Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2022 SAM #7365
SOURCES SOUGHT

J -- Steam Coils Replacement Hines VA

Notice Date
1/28/2022 9:17:17 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25222Q0299
 
Response Due
2/4/2022 9:00:00 AM
 
Archive Date
03/06/2022
 
Point of Contact
Antaeus M Gayles, Contract Specialist, Phone: 414-844-480
 
E-Mail Address
antaeus.gayles@va.gov
(antaeus.gayles@va.gov)
 
Awardee
null
 
Description
The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses for the Coil replacement at the Edwards Hines VA This project shall provide all the necessary equipment, management, labor, travel, tools, materials, and supplies in order to remove and replace S1 and S2 Steam Coils in Bldg 200 at the Hines VA Campus. The Government SHALL NOT be obligated to provide any equipment, labor, travel, tools, & materials to assist the Contractor in performing the work on the Edward Hines Veteran s Campus in Hines, Illinois. The goal of this project is to provide all the necessary equipment, management, labor, travel, tools, materials, and supplies in order to remove and replace S1 and S2 Steam Coils in Bldg 200 at the Hines VA Campus. This Sources Sought Synopsis is published for market research purposes. This market research will be used to determine if a set-aside for any small business program is appropriate. Proposed project anticipates competitive, firm fixed price contract. Please review this announcement, including all attachments, in their entirety. Request that interested offerors complete and return a Capabilities Statement as described below. Capabilities Statement will be used to identify firms who possess both the capability and experience to provide Remove or replace security gates at the Jesse Brown VA Hospital. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The contractor shall provide all personnel, equipment, tools, labor, vehicles, materials, supervision, transportation and services necessary to effectively, economically, and satisfactorily perform all operations for the Steam Coil for the Edward Hines VA facility in accordance with the DRAFT Performance Work Statement included in this posting. In addition to the information requested in the paragraph below, entitled ""Capabilities Statement"", responding parties must also indicate their size in relation to the applicable North American Industry Classification System (NAICS). The NAICS Code is 238220 with a Size Standard of $11,000,000.00 in revenue. CAPABILITIES STATEMENT Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Capabilities statement (i.e., similar government and commercial contracts for Collection, Transportation, and Disposal of Solid Waste, pertinent information, organizational structure, etc.) The period of performance shall be for approximately 6 months. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested Firm's shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST on February 04, 2022. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to antaeus.gayles@va.gov. POINT OF CONTACT: Antaeus Gayles, antaeus.gayles@va.gov, Submit Capabilities Statements (e-mail preferred) by 11:00 a.m. Central Standard Time on Feb 04, 2022. Contracting Office Address: Please do not send by mail !!!!! CAPT James A. Lovell Federal Health Care Center (FHCC) Attn.: (GLAC) 3001 N. Green Bay Road Bldg. 1, Room: 326 North Chicago, IL. 60064-3048 Place of Performance: Edward Hines VA Federal Health Care Center 5000 5th Ave Hines Il. 60141 Primary Point of Contact: Antaeus Gayles, Contract Specialist Antaeus.gayles@va.gov ( Email Only)!!!!! Fax: 224-610-3269 Statement of Work Steam Coils S1 and S2 Project # 578-M2252 Nov 1, 2021 A. MISSION The Engineering Service Mission is the total oversight and management of the environment of care, as it pertains to the physical infrastructure and base plant operations, at the Edward Hines Jr. VA Hospital, 5000 South 5th Avenue, Hines, Illinois 60141. Engineering support is for customers that include, but are not limited to patients, visitors, clinic staff and administrative employees. B. GOAL The goal of this project is to provide all the necessary equipment, management, labor, travel, tools, materials, and supplies in order to remove and replace S1 and S2 Steam Coils in Bldg 200 at the Hines VA Campus. C. CURRENT CONDITIONS The S1 and S2 Steam Coils are failing due to numerous leaks and signs of degradation from aging of the system. D. JUSTIFICATION Without the repair of S1 and S2 Steam Coils, the VA hospital runs the risk of being out of range for strict temperature and humidity requirements that will directly impact patient care. Continued operation of S1 and S2 Steam Coils in their current condition will impact patient care due to lower than normal temperatures during the winter months. E. OBJECTIVES Remove/Replace S1 and S2 Steam Coils Install all new piping and misc connections for S1 and S2 Steam Coils Install strainers and caps for coils Install new dampers and wiring for coils Ensure all new piping is insulated Ensure newly installed piping is connected, sealed, & welded without leaks F. SCOPE OF WORK This project shall provide all the necessary equipment, management, labor, travel, tools, materials, and supplies in order to remove and replace S1 and S2 Steam Coils in Bldg 200 at the Hines VA Campus. The Government SHALL NOT be obligated to provide any equipment, labor, travel, tools, & materials to assist the Contractor in performing the work. The following tasks shall be completed by the contractor (or employees of the contractor): OT Rates apply as work performed under this contract shall be completed during after business hours or weekends. CLIN 1 S1 S2 Steam Coil Repair OT Rates Containment mobilize-demobilize OT Rates Crane to remove/replace coils (if necessary) OT Rates Disconnect Steam Coils (S1 and S2) OT Rates Demo existing piping for steam coils OT Rates Furnish / Install new steam coils (S1 and S2) OT Rates Furnish / Install all new piping necessary for the project OT Rates Furnish all the necessary welding for the project OT Rates Furnish / Install necessary strainers and traps for coils OT Rates Furnish / Install necessary insulation for piping OT Rates Furnish all necessary wiring for new dampers for coils OT Rates Start up and test operation Dumpster G. CONTRACTING OFFICER AUTHORITY The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity, or quality of performance of this contract. 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 will be made in the contract price to cover any increase in cost incurred thereof. H. IDENTIFICATION, PARKING, SMOKING, & VA REGs 1. IDENTIFICATION - The Contractor (and any contractor employees) shall wear visible identification at all times while on Hines VA Campus. The Contractor (and any contractor employees) entering campus buildings must always go through the daily COVID-19 symptom screening check and wear masks. (See Attachment Hines COVID-19 Guidelines). 2. PARKING - It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. 3. SMOKING - VHA Directive 1085 implements a smoke-free policy for patients, visitors, contractors, volunteers, and vendors at VA health care facilities. Smoking is prohibited inside any buildings at the VA Hospital. 4. DRUGS - All VA facilities are drug free. Possession of drugs, to include Marijuana and all Marijuana bi-products are prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 5. WEAPONS - Possession of weapons is prohibited on Hines VA campus. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 6. PHOTOS - Photographs may be taken of the work performed at the jobsite. However, photographs containing patients and/or staff are a violation of the Patient Privacy and hospital policy. Both violations are subject to penalties and dismissal. Permission from the EHVAH Public Affairs Officer (PAO) is required and should be coordinated with the project COR. 7. VA PROPERTY - All VA property is considered Federal property and all Federal laws are applicable. 8. VA REGULATIONS - While on VA premises, all contractor personnel shall comply with all VA Regulations. Violations of VA Regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 9. VHA DIRECTIVE 1192 - This Veterans Health Administration (VHA) directive establishes policy and provides guidance for the prevention of seasonal influenza in VHA facilities through the vaccination or masking of health care personnel (HCP). AUTHORITY: Title 38 United States Code (U.S.C.) 7301(b), 7318(b). Contractor is responsible in ensuring that all aspects of this directive are implemented, including providing face masks and influenza vaccines for all employees working at a VA facility. I. SECURITY & PRIVACY CONTROL All Contractors (and contractor employees) are subject to the same level of investigation as VA employees. In order to perform work or services on Hines VA Campus, all contractors (and contractor employees) shall obtain a Flash Badge, a PIV Badge, or a One ID Compliant with PIV Guidelines. The work required to be completed by this contract requires all contractors (and contractor employees) to obtain Flash Badges. Flash Badge Flash Badges may be issued to contractors who have a verified need to access common areas only. Flash Badges are issued following, at a minimum, the completion of an identity verification using one Form I-9 approved identity document with a photo. Flash Badges are valid for a period not to exceed one (1) year from the issuance date. Flash Badge must be visible at all times while on site. Flash Badges do not allow access to VA information systems or restricted areas. Or PIV Badge (or One ID compliant with PIV Guidelines) Prior to performance of any work or services and at the discretion of the CO/COR, each contractor may be required to obtain a government issued PIV badge and subject to background investigation. For example, if a contractor needs to work in sensitive/restricted areas (e.g., computer room / communications closets), each contractor shall be required to obtain government issued PIV badge. The procedure to obtain a PIV Badge is: Contractors shall complete a Request for a PIV card form. Form can be obtained from the COR upon contract award. Contractors must get their fingerprints taken by Human Resources located in Building 17 on Hines campus. Must make an appointment ahead of time. It takes between 5-7 days at least for fingerprints clear. Contractor can then be sponsored upon verification the fingerprints have been cleared. Once contractor has been sponsored, they can call PIV (708) 202-5170 to make arrangements for issuance of a PIV for badge. J. SPECIAL NOTE: COVID-19 STATEMENT VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. If fully vaccinated, shall show proof of vaccination. i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. b. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. c. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. d. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. a. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. b. Contractors shall at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information Due to the current pandemic, contractors must be able to meet the screening policy in effect at the Edward Hines Jr. VAMC. Contractor Personnel who screen positive, will not be allowed to enter any building on campus. Contractor Personnel must be able to answer NO to all of the following questions: 1. Do you have a fever? 2. Do you have a sore throat? 3. Do you have a new shortness of breath, within the last 21days? 4. Do you have a new onset of a cough in the last 21 days? 5. Have you traveled outside the U.S. in the last 14 days? Contractors are required to wear an approved face mask over their nose and mouth when working on campus within 6 feet of another individual when outside, and at all times when inside a building. K. CONTRACTOR QUALIFICATIONS 1) Contractor shall have an established business with three (3) years of experience in performing these types of services or they will provide the name and qualifications of their subcontractor who meets this requirement. The person performing the work must also be trained and/or certified to perform services for that specific equipment listed in this SOW and elsewhere in the contract. All inspections, testing, Maintenance, Testing, and Cleaning services shall be performed in accordance with the OEM recommendations. 2) Contractor shall provide an individual who is authorized to service the equipment identified in this contract. Special circumstances exist for certain types of equipment dependent on the manufacturer. For example, the Kobelco Compressors require an individual certified to provide maintenance to these specific units. 3) All Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements as applicable. All licenses, permits, & certifications shall be kept current throughout the period of performance of the contract. The Contractor shall provide the Government copies of such certificates upon request. 4) Contractor shall ensure that all employees performing services for this contract shall comply with all VA Rules, VA Regulations, Occupational Safety and Health Administration (OSHA), Occupational Health Standards, State/County/Municipal Safety, and any other applicable rules and regulations. Contractor shall ensure that all Contractors & Contractor Employees shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. L. HOURS OF COVERAGE Normal hours of coverage are Monday through Friday from 07:00 AM to 04:00PM, excluding Federal holidays. All service, labor including preventive maintenance, inspections, and testing will be performed during normal hours of coverage unless requested by the COR and approved by the CO. The Contractor shall be required to report to the Facility Management Service (FMS) to log in. This check in is mandatory. Federal Holiday Date Month New Year s Day 1st January Martin Luther King Jr. 3rd Monday January President s Day 3rd Monday February Memorial Day Last Monday May Independence Day 4th July Labor Day 1st Monday September Columbus Day 2nd Monday October Veterans Day 11th November Thanksgiving Day 4th Thursday November Christmas Day 25th December M. QUALITY ASSURANCE In accordance with the Quality Assurance Surveillance Plan, the Government will periodically evaluate the Contractor's performance. A representative will be appointed to monitor Contractor Performance and ensure services are received as described in the Scope of Work. The representative will evaluate Contractor Performance through intermittent on-site inspections throughout the duration of the contract. In conjunction with the Government Periodic Evaluations, the Contractor will be responsible to provide quality assurance checks on 20% of the workload for any given month. For example, if 10 pieces of equipment/items were serviced, then 2 random pieces from the group shall be checked for quality of work by the Superintendent. All performance deficiencies or poor performances identified during the term of the contract shall be documented by the COR and 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 and/or COR shall meet with the Contractor to review performance and resolve any outstanding issues. All deficiencies or poor performance shall be documented and MUST BE CORRECTED within the timeframe specified in the cure notice. The Contractor shall notify the CO and the COR when correction(s) have been made. If the appropriate correction is not made within the timeframe specified in the cure notice, the Government shall have the right to terminate the contract in its entirety.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7a2ebdf013c446b8c777675dfafb501/view)
 
Place of Performance
Address: Hines VA 5000 5th ave Hines IL 60141
 
Record
SN06227788-F 20220130/220129201527 (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.