Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SOURCES SOUGHT

J -- Medical Air Systems Maintenance-581

Notice Date
8/10/2022 12:52:14 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0910
 
Response Due
8/15/2022 8:00:00 AM
 
Archive Date
09/14/2022
 
Point of Contact
Timothy Russell, Contracting Officer, Phone: (304) 623-3461 ext. 3895
 
E-Mail Address
timothy.russell@va.gov
(timothy.russell@va.gov)
 
Awardee
null
 
Description
This is a request for information/sources sought notice to identify sources that have the resources and capabilities to provide services described in Statement of Work (SOW) for the Veterans Health Administration Huntington VA Medical Center. Interested & Capable Responses Please respond with your: 1. Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address). 2. GSA contract number, if your company has one, that includes the labor CLINs necessary for the performance of the work specified above. 3. Capability statement and summary of relevant experience performing these types of services for VHA and other healthcare entities. 4. Ballpark cost estimate what VHA could expect to pay your company to perform the work described in Statement of Work (SOW). Responses must be submitted by 11:00 AM (EST) August 16, 2022. Responses to the information requested above may be submitted via email to timothy.russell@va.gov. This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted because of this notice. B.3 STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to conduct Quarterly Preventive Maintenance on Three Medical Air Systems and Three Medical Vacuum Systems as well as Preventative Maintenance on all hospital bed head units where oxygen, med gas, and vacuum/suction connections are located as needed. A.2 BACKGROUND In accordance with VHA Directives, all three of the Medical Center s Medical Air Systems and Medical Vacuum Systems require periodic Preventive Maintenance. The Huntington VAMC conducts this maintenance quarterly on each of these systems. A.3 SCOPE OF WORK Vendor will provide all parts, labor, equipment, tools and supervision to conduct the Preventive Maintenance on each system listed in the Statement of Work below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor must be licensed/certified in the State of West Virginia as a Medical Gas/Air Technician. Vendor must also provide VA with a copy of their license/certification. Vendor to provide all parts, labor, material, equipment, and supervision too conduct Quarterly Preventive Maintenance on three Medical Air Systems, three Medical Vacuum Systems and all hospital bed head units where oxygen, med gas and vacuum/suction connections are located. Vendor will provide a quote before work is done on any work or maintenance that is not covered within this contract. All work / Preventive Maintenance Services must be conducted during the first week of October, January, April and July of each Contract Year for each system listed below. Building 1 South Medical Air System: MFG: Hitachi Model: 11CU-7CVH Serial Nr: F1420440 Type: Reciprocating MFG: Hitachi Model: 11CU-7CVH Serial Nr: F1420768 Type: Reciprocating MFG: Hitachi Model: 11CU-7CVH Serial Nr: FG413207 Type: Reciprocating a. Evaluate and test for peak performance Quarterly. b. Calibrate the CO Monitor with the Dew Point Checks. c. Replace the intake Annually. d. Replace the case Annually. e. Replace the Dry Filters Annually. Building 1 South Medical Vacuum System: MFG: Bush Model: 4107651509 Serial Nr: U125011101 Type: RC 0305 MFG: Bush Model: 4107651509 Serial Nr: U131302536 Type: RC 0305 MFG: Bush Model: 4107651509 Serial Nr: U121904012 Type: RC 0305 a. Evaluate and test for peak performance Quarterly. b. Change Oil Quarterly. c. Change Oil Filter Quarterly. d. Change Exhaust Filter Annually. e. Change Intake Filters Annually. West Edition Medical Air System: MFG: Hitachi Model: 11CU-7CVH Serial Nr: FG413207 Type: Reciprocating MFG: Hitachi Model: 11CU-7CVH Serial Nr: F1420891 Type: Reciprocating a. Evaluate and test for peak performance Quarterly. b. Calibrate the CO Monitor with the Dew Point Checks. c. Replace the intake Annually. d. Replace the case Annually. e. Replace the Dry Filters Annually. West Edition Medical Vacuum System: MFG: Rietschle Model: VCEH/AH 100 Serial Nr: 2345799 Type: Rotary Vane MFG: Rietschle Model: VCEH/AH 100 Serial Nr: 2345803 Type: Rotary Vane f. Evaluate and test for peak performance Quarterly. a. Change Oil Quarterly. b. Change Oil Filter Quarterly. c. Change Exhaust Filter Annually. d. Change Intake Filters Annually. Building 12 Dental Medical Air System: MFG: Beacon Model: M-OHT-5TDX Serial Nr: 20304 Type: Reciprocating MFG: Beacon Model: M-OHT-5TDX Serial Nr: 20305 Type: Reciprocating a. Evaluate and test for peak performance Quarterly. b. Calibrate the CO Monitor with the Dew Point Checks. c. Replace the intake Annually. d. Replace the case Annually. e. Replace the Dry Filters Annually. Building 12 Dental Medical Vacuum System: MFG: RAMVAC (Bison 3) Model 818E.0800.1 Serial Nr: BN0506137 Type: Reciprocating a. Evaluate and test for peak performance Quarterly. b. Change Oil Quarterly. c. Change Oil Filter Quarterly. d. Change Exhaust Filter Annually. e. Change Intake Filters Annually. f. Work must be conducted during the months of October, January, April and July of each year of the contract. Work must be conducted during the months of October, January, April, and July of each year of the contract. Repairs can be coordinated with the VAMC Maintenance & Operations Supervisor who can be reached via the following contact information: Jim Adkins Maintenance & Operations Supervisor VAMC Huntington, WV P: (304) 429-6755 ext. 3383 C: (304) 751-6096 F: (304) 429-7552 All materials shall be brought to 1540 Spring Valley Drive, Huntington, WV. Delivery vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use. Vendor shall deliver required part specified above during approved work times. Approved work times for this job shall be normal working hours of 8AM 430PM STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. C.2 Period of Performance The Contractor shall perform all deliveries normal business hours, as stipulated earlier. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material, and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, always, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COTR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, can make decisions and acting on behalf of the Contractor shall be physically always located on site during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period, the COTR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Technical Representative (COTR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Technical Representative will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings is deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COTR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be always observed by operators. Seat belt use is mandatory on the VA grounds. End of SOW
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/229020418f8a441a9f6151e3fa4de559/view)
 
Place of Performance
Address: Huntington VAMC 1540 Spring Valley Rd, Huntington 25704
Zip Code: 25704
 
Record
SN06422232-F 20220812/220810230125 (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.