Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
MODIFICATION

J -- Ice Machine Service

Notice Date
6/22/2020 3:34:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0956
 
Response Due
7/15/2020 10:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Peter Kim, Contracting Officer, Phone: (562) 766-2203
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: VA Long Beach Ice Machine Service 1.B. Description: VA Long Beach Healthcare System is seeking a contractor to clean, descale, sanitize and service ice machines throughout the Medical Center. 1.C. Project Location: VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA 90822. 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0956. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. 1.G. Small Business Size Standard: $8.0 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Base Year + up to Four (4) Option Years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 15 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 1000 am Wednesday, July 1, 2020. Participants will meet outside of the police station bldg. 5C. All participants must have face covering and practice social distancing. Please email peter.kim33@va.gov to indicate that you are participating in the site survey 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 1000 am Wednesday, July 8, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 1000 am Wednesday July 15, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 2. Statement of Work 2a. Background. VA Long Beach Healthcare System (VALBHS) has a need for maintenance and service of its ice delivering system in order to stay complaint with the VHA Legionella Directive as well as Department of Health requirements. 2.b. Scope. Contractor shall conduct regular maintenance service as required per manufacturer s guidelines, which includes a descaling process in addition to internal sanitization on the medical forty-two (42) ice machines. The contractor shall provide all necessary parts, labor, materials, equipment and transportation to perform the maintenance service for those ice machines. 2.b.1. Specific Tasks. 2.b.1.a. Contractor to provide all necessary labor, cleaning solutions, tools and other required equipment and materials to perform the service. 2.b.1.b. During cleaning/service, the ice machine will be acid-cleaned and sanitized with VA-approved chemicals. Internal components will be cleaned and sanitized, tubing replaced as necessary, and all other components replaced as necessary according to manufacturer s specifications. 2.b.1.c. If a specific replacement part is not able to be obtained due to availability, the part/component will be serviced and sanitized as per normal procedures and reassembled. A note will be made on the service report of any required part or deficiency that needs to be addressed so the issue can be resolved as soon as possible. 2.b.1.d. The units can be sanitized and cleaned in place, however, when possible units will be serviced in the HVAC shop, with water, drainage and compressed air available. Contractor shall transport the units and temporarily swap the units with a spare provided by the government. 2.b.1.e. After cleaning is complete, the units will be returned to their original location and put back into normal service. 2.b.1.f. Service reports will be provided for each unit serviced as documentation, and compiled into a master log book for the Ice Machine & Sanitization Program 2.b.1.g. The cleaning and sanitization will be completed once every ninety (90) days. 2.b.1 h. Ice Machines include: Control # Bldg # Room Manufacturer Model # Serial # EE # 1 2 ENT FOLLETT 50C1425A J91350 127480 2 5 BIO-MED FOLLETT 50C1425A J91352 133587 3 5 BOILER FOLLETT 50C1425A J27253 127490 4 5 ELECTRIC SHOP FOLLETT 50C1425A J89679 133578 5 5 GRNDS BRK RM FOLLETT 50C1425A J29544 127479 6 6 AC SHOP FOLLETT 50C1425A J92089 133572 7 50 LOUNGE HOSHIZAKI F-500 MAH T00087F 95959 8 126 1141 FOLLETT 50C1425A J29542 127489 9 126 1013A FOLLETT 50C1425A J29543 127484 10 126 931 FOLLETT 50C1425A J29540 127483 11 126 813 FOLLETT 50C1425A J81861 133583 12 126 646 FOLLETT 50C1425A J29237 127475 13 126 532 FOLLETT 50C1425A J78675 133581 14 126 410 FOLLETT 50C1425A J92088 133584 15 126 324 FOLLETT 50C1425A J84751 133588 16 126 1st flr X-RAY LNG HOSHIZAKI DCM270 E09270D 123088 17 126 40A FOLLETT 50C1425A J91379 133580 18 126 Main Kit rm 14 HOSHIZAKI DCM 500BAH-05 V121081 105033 19 128 L1 FOLLETT 50C1425A J91859 133582 20 128 M1 FOLLETT 50C1425A J91858 133574 21 133 W-74 FOLLETT 50C1425A J29239 133576 22 133 CLC WEST 30 FOLLETT 50C1425A J27254 127471 23 133 CLC WEST 30A FOLLETT 50C1425A J06403 127481 24 149 WAREHOUSE FOLLETT 50C1425A J91380 133577 25 150 T126 FOLLETT 50C1425A J29235 133579 26 150 T220 FOLLETT 50C1425A J91620 127480 27 150 V218 FOLLETT 50C1425A J29628 133585 28 150 V104 FOLLETT 50C1425A J29541 127482 29 150 U111 FOLLETT 50C1425A J29241 127478 30 150 T25 FOLLETT 50C1425A J29629 127485 31 164 378 FOLLETT 50C1425A J29238 127477 32 164 278 FOLLETT 50C1425A J29418 127474 33 164 186 FOLLETT 50C1425A J92087 133586 34 165 STARBUCKS MANITOWOC QM45 310388557 NO EE 35 165 FOODLINE HOSHIZAKI KMD-850 MAH V106245 NO EE 36 165 FOODLINE HOSHIZAKI KMD-850 MAH V106255 NO EE 37 165 KITCHEN HOSHIZAKI KM-1300 SAH R14616L NO EE 38 166 2ND LEVEL FOLLETT 50C1425A J85637 133573 39 166 1ST LEVEL FOLLETT 50C1425A J29240 127486 40 126 1131 SPARE FOLLETT 50C1425A J28803 127473 41 126 1131 SPARE FOLLETT 50C1425A J74580 127474 42 126 1131 SPARE FOLLETT 50C1425A J29236 127476 2.c. General Requirements 2.c.1. Rules of the Station: Contractor shall comply with all rules of the VALB facility, including security badging, non-smoking and privacy, and reporting to the COR upon arrival at the VALB facility. 2.c.2. SMOKING POLICY. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.c.3. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 2.c.4. Foreman shall possess 30 Hour OSHA training in Construction Safety & Current TB test. 2.c.5. Personnel shall possess 10 Hour OSHA training in Construction Safety & Current TB test. 2.c.6 Contractor shall submit Infection Control Risk Assessment (ICRA) prior to beginning work. 2.d. Performance Monitoring. The Contracting Office Representative (COR) will monitor contractor performance. The HVAC personnel as instructed by the supervisor will certify the work was done in accordance with the SOW. HVAC personnel will inspect ice machines once the service has been completed and the ice machine is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 2.e. Work Hours: Normal Working hours are 7am to 4pm, Monday thru Friday 2.e.1 The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 2.f. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 2.g. Contractor point of Contact: The Contractor shall designate one (1) employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have authority to act for Contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the Contractor shall notify the Contracting Officer and COR in writing those times when the alternate shall act as the POC. Primary POC Name Primary POC Email Primary POC Phone Alternate POC Name Alternate POC Email Alternate POC Phone 2.h. Personnel Policy: The Contractor has full responsibility for the protection of its personnel furnishing services under this contract, such as providing Workers' Compensation, professional liability insurance, health examination and social security payments. Payment for any leave, including sick leave or vacation time is considered the responsibility of the Contractor. The Contractor shall follow all existing local, state, federal employment laws and/or union regulations relevant to fringe benefits and premium pay for their employees. 2.i. Contractor Submittals /Insurance Requirements: 2.i.1. The Contractor shall comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5-Insurance and Subpart 28.307-2-Liability. 2.i.2. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 2.j. Background Screening: In accordance with VHA Directive 0710 all Contractor personnel providing services under this contract shall be the subject to a background screening and shall receive favorable adjudication from the VA prior to contract performance. The level of screening for this contract is: Special Agency Check (SAC) only unless a National Agency Check is determined to be required by the VA ISO and/or Privacy Officer for contract personnel assigned to a low risk/non-sensitive position is expected to work more than 180 days. Any employee whose background investigation yields unfavorable results shall be removed immediately from performance under this contract. In the event the screening is not completed prior to contract performance; the Contractor shall be responsible for the actions of those individuals performing under the contract. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective June 5, 2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/56bead2958a04594ba98496eccb47da3/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN05698281-F 20200624/200623042651 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.