Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1998 PSA#2159

Contracting 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