SOURCES SOUGHT
J -- Chiller Repair VA Loma Linda Health Care System
- Notice Date
- 4/12/2022 11:14:13 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q0710
- Response Due
- 4/22/2022 3:00:00 PM
- Archive Date
- 06/21/2022
- Point of Contact
- Michael Williams, Contract Specialist, Phone: (520) 792-1450, X12586
- E-Mail Address
-
michael.williams48@va.gov
(michael.williams48@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 22 is seeking a qualified vendor to provide Chiller Repair Services for VA s Loma Linda Medical Center (VALLMC) at 11201 Benton Street, Loma Linda, CA 92357. The contractor shall provide all labor, supervision, equipment, supplies, materials, and travel to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement of the capabilities stated below: DRAFT STATEMENT OF WORK DRAFT STATEMENT OF WORK TITLE: Repair Pre-Rotation Vane (PRV) Actuator on Chiller #4 BACKGROUND INFORMATION: The VA Loma Linda Health Care System (VALLHCS) chiller plant has four (4) 900-ton York MaxE Centrifugal Chillers. Chiller #4 has an oil leak coming from the pre-rotation vane actuator (PRV). The PRV actuator part number is 375-49340-103 and is pre-filled with oil. The PRV controls the amount of refrigerant the chiller requires to operate properly during cooling cycles. The Chiller has been shut down to prevent further damage to the chiller. . . OBJECTIVES: Contractor shall furnish all labor, supervision, equipment, parts, supplies, tools, and transportation to accomplish the following: Ensure all energy sources (electrical, water, etc.) are locked/tagged-out prior to work. Ensure Plant Operator places chiller (#4) down for repairs on Andover Controller. Place spill kit containment around working area. Drain excess oil prior to removal of PRV. Disconnect electrical wiring to PRV. Remove and replace defective PRV with new PRV and electrical wiring per manufacture specifications. Ensure all energy sources (electrical, water, etc.) are re-energized and operational after work is completed. Dispose all HAZMAT waste properly at an approved site off campus. Provide warranty and PRV handbook. Ensure Plant Operator verifies all work has been completed. CHILLER INFORMATION BELOW CHILLER: YORK MaxE CENTRIFUGAL MODEL #: YKKPK4H9-CXG CAPACITY: 900 Ton SERIAL#: SNWM78220 III. SPECIFIC REQUIREMENTS: Contractor shall: Schedule with Contracting Officer Representative (COR) or Designee five (5) business days prior to starting work. Conform to the following standards, policies, regulations, governing agency, and other local, state, or federal guidelines that are not listed below. -- OSHA Regulations, www.osha.gov -- NFPA, www.nfpa.org Provide work schedule to Boiler Plant personnel daily. Use proper protective gear while working on VA property. VI. PERIOD OF PERFORMANCE: 5 working days. Monday thru Friday. Starting time 0700-1600 All work will be coordinated with the COR. V. PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St. Loma Linda, CA 92357 VI. RECOGNIZED HOLIDAYS: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day VII. CONTRACTOR EMPLOYEES: Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. XIII. SMOKING AND VAPING POLICIES: Smoking and vaping are prohibited on Government property. XI. SAFETY AND PPE EQUIPMENT: Shall be provided for each Contractor employee by the Contractor. X. OVER AND ABOVE REPAIR: Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract). XI. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of one (1) year from the date of installation. Warrantee for labor will be 1 year from service provided. XII. LICENSING REQUIREMENTS: Contractor shall have a 30-hour Occupational Safety and Health Administration (OSHA) safety card. Must be a C-38 Licensed Refrigeration Contractor XIII. SITE VISIT: TBD XVI. POINT OF CONTACT: Fernando Casteneda Utilities System Supervisor WP: (909) 825-7084 x 2422 Email: fernando..castaneda@va.gov Appendix A - COVID Supplemental Language VHA Supplemental Contract Requirements for Combating COVID-19 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements 1) 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. 2) 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. 3) 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. 4) 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. 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. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 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. 4. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 Plumbing, Heating, and Air Conditioning Contractors ($16.5 Million). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors must submit information by e-mail to michael.williams48@va.gov. All information submissions should be received no later than 3:00 pm Arizona Time on April 22, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7218439fc37145548165962c99aefcd2/view)
- Place of Performance
- Address: Department of Veterans Affairs NCO 22 - Network Contracting 3601 S. 6th Avenue, Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN06296336-F 20220414/220412230107 (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 |