SOURCES SOUGHT
J -- Ceiling Mounted Lifts PM Pkg
- Notice Date
- 1/7/2022 9:01:58 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26222Q0272
- Response Due
- 1/14/2022 10:00:00 AM
- Archive Date
- 01/29/2022
- Point of Contact
- Robert Regan, Contracting Officer, Phone: 562-766-2299
- E-Mail Address
-
robert.regan2@va.gov
(robert.regan2@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. RFI # 36C262-22-Q-0272 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) concerns interested and capable of performing the work. 2. The NAICS/PSC for this requirement is: NAICS Code: 811219 PSC: J066 Size Standard: $22M Description of Requirement: Ceiling Mounted Lifts PM for the VA Loma Linda Healthcare System (VALLHS). 3. Please review the attached Draft Statement of Work. 4. Interested and capable Contractors should respond to this notice not later than Friday January 14th, 2022 - 10:00 AM PST by providing the following via email only to Robert Regan, Contracting Officer, at Email: robert.regan2@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 herein. 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 $250,000, 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. The Contractor shall provide the services stated herein the attached Draft Statement of Work (SOW). 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 provide 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. --End of Sources Sought Announcement-- STATEMENT OF WORK TITLE: Patient Lift Preventative Maintenance BACKGROUND INFORMATION: The VA Loma Linda Medical Center is equipped with (327) ceiling mounted patient lifts. The main facility has (305) lifts, and the Loma Linda Ambulatory Care Center has (22) lifts. Lifts at the ACC were previously maintained by the property management. That obligation has been passed on to FMS. Ceiling mounted patient lifts are required to have preventative maintenance performed annually. Due to a shortage of personnel in the Mechanic Unit, along with an increase in equipment requiring maintenance, it is necessary to obtain a service for ceiling mounted patient lifts. OBJECTIVES: The purpose of this contract is to have a contractor provide shall provide all travel, labor, materials, tools, and documentation for annual onsite preventative maintenance inspections to ensure that the Loma Linda VA Ambulatory Care Center (ACC) (22) Guldmann ceiling mounted patient lifts and (305) ceiling mounted patient lifts located at Loma Linda VA Main Hospital are fully in compliance with the Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts and manufacture s specifications. This includes, but is not limited to: Ensure that all sub-ceiling reinforcement gearing components are secure to the structure and that all nuts and bolt are secure. - Ensure that all rail brackets are tightened to specified torque requirements and plastic plugs installed. - Check and clean rail system and ensure that it is fully functional. Inspect and clean the combi-lock, switch track and/or turntable. Ensure that they are functioning as designed (if fitted). Weight test rail system at (1) times the systems weight capacity of the rail system. Test hoist and drive motor for proper function. Test charging liners for proper voltage. Replacing batteries that are at least 18 months in service (as indicated by a dated battery service date sticker). Replacing emergency pull cords and lifting straps that fail to meet the manufacturer s criteria for PM compliance. Label indicating date of last inspection, technician that performed the inspection, and the weight limit of rail system. Any other manufacturer requirements relating to specified lift. Completed report turned in to VALLMC Mechanical Unit. PERIOD OF PERFORMANCE: The required service is to be completed during a single visit. All work must begin within (30) days of contract award. Work will be done during working hours; specifically, Monday through Friday from 8am-3:30pm. Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, GEMS Coordinator, Safety, COR, Chief, Maintenance and Operation, Supervisor, Structures, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to perform work with no additional charges within (30) days of contact by the designated VALLHCS Contracting Officer Representative (COR). PLACE OF PERFORMANCE: VA Loma Linda Medical Center 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: a. Offeror must possess a 30hour Occupational Safety and Health Administration (OSHA) safety card. b. Must be a vendor in our system and System for Award Management (SAM) SPECIFIC REQUIREMENTS: a. Schedule with Contracting Officer Representative (COR) or Designee (48) hours in advance prior to start of work. b. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge flash badge. c. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. d. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Mechanical Unit, room 1D-02. e. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. Contractor will coordinate with the local VA Loma Linda Health Care System GEMS Coordinator. f. Contractor responsible for clean-up, safe removal, and off-site disposal of items used during the project in accordance with all OSHA, GEMS, VA, etc. g. Contractor shall perform work in accordance with existing, relevant standards and codes to minimize the possibility of injury to personnel, damage to government property/equipment. h. Contractor will not damage existing infrastructure and/or healthcare system property/spaces (e.g., surfaces, stairwells, corridors, panels, walls, elevators, service areas, floors, carpet, road, pavement, etc.), including but not limited to, duct work, door frames, doors, electrical work, conduit, low voltage conductors, piping, CAT V cable, drywall, flooring, ceiling, plumbing work, lighting, and/or blocking ingress/egress routes. i. Damage to government property may result in additional action. j. Every effort will be made to safeguard and care for all human life and property. No changes will be made without CO consent. . Work completion may require entry is closed and/or limited access and/or confined spaces and/or off-hours, after hours, and/or weekend hours to support uninterrupted patient care, operations, and access. All pertinent regulations apply. The contractor must meet all compliance requirements (e.g., OSHA, industry, VA, VALLHCS, State, Federal, local, county, city, village, etc.). The contractor will provide a report of services and tests. The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.). Contractor shall conform to following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/941beb41bf2d4654bd9355b1e024c1af/view)
- Place of Performance
- Address: Dept of Veteran Affairs Loma Linda 11201 Benton Street, Loma Linda 92357
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN06212326-F 20220109/220110105810 (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 |