|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 Z -- PM BOILER PLANT SOL RFP672-182-99 DUE 090198 POC (POC) Rey F.
Clemente (787) 766-5389 FAX (787) 766-6035 This is a combined
synopsis/solicitation for Commercial Items prepared in accordance with
the format Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. I. The solicitation number is RFP672-182-99. II.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-03. III. This
procurement is a 100% Small Business Set-Aside. The standard industrial
classification code is 7629 and the small business size standard is
$5.0M. IV. The contract shall be for a base year and four (4) option
periods. Provide a Service Contract to place into operation continuing
systematic service for full Preventive Maintenance (PM) and emergency
repair for equipment described below according to manufacturer's
maintenance service manual instruction and procedures at the VA Medical
Center, One Veterans Plaza, San Juan, Puerto Rico: 001. BASE YEAR
(10/01/98 to 09/30/99) [A] Boiler No. 1 (GS-1), MFG: York-Shipley Div.
of Donkee Technologies, Inc. Model: 250 HP, Qty. 1 ea. SN. VSH-250-2.
[B] Boiler No. 2 (SG-2), MFG: York-Shipley Div. Of Donkee
Technologies, Inc. Model: 250 HP, Qty. 1 ea. SN. VSH-250-2. [C]
Deareactor Tank & Pumps, MFG: BFS ZEROPAC-Model No. 21MS155, 95-725 SN.
95-725. [D] Sunje Tank BFS Feed Pac G$36-1-1/2" TA. [E] Flowmeters,
Monitors and Recorders Systems. [F] Softener Water System MF450-1-1/2"
TA. [G] Automatic Continuos Blowdown System of SG-1 and SG-2 HYDAC
BOILERMAIC 3000. PM Qty. _____ per year, at the unit price $_______,
annual cost $________. Note: Offeror shall submit pricing for base year
and option years for each line item on a separate sheet. Evaluation of
options shall not obligate the Government to exercise the option(s).
OPTION I (10/01/99 to 09/30/00). OPTION II (10/01/00 to 09/30/01).
OPITON III (10/01/01 to 09/30/02). OPTION IV (10/01/02 to 09/30/03).
Response Time: Contractor shall respond to the service call within two
(2) hours after notification. Contractor shall physically report on
site VAMC within four (4) hours from the initial notification time if
the problem can not be corrected by phone. Service Calls: Contractor
shall respond to all repair service for priority maintenance within
four (4) hours after notification. Contractor shall report directly to
the Contracting Officer Technical Representative (COTR) or his/her
designee, this check in/out is mandatory during normal working hours
from 8:00 a.m. through 4:30 pm and after normal working hours. After
normal duty hours, weekends, and holidays Contractor shall report
directly to Engineering Graphic Control Center and the COTR designed
will be available at VAMC, Room: C33b, tel. (787) 758-7575 Ext. 3281.
Contractor shall provide a twenty-four (24) hour emergency service
response, seven (7) days a week. Emergency Repair Service: Includes the
immediate repair services on a call basis for inoperable equipment and
respond with the time specified. Service includes all required repairs
to bring the equipment to an operational status considering malfunction
is causing immediate work stoppage to the VAMC. For emergency repair
service, Contractor shall respond within two (2) hours after
notification. All service calls are unlimited for all priority
maintenance, repair service, and emergency repair service. Labor and
Parts: Contractor shall supply all labor and parts, test instruments
and tools required to perform all repair and maintenance work. All
parts shall be furnished on an exchange basis and will be new standard
parts or parts of equal quality. Exchange parts removed from the
equipment in the schedule become the property of the Contractor.
Contractor shall have the service manuals available to perform each
maintenance or repair. Contractor shall submit a listing of parts that
are not covered in this type of contract with their offer. Contractor
shall submit detail actual cost for parts considered not being part of
the regularmaintenance contract. Replacement parts: All maintenance
(preventive, repair service, and emergency repair service) shall
include replacement of parts deemed necessary by the Contractor except
those parts that exceeding a dollar value of $150.00 each. The
Contracting Officer (CO) approval is required to install any part(s)
that are not covered in this contract, and these parts will be paid
either by amendment to the purchase order covering this PM service or
by issuing a separate purchase order. Any part(s) or materiel damaged
by the Service Technician due to maintenance work shall be replaced or
repair at not additional cost to the Government. Contractor shall
provide and bear the cost of labor for maintaining the specified
equipment in good operating condition when such is required because of
normal wear and tear. Documentation: Contractor shall maintain on VAMC
a separate log for each item of equipment and each system covered in
this PM contract. The log shall list dates, items, scheduled
adjustment, calibration, maintenance work, and emergency calls. Each
emergency call shall be described with detail of the nature and causes
of emergency, steps, taken to rectify the situations, and write the
specific recommendations to avoid such conditions in the future. Annual
Report: Contractor shall provide an Annual Report for all equipment and
system serviced. This Annual Report shall clearly and concisely
describe the services rendered, parts replaced, maintenance,
adjustment, certification, and repairs performed. The Annual Report
shall prescribe anticipated future needs of the equipment and systems
for preventive maintenance. Clean-up: Clean up shall include off the
boiler plant site disposal of all items and material not required to
remain property of the Government as well as debris, rubbish resulting
from demolition, electrical, structural, mechanical or general
maintenance work. Upon completion of any work under this contract,
boiler plant site, and adjacent areas affected should be in a clean
condition and the area must be broom, sweep satisfactory. COTR or
his/her designee will certify the clean condition after work is
performed. Frequency of Service: Contractor shall provide schedule of
PM for this equipment within 10 calendar days from the date of award.
The PM will be schedule as requested by the COTR. All PM shall be
schedule on a monthly basis to perform the required inspection, test,
diagnosis, and repairs as required to ensure the equipment is
functioning and operational. In case a repair service is performed, the
PM inspection can be performed simultaneously. Water Hardness Readings:
Water hardness readings will be performed by another company contracted
by VAMC. Contractor shall document in writing to the COTR any
deficiency resulting from the water hardness readings performed by the
company. Condition of equipment: The contractor shall accept
responsibility for the equipment in as it conditions. Failure to
inspect the described equipment prior to start this contract will not
relieve the Contractor from performance of these requirements.
Standards: All work shall meet the standards specified and accepted
standard of the equipment specified for the industry, the equipment
manufacture's operation and maintenance manuals, and all applicable
licenses and permits required by the Federal Government, and
Commonwealth of Puerto Rico. Offerors shall submit with their offer all
applicable licenses and permits required by the Federal Government, and
Commonwealth of Puerto Rico. Provision 52.212-1, Instructions to
Offerors -- Commercial Items, is applicable. Clause 52.212-2,
Evaluation -- Commercial Items. 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
will be used to evaluate offers: I. Technical capability to meet the
Government requirement. II. Past performance. III Price. Technical
capability and past performance are significantly more important than
cost or price in accordance with FAR 15.304. Offerors shall submit past
performance references with federal agencies and private sector,
including contact person name and telephone number. Competency
requirements: Offeror shall submit the names of all Service Technicians
including their experience and approved training by the original
equipment Manufacturer (OEM) or similar equipment manufacturers.
Contractor shall provide copies of certification qualifying as factory
trained each employee who will perform this service for this
equipment. The Government upon award of this contract will issue a
Contract Employee Handbook covering all safety requirements, and
additional regulations that all contract employees shall follow and
comply during the contract period of coverage. Contractor shall provide
copies of all safety training, infection control training, and sexual
harassment training that each contract employee was trained in order to
verify if these training's are complying with Joint Commission
Accreditation of Health Care Organizations (JCAHO) requirements. VA
will provide and schedule such training to the contract employees, if
these contract employees do not have these training's up dated or their
training are not compatible with our type of training as required by
JCAHO. Offerors shall submit their bank references. Offeror must submit
a completed copy of provision 52.212-3, Offeror Representations, and
Certifications -- Commercial Items, with its proposal and clause
52.222-48, Exemption from Application of Service Contract Act
Provisions for Contracts for Maintenance, Calibration, and/or Repair of
Certain Information Technology, Scientific and Medical and/or Office
and Business Equipment-Contractor Certification. Clause 52.212-4,
Contract Terms and Conditions -- Commercial Items is applicable to this
acquisition. Clause 52.212-5, Contract Terms and Conditions, Required
to Implement Statutes or Executive Orders -- Commercial Items, applies
to this acquisition. In addition Clause 52.217-5, Evaluation of
Options, 52.217-8, Option to Extend Services, 52.217-9, Option to
Extend the Term of the Contract, and 52.228-5, Insurance -- Work on a
Government Installation, applies to this acquisition, 52.246-20,
Warranty of Services. A Firm Fixed Price Contract will be awarded.
Proposals shall be requested in writing and submitted it to the address
herein not later than 3:30 p.m. local time on (Tuesday, September 1st,
1998) or faxed to 787-766-6035 and directed to attention of Rey F.
Clemente (90C). The Government will not be held responsible for quality
of fax transmittals. The solicitation number RFP672-182-99 shall be
listed on the outside of your response for identification. Posted
08/01/98 (W-SN231450). (0213) Loren Data Corp. http://www.ld.com (SYN# 0198 19980805\Z-0032.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|