Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

J -- ICE MACHINE SERVICES & MAINTENANCE

Notice Date
2/22/2021 1:28:56 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0374
 
Archive Date
04/23/2021
 
Point of Contact
Danielle.Carroll4@va.gov, Danielle Carroll, Phone: 562-766-2296
 
E-Mail Address
danielle.carroll4@va.gov
(danielle.carroll4@va.gov)
 
Awardee
null
 
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 561210 Facilities Support Services 3. Interested and capable Contractors should respond to this notice no later than March 5th, 2021 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 Ice Machine Services Support for Veteran Administration of Greater Los Angeles Healthcare System (VAGLAHS). IN ADDITION TO A CAPABILITY STATEMENT, PLEASE PROVIDE AN EXAMPLE OF WHERE AND WHEN YOU HAVE PERFORMED THESE SERVICES. IF THIS INFORMATION IS NOT PROVIDED IT WILL BE CONCLUDED THAT YOUR COMPANY IS NOT CAPABLE. 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. B.3 PERFORMANCE WORK STATEMENT GENERAL PROCEDURE The Contractor shall provide maintenance, repair, cleaning and sanitization for Ice Machines located at the Veteran Administration Greater Los Angeles Healthcare System (VAGLAHS), 11301 Wilshire Blvd, Los Angeles, CA 90073. All services shall be provided in accordance with the terms, conditions and requirement as specified herein. Contractor shall adhere to the cleaning and preventative maintenance instructions listed at https://www.follettice.com and use only National Food Safety tested and certified cleaning and sanitizing products according to the manufacturer's instructions. The Contractor shall provide all parts labor and materials required to perform the following periodic inspection, maintenance and repairs. This is an all inclusive maintenance and repair contract; the ice machine will be maintained to run at optimum efficiency. The Contactor shall provide parts and repair the machines following the completion of the monthly service. All parts are included with the exception of the refrigeration compressor, evaporator and condenser coil, and the auger motor. SPECIFICATIONS Contractor shall perform maintenance on a monthly basis. This maintenance shall include four (4) quarterly and twelve (12) monthly services. This includes the following: Monthly Service: Contractor shall replace all pre filters, empty, clean out the bin and dispensing area, Vacuum clean the condenser and wipe the entire machine clean to include exterior as well. Inspect and test the ice machines for proper operation. Repair and replace any broken components. Feed water tubing from the filter to the machine. Replace tubing when appearance is worn or dirty, or green in color. Contractor shall maintain condensate drain to the point of connection at the hospital drains. Contractor shall empty the ice bin and wash the bin using Follett approved ""Safe-CLEAN Cleaner"". Sign and date the maintenance tag on the pre-filter housing unit. Quarterly Service: Contractor shall provide and replace all post filters and conduct the required maintenance under the monthly service. 2.1.2.1. Contractor shall provide a written report to the designated Contracting Officer Representative within 5 days after completion of each monthly service. Every machine serviced will be listed by location, make, manufacturer, serial number and date of manufacture in all reports. Any deficiencies found and the repairs made will be reported at that time. The maintenance shall be performed during the 3rd week of every month. A tag shall be provided by the contractor attached to every filter unit where the technician shall sign and date each service and indicate whether it is a monthly or quarterly. Equipment to be serviced: BLDG FLOOR ROOM # QTY MFG. MODEL Dispenser Model # / SERIAL # Condenser Model # / SERIAL # B-213 Base #44 1 Follett 50FB400A L50 / D69798 - 239 12 L400A / D69927 -240 12 B-213 1st Dining 1 Follett 25FB400A L25 / C66884 - 069 09 L400A / C66976 -070 09 B-213 2nd Kitchen 1 Follett 25FB400A L25 / C66885 - 069 09 L400A / C66977 -070 09 B-214 1st Dining 1 Follett 50FB400A L50 / C81239 - 287 09 L400A / D69961 - 240 12  B-214 1st Dining 1 Follett 50FB400A L50 / C81238 - 287 09 L400A / C80951 - 286 09 B-215 1st Dining 1 Follett 25FB400A L25 / C67421 - 076 09 L400A / C67004 -070 09 B-215 1st Dining 1 Follett 50CI400A 50CI-AC / C44951 - 125 08 C44469 - 118 08 B-215 2nd Kitchen 1 Follett 50CI400A 50CI-AC / D98783 - 146 13 D98848 - 146 13 B-215 3rd Kitchen 1 Follett 50CI400A 50CI-AC / D99240 - 152 13 D99390 - 153 13 B-257 2nd #214 1 Follett 50FB400A L50 /C82842-306 09 L400A / C82062 300 09 B-300 2nd #209 1 Follett 50FB400A L50 / C80356 - 280 09 L400A / D70573 247 12  B-300 1st Kitchen 1 Follett HCC1000A L9505DC/CB1455-29309 IM Horiz1000A/C C80442-28309 B-306 1st Canteen 1 Hoshizaki KML-631MWH N/A KML-631MWH / V10415H B-500 Gr #0428 1 Follett 50FB400A 50CI-AC / C45610 - 134 08 C45039 - 125 08 B-500 1st E.R 1 Follett 50FB400A L50 / D84240 - 013 13 L400A / D84546 - 013 13 B-500 1st Canteen 1 Hoshizaki KM-1800SAH B1200 SS / N9 19551 KM-1800SAH / N10270E B-500 1st Canteen 1 Hoshizaki KML-631MWH N/A KML-631MWH / V10396H B-500 1st Canteen 1 Hoshizaki KML-631MWH N/A KML-631MWH / V10407H B-500 1st StarBuck 1 Hoshizaki DCM-270BAH DCM-270BAH / C06438A N/A B-500 1st #1300 1 Follett MFD400A 425-30 / E12003 - 256 13 MFD400A / E09868 238 13 B-500 2nd #2038 1 Follett 50FB400A L50 / C81740 - 292 09 L400A / C81527 293 09 B-500 2nd #2202 1 Follett 50FB400A L50 / C81229 - 287 09 L400A / C80927 286 09 B-500 2nd #2402 1 Follett 50FB400A L50 / C80353 - 280 09 L400A / C80132 279 09 B-500 2nd #2601 1 Follett F505A F505A / 2NV9 - 30532 N/A B-500 3rd 3451 1 Follett 50C1400A-S 50CI-AIC / E41917-132 14 E41671-132 14 B-500 3rd 3487 1 Follett 50C1400A 50CI-AIC / E41919-132 14 E41670-132 14 B-500 3rd #3602 1 Follett 50HT400A LH25 / D82049 - 351 12 L400A / D82267-351 12 B-500 3rd #3637 1 Follett 25HT400A LH25 / D82048 - 351 12 L400A / D82266-353 12 B-500 4th #4034 1 Follett 50CI400A 50CI-AC / D98788 - 146 13 D98845 - 146 13 B-500 4th #4074 1 Follett 50FB400A L50 / C81738 - 292 09 L400A / B3573 - 052 12 B-500 4th #4260 1 Follett 50FB400A L50 / C81737 - 292 09 L400A / C80966 286 09 B-500 4th #4621 1 Follett 50FB400A L50 / C81742 - 292 09 L400A / C68605 097 09 B-500 5th #5003 O.R 1 Follett 50HT400A LH50 / B4193 - 063 02 L400A / C07947 315 06 B-500 5th #5029 O.R 1 Follett 50HT400A LH50 / B4192 - 063 02 L400A / B3575 052 02 B-500 5th #5267 1 Follett 50HT400A LH50 / B26453 - 089 03 L400A / B26508 090 03 B-500 5th #5409 1 Follett 50FB400A L50 / D69101 - 232 12 L400A / D69226 233 12 B-500 5th #5450 1 Follett 50FB400A L50 / D69797 - 239 12 L400A / D69928 240 12 B-500 5th #5469 1 Follett 50FB400A L50 / C84150 - 327 09 L400A / C83547 321 09 B-500 5th #5609 1 Follett 50HT400A L50 / C16315 - 091 07 L400A / C07948 315 06 B-500 5th #5630 1 Follett 50FB400A L50 / C16314 - 091 07 L400A / C07940 315 06 B-500 5th #5642 1 Follett 50HT400A L50 / C16313 - 091 07 L400A / C07946 315 06 B-500 5th #5688 1 Follett 50HT400A L50 / C16312 - 091 07 L400A / C08303 322 06 B-500 6th #6034B 1 Follett 50FB400A L50 / D69794 - 239 12 L400A / D69241 233 12 B-506 1st Hallway 1 Follett 25C1400A L50 / C06128-28706 L400A / C80151-27909 WORK HOURS: The Contractor is responsible for conducting business, between the hours of 7:00 A.M. and 4:30 P.M. PST. Monday thru Friday except Federal holidays or when the Government facility is closed due to a local or national emergencies, administrative closings or similar Government directed facility closings. The Contractor shall, at all times, maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 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 or services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. QUALITY ASSURANCE: 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. MONITORING PROCEDURES: The Contracting Officer Representative (COR) shall be responsible for monitoring the Contractor's performance. Performance deficiencies or poor performance identified during the term of the contract shall be reported to the Contractor. Upon notification of deficiencies or poor performance, the Contractor shall be given a reasonable time to take corrective action. If determined appropriate, the Contracting Officer, COR and/or other VA staff members shall meet with representatives of the Contractor to review performance and resolve issues. CONTRACTING OFFICER REPRESENTATIVE (COR): Delegation of Authority letter(s) shall be forwarded to the Contractor after contract award identifying the COR(s) and all representatives of VAMC authorized to order services and to accept or reject services from the Contractor. This designation shall be furnished in writing to the Contractor prior to commencement of the contract. 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. The Contractor shall provide the name and telephone number of the person designated as Point of Contact and Alternate on the space below: 8.2.1. Point of Contact, Name: 8.2.2. Telephone Number: 8.2.3. Alternate Point of Contact, Name: 8.2.4. Telephone Number: 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. SERVICE CONTRACT ACT: The resulting contract shall be subject to the Service Contract Act of 1965 (as amended). Service employees performing under this contract shall be paid no less than the wages as indicated in the applicable Wage Determination incorporated by reference herein. CONTRACTOR SUBMITTALS/INSURANCE REQUIREMENTS: 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. 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. 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. SMOKING POLICY: Smoking is not permitted within or around the VA facility grounds, except in designated areas. At no time shall smoking be permitted within vehicles with or without patients on board. BADGES: All Contractor personnel shall wear VA provided identification (I.D.) badges above the waist at all times while on the VA grounds. Contractor shall coordinate with COR in order to obtain the VA provided I.D. badges for all drivers. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from Federal Property. SOLICITATIONS: Solicitation by Contractor personnel for any reason is STRICTLY PROHIBITED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c66c1e574a32412a88cab9c2917d09a5/view)
 
Place of Performance
Address: Department of Veteran Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN05923336-F 20210224/210222230111 (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  © 1994-2020, Loren Data Corp.