Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2021 SAM #7187
SOLICITATION NOTICE

J -- 664-21-3-5038-0067 | ASPIRE Kitchen Equipment Preventive Maintenance; Base Plus Four (4) Option Years (VA-21-0006440)

Notice Date
8/3/2021 3:24:53 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
36C26221Q1147
 
Response Due
8/16/2021 12:00:00 PM
 
Archive Date
10/15/2021
 
Point of Contact
Isaac Shimizu, Contract Specialist, Phone: isaac.shimizu@va.gov
 
E-Mail Address
isaac.shimizu@va.gov
(isaac.shimizu@va.gov)
 
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: Aspire Center Kitchen Equipment Preventative Maintenance Services 1.B. Project Location: VA ASPIRE Center, 2121 San Diego Avenue, San Diego, CA 92110 1.C. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26221Q1147. 1.D. Set Aside: This solicitation is not a setaside. 1.E. Applicable NAICS code: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance 1.F. Small Business Size Standard: $8.0 Million 1.G. Type of Contract: Firm Fixed Price 1.H. Period of Performance: Base Year Plus 4 Option Years as follows: Base Year 01 September 2021 to 31 August 2022 Option Year 1 01 September 2022 to 31 August 2023 Option Year 2 01 September 2023 to 31 August 2024 Option Year 3 01 September 2024 to 31 August 2025 Option Year 4 01 September 2025 to 31 August 2026 1.I. Wage Determination: SCA WD 2015-5635 R16 2. Key solicitation milestones are: 2.A. No site survey The site survey is not mandatory. Attachments has pictures of all Kitchen Equipment. 2.B. Submit any questions regarding this procurement via email to isaac.shimizu@va.gov no later than 12:00 PM, Monday, August 9, 2021. 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 to contract opportunities at https://sam.gov/. 2.C. 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 12:00 PM, Monday, August 16, 2021 to isaac.shimizu@va.gov. Ensure the following are completed and/or included in the offer packet: 2.C.1. Vendor Information 2.C.2. Acknowledgement of amendments 2.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 2.C.4. Schedule of services 2.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 3. Scope. VA San Diego Healthcare System requires a contractor to provide all labor and materials, tools, and transportation to perform Preventative Maintenance and repair of Food Service Equipment at the VA ASPIRE Center located at 2121 San Diego Avenue, CA 92110. 3.A. Specific Requirements. 3.A.1. Preventative Maintenance shall be completed on a quarterly basis as specified by the manufacturer s specifications and the scope of this work. 3.A.2. On a quarterly basis change internal and external water filters on coffee makers, refrigerators, and ice machines. 3.A.3. Contractor shall provide material and labor to complete semiannual full chemical descaling of the dish-machine and icemaker. 3.B. Contractor shall notify VASD Maintenance and Repairs section of all defective parts following inspection and preventive maintenance operation. 3.C. Additional Requirements. 3.C.1. Contractor shall notify VASD Engineering Maintenance and Repairs prior to performing any repairs these units that would result in additional costs beyond this define scope. 3.C.2. Contractor shall notify VASD Engineering Maintenance and Repairs prior to performing any repairs these units that would result in additional costs beyond this define scope. 3.C.3. Contractor shall provide On-call service as needed to perform repair on equipment. 3.C.4. Contractor shall provide qualified repair technician within one day after notification of needed repair. 3.C.5. The Contractor shall remove and dispose of all trash/debris from the work area to a location designated by the Contractor. This location shall not be on the facility ground. 3.C.6. In the occurrence of damages caused to facility by contractor in performing Preventive Maintenance related work, Contractor shall perform all necessary repairs and restore damaged items to initial conditions. 3.C.7. Residents will continue to occupy the ASPIRE Center for the duration of the service, contractor shall coordinate work with the ASPIRE center staff and VA Maintenance and Repairs services to ensure least amount of disruption to facility daily activities. EQUIPMENT TO BE SERVICED: Item Qty Manufacturer Model MIXER, PLANETARY 1 Hobart HL120-1STD PROOFER HOLDNG CABINET. MOBILE 1 Alto-Shaam 1000-UP KETTLE CABINET ASSEMBLY, GAS 1 Cleveland Range 36GMK66200 GRIDDLE, GAS COUNTER UNIT 1 Black Diamond ECTG-36/NG COMBI OVEN, GAS, HALF SIZE 1 Rational SCCWE61G COFFEE BREWER FOR SATELLITES 1 Bunn-O-Matic SH-DUAL-0002 RANGE, 36"", 4 OPEN BURNERS, 12"" GRIDDLE 1 Garland/US Range G36-4G12S HOT FOOD COUNTER, 5 WELL, 74"" LENGTH 1 Aladdin Temp-Rite J712B TOASTER, CONVEYOR TYPE 1 Hatco TRH-60 WASTE SYSTEM, PULPER 1 InSinkErator WX-300-6-WX101 DISH HEATER, 9"", 2 COLUMNS 1 Aladdin Temp-Rite DH07 DISWASHER, DOOR TYPE, HIGH TEMP 1 Hobart AM15-2 DISWASHER, UNDERCOUNTER 1 CMA Dish machines L-IX REFRIGERATOR, REACH-IN- 3-SECTION 3 Hoshizaki RH3-SSE-FS REFRIGERATOR, REACH-IN, 1- SECTION 2 Hoshizaki RH1-SSE-FS FREEZER, REACH-IN, 3-SECTION 3 Hoshizaki CF3B-FS FREEZER REACH-IN, 1 SECTION 1 Hoshizaki FHI-SSB-HD SELF-SERVICE REFRIGERATED OPEN AIR SCREEN CASE 1 Structural Concepts CO3660R ICE MAKER DISPENSER, NUGGET STYLE 1 Hoshizaki DCM-500BAH CONVECTION OVEN 1 Waring Pro CO1500B ELECTRIC STOVE / OVEN 1 GE MICROWAVE 1 Amana HDC12A2 REFRIGERATOR 1 Whirlpool WRS335SDHM00 3.C.8. Repair Services: The Contractor shall provide all labor, parts, supplies, materials, tools, equipment and transportation necessary to complete routine services as specified by equipment manufacturer. 3.C.9. At the completion of equipment services, contractor shall provide a report specifying equipment serviced, actions taken and any recommendations for repairs or follow on actions. 3.C.10. Any actions outside of routine services shall be conducted through a separate contract action. 3.C.11. Emergency service shall be defined as any circumstances that directly affect patient care. The Contractor shall provide emergency services within the scope of work as required during or after normal hours of operation, weekends and federal holidays. The Contractor shall respond and arrive on-site within twenty-four (24) hours after notification of emergency service request. The contract shall provide for two (2) emergency calls per year. Additional emergency calls will be handled through a separate contract action. 3.C.12. Reporting Requirements: Prior to commencement of work to be performed, the Contractor shall sign-in upon arrival and sign-out when work is completed at the VA Aspire Center, Security Office. This check-in is mandatory. 3.C.13. Within 15 days after award of contract the Contractor shall provide 2 copies of PM procedures for all equipment covered under this contract. 3.C.14. Authorized service: Only those services required to maintain and repair the specified kitchen equipment are authorized under this contract. The Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs that are outside of the scope of this contract and reimbursement shall not be made unless prior authorization is obtained. 3.C.15. CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses and qualifications required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. 3.C.16. SAFETY REQUIREMENTS: All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 3.C.17. CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 3.C.18. VA POLICY: Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 3.C.19. PARKING POLICY: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 3.C.20. IDENTIFICATION BADGES: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 3.C.21. SMOKING POLICY: Smoking is not permitted within the VA Healthcare System facilities campus. 3.C.21. Work shall be scheduled during normal work hours (7:30am 3:30 pm), Monday Friday, Pacific Standard Time, excluding Federal Holidays. 3.C.22. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 3.C.23. If a holiday falls on Sunday, the following Monday shall be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Government Holidays observed include: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January Presidents 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 Fourth Thursday in November Christmas Day 25 December 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 Effective July 12, 2021. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 4.A. FAR 52.212-1, Instructions to Offerors Commercial Items 4.B. FAR 52.212-2, Evaluation Commercial Items 4.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 4.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 4.E. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 4.F. FAR 52.233-2, Service of Protest 4.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 4.I. VAAR 852.233-71, Alternative Protest Procedure 4.J. VAAR 852.237-70, Contractor Responsibilities
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf0bc05d7ec848e4bffd76e5553f27a5/view)
 
Place of Performance
Address: VA ASPIRE Center 2121 San Diego Avenue, San Diego 92110
Zip Code: 92110
 
Record
SN06082670-F 20210805/210803230116 (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.