Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOLICITATION NOTICE

J -- MEDICAL GAS TESTING

Notice Date
2/16/2024 11:44:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0325
 
Response Due
3/15/2024 12:00:00 PM
 
Archive Date
05/14/2024
 
Point of Contact
Roman Savino, Contracting Officer, Phone: 216-447-8300 x3788
 
E-Mail Address
Roman.Savino@va.gov
(Roman.Savino@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation Number 36C25024Q0278 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Video Content Management solution educational and interaction support services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.  This requirement is under Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 238220. REQUIREMENTS: The Louis Stokes Cleveland VA Medical Center is seeking sources that can provide: A Service Contract to perform annual test/inspection services to test the medical gas piping system for compliance with NFPA 99, NFPA 50, CGA and ANSI specifications located at the Wade Park facility (10701 East Blvd Cleveland, OH 44106). Services shall be for the base year period of April 1, 2024, through March 31, 2025, with four (4) pre-priced one (1)-year options for renewal. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered under Comparative Analysis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clauses that applies to this solicitation are: 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS: Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.217-8 OPTION TO EXTEND SERVICES 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 52.232-18 AVAILABILITY OF FUNDS 52.237-3 CONTINUITY OF SERVICES 52.252-2 CLAUSES INCORPORATED BY REFERENCE FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS VAAR 852.237-70 (Contractor Responsibility) 852.2370-4 (Commercial Advertising). (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67): This Statement is for Information Only: It is not a Wage Determination. This is for Instruction Only. The Contractor is responsible for the correct title classification of workers and compliance with all DOL applicable wage and hour laws and assume all related risks. The VA is not responsible for wage determinations and classifications. If you ll be using the occupational titles from the wage determinations for the classification of workers their WG/GS-equivalent rates can be found at this link: https://www.dol.gov/whd/regs/compliance/wage/SCADirV5/Vers5ContentsTable.pdf the WG/GS equivalent rates step-2 hourly rates can be found at this link: https://www.dcpas.osd.mil/BWN/AFWageSchedules/ the GS equivalent rates step-1 hourly rates can be found at this link: https://www.opm.gov/policy-data-oversight/pay-leave/salaries-wages/2019/general-schedule/ WAGE DETERMINATION LIST: 2015-4727 REVISION NUMBER 22 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) prior to submitting a quote. All questions must be submitted to Roman Savino, Contracting Specialist by e-mail only by March 1st, 2024, by 3pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than by email by 3 p.m. EST Friday March 15th, 2024. Technical questions and Quotes must be sent by email to roman.savino@va.gov. PERFORMANCE WORK STATEMENT The Cleveland VA Medical Center (VAMC) is requesting vendor to perform annual test/inspection services to test the medical gas piping system for compliance with NFPA 99, NFPA 50, CGA and ANSI specifications located at the Wade Park facility (10701 East Blvd Cleveland, OH 44106). Scope. Contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to perform annual test/inspection services to test the medical gas piping system for compliance with NFPA 99, NFPA 50, CGA and ANSI specifications and recommendations located at the Wade Park facility of the Cleveland VA Medical Center, located at 10701 East Blvd., Cleveland, Ohio 44106. The inspections shall include but is not limited to medical gas supply sources, master and area alarms, emergency shut off valves, patient terminal outlets, central production equipment, and gaseous and particulate contamination to the piped medical gas systems. The systems to be tested include medical oxygen, medical air, vacuum, nitrous oxide, nitrogen, and wage, carbon dioxide. The contractor will provide an accurate count of all medical gas outlets in the facility. Vendor must be able to respond to emergency and service calls in under two hours of the VA medical center calling for service or for needed emergency response repairs. Vendor will test all existing piping systems for compliance with NFPA 99and NFPA 50 CGA and ANSI specifications and recommendations. The inspection will include- gas supply sources, master, and area alarms, shut off valves, patient terminal outlets and gaseous & particulate contamination to the gas piped systems. The systems to be tested include- Oxygen, Medical Air, Nitrous Oxide, Nitrogen, Vacuum, WAGD, and Carbon Dioxide. Vendor must be able to respond to emergency and service calls in under two hours of the VA medical center calling for service or for needed emergency response. Specific Tasks. PART ONE: This annual contract will consist of two reports, one for main hospital and one for dental department. Also, a new count to include all and any newly installed medical gas equipment and new medical gas outlets added as well. Contractor is to supply list of any deficiencies identified during maintenance and will provide an itemized quote to the Contracting Officer Representative (COR.) Repair work on deficiencies identified must be approved by the COR and submitted to contracting for contract amendment prior to any work being accomplished. Contractor to supply each year up to 17 medical gas certifications. All efforts shall be made by contract personnel to follow all VA safety guidelines and safe work practices. Contractor will provide any quote for any repair deficiencies. The contractor shall provide the annual test/inspection between the hours of 8:00am to 4:30pm, Monday through Friday, excluding Federal Holidays, except were agreed upon by the Contracting Officer Representative (COR) with at least two (2) weeks notice given by the contractor to the COR. The contractor shall provide a certified testing technician who shall perform all aspects of service. The contractor shall complete testing within a two (2) week period. Contractor must supply a detailed report electronically and hard copy in 3-ring binder with all deficiencies and recommend corrective action within one (I) month of the completion of testing. All aspects of this service shall be coordinated through the Contracting Officer Representative (COR). Reporting: The contractor shall report to Engineering Service, room B-E392A (basement) before starting job and obtain initials of operator when job is complete. Contractor must return paperwork to Engineering Service before leaving the station. Failure to report to Engineering or failure to use correct purchase order number will result in delayed payment for services rendered. The Contractor shall provide Annual Medical Gas testing and certification of 100% of Oxygen, Medical Air, Vacuum, Waste Anesthesia, Nitrogen and Nitrous outlets at the Cleveland, OH. VA Medical Center facility. The Contractor on the initial Inspection and Certification visit, shall complete an accurate inventory of Medical Gas outlets of all Buildings covered by the contract and provide a current Medical Gas Campus Overview book within 30 days of the initial site visit. The Contractor shall check flow rate at each outlet. Oxygen, Medical Air, Nitrogen and Nitrous Oxide must deliver a minimum of 100 liters per minute (LPM). Surgical outlets must deliver a minimum of 142 lpm. Medical Vacuum outlets must provide a minimum of 85 lpm. The Contractor shall test each outlet (except Medical Vacuum) for suspended particulate by passing a gas stream through a particulate filter at a maximum flow rate for 5 seconds. Any presence of discoloration or visible particulate matter shall be documented and reported to COR. The Contractor shall test each Oxygen, Medical Air, Nitrogen and Nitrous Oxide outlet for purity using a certified and documented meter. Oxygen and Nitrous Oxide shall be delivered at a purity level greater that 99.0%. The Contractor shall check the static pressure at each outlet. Oxygen, Medical Air, Nitrogen and Nitrous Oxide must have static pressure value of between 50 and 55 psi. Medical Vacuum shall be a minimum of 12 of Hg. Medical Nitrogen at 150 to 160 PSI. The Contractor shall ensure each Medical Air outlet conforms to NFPA 99 2018 code standards. The Contractor shall use certified and documented equipment to check Medical Air for carbon dioxide, sulfur, nitrous fumes, carbon monoxide, oil concentration and dew point. All levels shall meet the criteria defined by NFPA 99 2018 code standards. The Contractor shall annually inspect and test for leaks, all nonstationary booms and articulating assemblies, other than head walls utilizing flexible connectors per manufactures recommendations. The system pressure to nonstationary booms and articulating arms shall be maintained at operating pressure until each joint has been examined for leakage by effective means of leak detection that is safe for use with Oxygen. The Contractor shall check each outlet for leaks and visible damage. The Contractor shall provide Annual Medical Master Alarm Panel testing for proper operation at (3) three locations, Police station, the Boiler Plant, Electronic Shop in the engineering shop area, basement level. The Contractor shall inspect zone, riser, source and main lines valves for proper labeling, locking devices and visible damage annually. The Contractor shall annually calibrate carbon dioxide and dew point meters and provide documentation of the calibration. The Contractor shall provide an Annual updated VA Medical Center Medical Gas Overview Book. The Contractor shall provide documentation for certified and trained staff in the testing and inspector certification of Medical Gas testing and Certification of Medical Gas Outlets certificates shall be presented to the Contracting Officer Representative prior to commencement of inspecting, testing and certification. The Contractor shall provide an electronic report within 10 working days to the Plumbing Shop Supervisor and plumbing shop work leader. The Contractor shall provide electronically a detailed discrepancy list with explanations and a proposed correction to each discrepancy. The Contractor shall respond to requests for emergency services in the following manner: A competent service representative shall respond and arrive at the Cleveland Ohio VA Medical Center facility within under two (2) hours from the time of request for service. All requests for service shall be considered emergency requests unless a statement to the contrary from the Engineering representative. The Contractor shall restore the facility to full performance within 24 hours of the originating request for service. Vendor must supply a detailed report with all deficiencies and recommended corrective action within thirty (30) calendar days of the completion of testing. Also, a full and accurate count of all patient medical gas outlets. PART TWO: accepts electronic notification sent via electronic mail message sent from VA Asset Management system for responding to and documenting completion of service requests. Response Time: Under two hours Contractor must be able to handle service calls in normal and emergency circumstances: Telephone Response: Contractor will provide both technical and telephone support for 24-hour response, 7-days a week at no additional cost to the Cleveland VA Medical Center. On-site response: Contractor service technician will arrive on-site within 2 hours of contractor notification to repair of above stated equipment. Service Notification: Service for repair work, notification will be done via e-mail or phone from COR Dale Kincaid or Robert Pavis work leader of engineering plumbing shop and or engineering management department at Cleveland VA medical center. On-Site response time: 2- hours Only competent personnel with a medical gas certification and minimum of 2-year experience are qualified to service the equipment listed. Able to provide equipment inventory reports and service history for contracted equipment upon request of COR. All repairs are performed on premises. PART THREE: Vendor must be medical gas inspector certified in the state of Ohio. The Contractor shall provide Annual Medical Gas testing and certification of 100% of Oxygen, Medical Air, Vacuum, Waste Anesthesia, Nitrogen, Nitrous, Carbon Dioxide outlets at the Cleveland, OH. VA Medical Center facility. The Contractor on the initial Inspection and Certification visit, shall complete an accurate inventory of Medical Gas outlets of all Buildings covered by the contract and provide a current Medical Gas Campus Overview book within 30 days of the initial site visit. The Contractor shall check flow rate at each outlet. Oxygen, Medical Air, Nitrogen and Nitrous Oxide must deliver a minimum of 100 liters per minute (LPM). Surgical outlets must deliver a minimum of 142 lpm. Medical Vacuum outlets must provide a minimum of 85 lpm. The Contractor shall test each outlet (except Medical Vacuum) for suspended particulate by passing a gas stream through a particulate filter at a maximum flow rate for 5 seconds. Any presence of discoloration or visible particulate matter shall be documented and reported to COR. The Contractor shall test each Oxygen, Medical Air, Nitrogen and Nitrous Oxide outlet for purity using a certified and documented meter. Oxygen and Nitrous Oxide shall be delivered at a purity level greater that 99.0%. The Contractor shall check the static pressure at each outlet. Oxygen, Medical Air, Nitrogen and Nitrous Oxide must have static pressure value of between 50 and 55 psi. Medical Vacuum shall be a minimum of 12 of Hg. Medical Nitrogen at 150 to 160 PSI. The Contractor shall ensure each Medical Air outlet conforms to NFPA 99 2018 code standards. The Contractor shall use certified and documented equipment to check Medical Air for carbon dioxide, sulfur, nitrous fumes, carbon monoxide, oil concentration and dew point. All levels shall meet the criteria defined by NFPA 99 2018 code standards. The Contractor shall annually inspect and test for leaks, all nonstationary booms and articulating assemblies, other than head walls utilizing flexible connectors per manufactures recommendations. The system pressure to nonstationary booms and articulating arms shall be maintained at operating pressure until each joint has been examined for leakage by effective means of leak detection that is safe for use with Oxygen. The Contractor shall check each outlet for leaks and visible damage. The Contractor shall provide Annual Medical Master Alarm Panel testing for proper operation at (3) three locations, Police station, the Boiler Plant, Electronic Shop in the engineering shop area, basement level. The Contractor shall inspect zone, riser, source and main lines valves for proper labeling, locking devices and visible damage annually. The Contractor shall annually calibrate carbon dioxide and dew point meters and provide documentation of the calibration. The Contractor shall provide an Annual updated VA Medical Center Medical Gas Overview Book. The Contractor shall provide documentation for certified and trained staff in the testing and inspector certification of Medical Gas testing and Certification of Medical Gas Outlets certificates shall be presented to the Contracting Officer Representative prior to commencement of inspecting, testing and certification. The Contractor shall provide an electronic report within 10 working days to the Plumbing Shop Supervisor and plumbing shop work leader. The Contractor shall provide electronically a detailed discrepancy list with explanations and a proposed correction to each discrepancy. The Contractor shall respond to requests for emergency services in the following manner: A competent service representative shall respond and arrive at the Cleveland Ohio VA Medical Center facility within under two (2) hours from the time of request for service. All requests for service shall be considered emergency requests unless a statement to the contrary from the Engineering representative. The Contractor shall restore the facility to full performance within 24 hours of the originating request for service Contractor Responsibility It is the responsibility of the contractor to become fully informed as to the nature and extent of the work required and its relation to any other work in the area including the operation of the medical center·. Contractor shall attend a mandatory meeting after award with the COR, Engineering service, or his designee, prior to any work. The required meeting shall be coordinated by the Contracting Officer and shall be scheduled and conducted within 20 calendar days after Notice to Proceed. This meeting is to inform the contractor of the nature, extent, and intent of this contract and for the contractor to present the following documentation: Material Safety Data Sheets (MSDS) for any products the contractor may use in the performance of the contract. List of personnel, name only, include ng the job site supervisor. If necessary, written safety program which includes, but is not limited to, Respiratory Protection Hearing Protection Hazardous Communications Electrical Ground Fault Protection Use of ladders and or scaffolding Contractor shall be responsible for any damages caused by his/her employees and shall repair or replace all damaged systems/equipment immediately at no additional cost to the VA. Water and electrical power will be provided by the VA at no cost to the contractor. All connections to this water and/or electrical power must be approved by the COR prior to any connections being made. The contract shall be responsible for placing barricades in appropriate locations to protect the well-being and safety of patients, visitors and staff. These barricades shall be removed by the contractor when work is completed or at the end of the workday. The contractor shall be responsible for keeping the work site clean, neat and orderly, ensuring that there are no unnecessary cables, hoses, ladders, or other equipment left in an inappropriate location that could interfere with the operation of the medical center or be a cause of risk or hazard to patients, visitors and staff. All equipment shall be removed from any work site that is located within a pedestrian area daily at the end of the workday. All equipment being used in mechanical rooms or on roofs shall be secured daily but may be left overnight providing that this equipment is not in a position to be a risk or hazard to medical center personnel who may be called into these areas after hours. Doorway·. hallways and aisles shall be always kept clear. At no time shall equipment be left unattended. including breaks and lunches. Contractor shall report to the COR daily, on the progress of the project along with any deficiencies noted. Any damage detected during the inspections that was not caused by the contractor shal1 be reported to the COR daily. The contractor shall be required to submit a site-specific safety plan pursuant to Occupational Safety and Health Administration (OSHA). The safety plan must be reviewed and approved by the Louis Stokes Cleveland, Department of Veteran Affairs before any work is performed. The VA Medical Center, Cleveland will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. Hours of Operation Normal business hours are from 8:00 a.m. to 4:30 p.m. Monday through Friday, excluding federal holidays. Following are the holidays observed by the Federal Government: New Year s Day Dr. Martin Luther King Jr. Day President's Day Memorial Day June Nineteenth (June 19) Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day designated by the President of the United States to be a national holiday. When a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday will be observed as the legal holiday: PRICE/COST SCHEDULE Base Year: April 1, 2024, through March 31, 2025 Option Year 1: April 1, 2025, through March 31, 2026 Option Year 2: April 1, 2026, through March 31, 2027 Option Year 3: April 1, 2027, through March 31, 2028 Option Year 4: April 1, 2028, through March 31, 2029 Outlet Count 2,687 Outlets CLIN Description Quantity Unit Total Cost 0001 Base Year: Annual Inspection and Test of Medical Gas System 1 Year 1001 Option Year One: Annual Inspection and Test of Medical Gas System 1 Year 2001 Option Year Two: Annual Inspection and Test of Medical Gas System 1 Year 3001 Option Year Three: Annual Inspection and Test of Medical Gas System 1 Year 4001 Option Year Four: Annual Inspection and Test of Medical Gas System 1 Year Total Cost Dental Outlet Count 34 Outlets CLIN Description Quantity Unit Total Cost 0001 Base Year: Annual Inspection and Test of Medical Gas System 1 Year 1001 Option Year One: Annual Inspection and Test of Medical Gas System 1 Year 2001 Option Year Two: Annual Inspection and Test of Medical Gas System 1 Year 3001 Option Year Three: Annual Inspection and Test of Medical Gas System 1 Year 4001 Option Year Four: Annual Inspection and Test of Medical Gas System 1 Year Total Cost Medical Gas Certifications per year (17 total each year) CLIN Description Quantity Unit Total Cost 0001 Base Year: Annual Inspection and Test of Medical Gas System 1 Year 1001 Option Year One: Annual Inspection and Test of Medical Gas System 1 Year 2001 Option Year Two: Annual Inspection and Test of Medical Gas System 1 Year 3001 Option Year Three: Annual Inspection and Test of Medical Gas System 1 Year 4001 Option Year Four: Annual Inspection and Test of Medical Gas System 1 Year Total Cost TOTAL CONTRACT COST (FIVE YEARS): WAGE DETERMINATION LIST: 2015-4727-REVISION 22 Technical Requirements: The Government will evaluate the Contractor s quote based on requirements of the solicitation and will be considered technically acceptable if they are able to meet the requirements of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7275a4d4bbdd4bf4bfdaf1c198b1452e/view)
 
Place of Performance
Address: Cleveland VA Medical Center Wade Park Campus 10701 East Blvd, Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN06968833-F 20240218/240216230055 (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.