SOLICITATION NOTICE
J -- Bulk Oxygen System Inspection and Master Alarm Testing at the James J. Peters ( Bronx) VAMC
- Notice Date
- 8/12/2022 12:45:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q1095
- Response Due
- 8/26/2022 9:00:00 AM
- Archive Date
- 10/25/2022
- Point of Contact
- Dolores Sachuk-Thompson, Contract Specialist, Phone: 716-862-7461 x22383
- E-Mail Address
-
Dolores.Sachuk-Thompson@va.gov
(Dolores.Sachuk-Thompson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- DESCRIPTION COMBINED SYNOPSIS/BULK OXYGEN SYSTEM INSPECTION AND MASTER ALARM TESTING FOR THE JAMES J. PETERS (BRONX) VA MEDICAL CENTER 130 WEST KINGSBRIDGE RD, BRONX, NY 10468 (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13 Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through email on RFQ reference number 36C24222Q1095. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2022-06 (eff. 5/26/2022) . (iv) This procurement is being issued as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22.0 Million. (v) The Contractor shall provide pricing for the following Bulk Oxygen Tank Testing & Inspection as further described in the table below and the specifics of the Statement Of Work (SOW): Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Year ANNUAL Bulk Oxygen System Inspection and Master Alarm Testing for the period 09/01/2022 08/31/2023 1 YR 1001 Option Year 1 - ANNUAL Bulk Oxygen System Inspection and Master Alarm Testing for the period 09/01/2023-08/31/2024 1 YR 2001 Option Year 2 - ANNUAL Bulk Oxygen System Inspection and Master Alarm Testing for the period 09/01/2024-08/31/2025 1 YR 3001 Option Year 3 - ANNUAL Bulk Oxygen System Inspection and Master Alarm Testing for the period 09/01/2025-08/31/2026 1 YR 4001 Option Year 4 - ANNUAL Bulk Oxygen System Inspection and Master Alarm Testing for the period 09/01/2026-08/31/2027 1 YR Total of Base and All Options Years Total -------- --------------- (vi) Description of requirement - Scope of Work (SOW) I. GENERAL: This is a firm-fixed price requirement to provide all labor, tools, equipment, parts and materials (including lubricants), supervision, transportation and administration for the annual Bulk Oxygen System Inspection and Master Alarm Testing. There are two (2) Government-owned Bulk (Liquid) Oxygen tanks and a master alarm at the James J. Peters (Bronx) VA Medical Center, 130 West Kingsbridge Road, Bronx NY 10468. II. BACKGROUND: All Testing shall be performed by ASSE 6015 Bulk Cryogenic Technician, Medical Gas and ASSE 6035 Bulk Gas Verifier Technician following all current guidelines of NFPA 99-2021 and NFPA 55-2 . The Technicians shall have at minimum one (1) year experience performing comparable requirements. III. OBJECTIVE: The Contractor shall complete services, which include the testing of the bulk oxygen system source signals at all master alarm panels and perform pressure drop of both Bulk Oxygen vessels switches and provide Main vessel liquid level low alarm Reserving use alarm Reserve vessel liquid level low alarm Reserve pressure low alarm Check safety valves Ensure all safety decals and placards are current Ensure Hand wheels are painted correctly Tank safeties are in test IV. WORK HOURS AND SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, services will be performed only during the facility s normal business hours (8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays). Contracting Officer Representative (COR) will arrange work schedules with contractor to perform work in September. The Federal Holidays which are observed by the federal government are annotated below. -New Year s Day -Martin Luther King s Birthday -President s Day -Memorial Day -Juneteenth Day -Independence Day -Labor Day -Columbus Day -Veterans Day -Thanksgiving Day -Christmas Day -Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). Usually, holidays that fall on Saturday are observed on the preceding Friday and holidays that fall on Sunday are observed on the following Monday. Any questions pertaining to scheduling will be directed to the COR. V. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. 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. 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. 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. 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. 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. 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. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. VI. INSPECTION PROCEDURES All Testing and Inspection of all safety relief valves. All testing and inspection are in accordance with the current versions of NFPA 99-2021 and NFPA 55-20, by ASSE 6015 Bulk Cryogenic Technician, Medical Gas and ASSE 6035 Bulk Gas Verifier Technician. VII. TESTING AND INSPECTION SHALL INCLUDE, AT LEAST THE FOLLOWING: Test of all cryogenic valves. Test of dual tri cocks. Test and calibration of all cryogenic and gaseous regulators. Test of all check valves. Test and calibration of all liquid level switches and gauges. Test of fill line check valves. Test of pressure switches for main and reserve vessel alarms. Test both main and reserve vessels to ensure proper vacuum between inner and outer vessels. Test of all other electrical devices per design of system not listed. Test of all other mechanical devices per design of system not listed. VIII. TESTING AND INSPECTION OF THE SOURCE SIGNALS AT ALL MASTER ALARM PANELS IN THE FACILITY SHALL INCLUDE, AT LEAST THE FOLLOWING: Perform an actual pressure drop of the main vessel to ensure proper activation of the liquid level switch at all panels. Perform an actual pressure drop of the reserve vessel to ensure proper activation of the liquid level switch at all panels. Perform an actual pressure drop of the main vessel to ensure proper activation of the reserve in use switch (changeover) at all panels. Perform an actual pressure drop of the reserve vessel to ensure proper activation of the reserve pressure low switch at all panels IX. REPORTING: Provide a detail report document describing all service and findings within 72 hours of completion of the testing and inspection to the COR. (vii) Place of Performance: James J. Peters (Bronx) VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1 and all offers shall reference : 1) Solicitation number for this requirement as 36C24222Q1095. 2) Name, address and telephone number of offerors. 3) Technical description of services that meet all the requirements in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Include ASSE Certification(s) Failure to address all of the sub-factors will result in your package being determined incomplete. 4) Terms of express warranty, if applicable. 5) Price. Price should be for all services detailed in section V of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined incomplete. 6) Acknowledgement of any solicitation amendments. 7) A statement specifying the extent of agreement with al terms, conditions and provisions included in this solicitation. 8) Complete FAR 852.219-77 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (SEP 2021)(DEVIATION) Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (NOV 2021), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. (a) Award shall be made to the responsible offeror whose quotation offers the lowest price technically acceptable, conforming to the solicitation considering technical capability and price. The Government shall evaluate based on the following evaluation factors: 1) Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality services to the specified facilities. Technicians performing the requirements shall have a minimum one (1) year of experience and be certified according to ASSE standards for the requirement they are performing. Technical Capability will be determined based on the qualifications of the offeror s capability statement. Interested parties must provide a capabilities statement, of length no greater than 5 pages, reflective of the company s ability to meet this requirement. 2) Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for, the contracting officer to properly evaluate price reasonableness. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price of all requirements. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides (NOV 2020) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representative of Contracting Officer ( JAN 2008) 852.232-72 Electronic Submission of payment requests (NOV 2018)\ 852.219-74 Limitations on Subcontracting (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (SEP 2021)(DEVIATION) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor ( JUN 2003) (EO 11755) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) (EO 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and EO 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT2018) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages for Contractor Workers Under EO 1406 (JAN 2022) 52.222-62 Paid Sick Leave Under EO 13706 (JAN 2022) (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) N/A (xv) This is a total Service-Disabled Small Business (SDVOSB) set-aside Combined synopsis/solicitation for the Bulk Oxygen System Inspection and Master Alarm Testing at the James J. Peters (Bronx) VA Medical Center. The Government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer those terms and conditions are acceptable without modification, deletion or addition. Submission shall be received NO LATER THAN 12:00 PM EDT, Friday, August 26, 2022. The Government shall only accept electronic submissions via email, please send all quotations to Dolores.Sachuk-Thompson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after Wednesday, August 24, 2022 @ 12:00 pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dolores Sachuk-Thompson, Contracting Specialist; Dolores.Sachuk-Thompson@va.gov .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2330e351e1724f2595473c745fa77800/view)
- Place of Performance
- Address: Department of Veterans Affairs James J. Peters (Bronx) VA Medical Center 130 West Kingsbridge Road, Bronx, NY 10468, USA
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN06424945-F 20220814/220812230119 (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 |