|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159Contracting Officer, RLR VA Medical Center, 1481 West 10th Street,
Indianapolis, IN 46202 J -- CHANGING FILTERS & CLEANING FAN COILS & AIR HANDLERS SOL
583-84-98 DUE 091098 POC Joyce Miller, 317-554-0207 This 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; quotations are requested and a written solicitation
will not be issued. Solicitation 583-84-98 is issued as a request for
quotation (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-04. This is a small business set-a-side competitive commercial items
procurement under the Standard Industrial Classification (SIC) Code
7349 and Small Business Size Standard of $12.0 Million per annum. The
VA Medical Center, Indianapolis, Indiana intends to contract for
changing filters and cleaning on all fan coil units (450), air handler
units (47) and other self contained units and all other systems
requiring change for the period of October 1, 1998 through September
30, 1999 with four option years. Work to be performed at the VA Medical
Center, 1481 West 10th Street, Indianapolis, IN 46202. Contractor shall
provide pricing for base year and all four (4) option years.
Item#1,Contractor shall furnish all labor, supplies and materials to
change filters and cleaning of all fan coil units (450), Air handler
units (47) and self contain units and all other systems on a monthly
basis. Item #2, Contractor will furnish all labor necessary to change
filters on 47 air conditioning units located in basement, 3rd floor,
5th floor and remote roof area. Filters include Ashrae filters 80% to
95% efficient in units and all return fans and exhaust fans. Filters
must meet current applicable codes. Item #3, Contractor will change 4"
pleat 30% efficient pre-filters on a/c units 26 through 47 in area "A"
wing every 60 days. Item #4, Contractor will change 2" pleat 30%
efficient in front of high efficient filters at 20 separate locations
every 90 days. Item #5, Contractor will change 81-2" poly pad filters
in a/c units #1 through #6 monthly. Item #6, Contractor will change out
the hepa filter 99.99% filters in isolation rooms and TB rooms at 20
separate locations twice yearly. This will be done as needed by
pressure difference across the filter. Contractor will take appropriate
infection control measures to remove, dispose of, and replace subject
filters. Item #7, Contractor shall replace (18) 24 x 24 and (6) 12 x 24
99.97% hepa high capacity efficiency filters at ac units 37a and 37b
annually. Contractor shall test each filter individually and certify
for efficiency and initial resistance using a penetrometer for 0.3
micron hot dop test (dos testing available), or dual laser spectrometer
for test at specific particle sizes. In addition, contractor shall use
automatic scanning equipment to verify leak-free filters.
Documentation of test data shall be supplied on individual labels on
each filter enclosing frame. Item #8, Contractor shall provide weekly
updated documentation to engineering operations supervisor, which
indicates the date, and locations that filters were replaced and
install stickers at all filter replacement locations as approved by
operations supervisor. Item #9, Contractor shall provide all equipment,
materials and labor to perform annual surgical room air cleanliness
testing and performance certifications per Federal Standard 209e and
hepa testing per NSF Standard 49 and I.E.S.RPS as applicable. Surgical
unit consists of 10 surgical suites and (18) hepa filters in upstream
filter housing(s). Differential laser particulate counts at minimum
number of locations to provide statistical validity of room cleanliness
classification per Federal Standard 209e. Counts taken at 2 levels for
operating theaters, 1 level for entire rooms. Minimum of 3 to 5
replicate counts per location. Location of operating rooms (o.r.) #,
description, room size (sq ft.) A-4115m cysto, 333; A-4110, o.r.#9,
380; A-4070, o.r.#1, 725; A-4076, o.r.#2, 684; A-4079, o.r.#3, 440;
A-4082, o.r. #4, 396; A-4083, o.r.#5, 396; A-4086, o.r. #6, 625;
A-4088, o.r.#7, 660; A-4091, o.r.#8, 485. Contractor will provide
assistance and methodology training installing new filters at no
charge. Contractor will perform hepa filter integrity test and leak
testing of hepa filters, (photometric probe of down stream side of hepa
filter banks using concentrated upstream challenge). Contractor will
perform air flow velocity and room air changes in each operating room.
Contractor will perform room differential pressure test in each
operating room accurate to 1/1000" w.g. Contractor will provide 4
copies of a written performance testing and certification report to the
engineering operations supervisor documenting the above test results.
Only the COTR or designee is authorized to request service calls.
Maintenance shall be performed during regular working hours which are
8:00 a.m. to 4:30p.m., Monday through Friday, excluding legal holidays
which are New Years Day, Martin Luther King's Birthday, Presidents'
Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans'
Day, Thanksgiving and Christmas Day. No work shall be performed or
billed outside the hours specified. Contractor shall take standard
safety precautions and any other that the Contracting Officer or COTR
may determine to be reasonably necessary to protect the lives and
health of the occupants of the building. The absence of such
precautions shall cause a notice of non-compliance to be issued. The
Contractor shall, after receipt of this notice, immediately correct the
conditions, which are deficient. Payment shall be made monthly in
arrears, upon receipt of a proper invoice. Invoices shall be submitted
in accordance with Federal Acquisition Regulation 52.212-4(g) and
shall be submitted to Chief, Fiscal Service 04(d), VA Medical Center,
1481 West 10th Street, Indianapolis, IN 46202. Awarded contractor is
advised that payment will be made either through electronic funds
transfer (EFT) or by Government purchase card. Clause 52.232-33
Mandatory Information for Electronic Funds Transfer Payment is
included. Payment via EFT will require completion of SF 3881. The
provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items
apply to this acquisition. Offerors shall include a completed copy of
the provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with their offer. The clause at FAR
52.212-4, Contract Terms and Conditions-Commercial Items, apply to this
acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
apply to this acquisition which shall also include the following
clauses: 52.203-6, 52.203-10, 52.219-8, 52.219-14, 52.222-26,
52.222-35, 52.222-36, and 52.222-37. The following standard FAR and
VAAR clauses are incorporated and apply to this acquisition: 52.217-8,
52.217-9 (which provides that the Government may extend the term of
the contract, provided that the Government shall provide a preliminary
notice of intent at least 60 calendar days prior to the expiration
date; and services under this contract shall not exceed five (5)
years), 52.232-18, 52.232-19(which provides that funds are not
authorized past September of any fiscal year, unless written
authorizations is received from the Contracting Officer), 52.244-6,
52.252-2, and VAAR 852.219-70, 852.270-1, and 852.270-4. Warranty of
service shall be in accordance with Standard Industry Practice in
effect at the time of award. Interested offerors may submit their
proposals along with a completed copy of the provision at FAR 52.213-3,
Offeror Representations and Certifications-Commercial Items, on or
before 4:30 p.m., September 10, 1998. Service Contract Act Wage
Determination #942194, Revision 12 dated 2/19/98 applies. Quotations
may be provided to the Contracting Officer at the address above or Fax
to (317) 554-0200. Pre-bid walk through has been scheduled for 8/20/98
@ 10:00 a.m. Room A-B040. Posted 08/12/98 (W-SN236026). (0224) Loren Data Corp. http://www.ld.com (SYN# 0049 19980814\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|