

J -- P/M SENTINAL SWEEPER Base plus Four Option Years REVISED Statement of Work (SOW) - Attachment

Notice Date
9/5/2019
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
36C24719Q0996
 
Response Due
9/13/2019
 
Archive Date
9/23/2019
 
Point of Contact
John.Norway@va.gov
 
E-Mail Address
john.norway@va.gov
(john.norway@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Statement of Work Preventive Maintenance Tennant Sweeper 1. REQUIREMENT: This requirement is to obtain a firm-fixed price Service to perform Preventive Maintenance (PM) and Break Down Service on one Tennant Sentinel Rider/Sweeper System Model 10052 on behalf of the William Jennings Bryan (WJB) Dorn VA Medical Center located at Columbia, South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: The period of performance is for One (1) Base year with the possibility of four (4) Option Year periods as follows. Base Year September 15, 2019 thru September 14, 2020 Option Year 1 September 15, 2020 thru September 14, 2021 Option Year 2 September 15, 2021 thru September 14, 2022 Option Year 3 September 15, 2022 thru September 14, 2023 Option Year 4 September 15, 2023 thru September 14, 2024 Service shall be performed during normal working hours of 7:30 a.m. through 3:30 p.m. from Monday through Friday, excluding weekends and holidays. No overtime is authorized. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance by an authorized Technical Representative shall be arranged through the designated COR and/or ACOR. The Contractor shall provide all labor, tools, travel and equipment necessary to conduct quarterly Safety Inspections, quarterly Preventive Maintenance s (PM), and/or Service Calls on the Tennant Sentinel Sweeper, Model 10052 as required to maintain the unit in a fully operational status at all times. Current equipment usage as of March 4, 2019 is 658 hours and 947 miles. REPAIRS/PARTS SERVICES REQUIREMENTS The Contractor shall notify the designated COR/ACOR of any long-term repairs and/or awaiting parts, so any scheduled usage can be adjusted approximately. The Contractor shall provide an itemized list of required repair parts on a written cost estimate. The Contractor shall purchase necessary Original Equipment Manufacturer (OEM) parts to install based on an approved written cost estimate. If OEM parts are not available, the Contractor shall notify the COR and/or ACOR for pre-authorization. The Contractor shall conduct quarterly Electrical and Mechanical Inspections on the Tennant Sweeper to ensure it is fully operational and all repairs have been performed prior to their departure. The Contractor shall use an Authorized Technical Representative that is trained to Service and maintain a Tennant Sentinel Sweeper. The Contractor shall use at a minimum the Tennant Sentinel Sweeper Maintenance Interval Chart and Maintenance Section in the Tennant Sentinel Operator s Manual to perform the quarterly Preventative Maintenance on the sweeper which includes the following items. The Contractor shall conduct a quarterly Safety Inspection of the entire Lighting System and replace any burnt out or broken parts to ensure all the lights, warning beacons and flashers are fully operational. The Contractor shall check the air filter, antifreeze, engine, grease and hydraulic filter and oil reservoirs to ensure correct fluid levels according to the Maintenance Interval Chart on a quarterly basis. The Contractor shall replace the air filter, antifreeze, engine, grease and hydraulic filters and fluids on a quarterly basis in accordance to the Maintenance Interval Chart in the Tennant Operator s Manual. The Contractor shall on a quarterly basis Inspect and Replace/Service the battery, cooling system, air conditioning and Heating System, engine, tires according to the Maintenance Interval Chart. The Contractor shall on a quarterly basis inspect and/or replace the drive belts, seal and skirt maintenance kits according to the Maintenance Interval Chart. The Contractor shall on a quarterly basis Inspect and Service the Hopper, Dust Filter Shaker System and Vacuum System according to the Maintenance Interval Chart. The Contractor shall Inspect the alignment of the brush, guards, belts and chains and make the necessary adjustments according to the Maintenance Interval Schedule. The Contractor shall conduct Electrical and Mechanical Inspections and Maintenance/Repairs on a Quarterly basis in accordance with the Manufacturer s (Tennant) Maintenance Interval Schedule, whichever occurs first. REPORT REQUIREMENTS The Contractor shall submit PM Inspection Reports on a Quarterly basis no later than (NLT) five (5) business days after the required Electrical and Mechanical Inspections and Maintenance/Repairs service has been conducted. An Estimate Report for any necessary repairs that need to be accomplished to the COR/ACOR no later than (NLT) five (5) business days from the completion of any site visits. SERVICE CALL REQUIREMENTS: RESPONSE TIME: Within 24 hours of initial Service Call REPAIR TIME: Within 48 hours of assessment of the equipment PARTS TIME: Within 48 hours of assessment of the equipment A written/verbal notification to the COR/ACOR if longer time period is required. Parts shall be replaced with Original Equipment Manufacturers (OEM) Parts. SERVICE CALLS: No after hour Service Calls are authorized SAFETY REQUIREMENTS: Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment shall be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris and grease/oil spills shall be cleaned up and/or removed from the facility upon completion of Service each day. Contractor shall ensure proper signage and/or blockage of Service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24719Q0996/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24719Q0996 36C24719Q0996_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5140157&FileName=36C24719Q0996-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5140157&FileName=36C24719Q0996-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05433571-W 20190907/190905231451-08b3b1a2e26575e4dc0e2e3fcdc75aec (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.