Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
DOCUMENT

Z -- Cooling Tower Maintenance - Attachment

Notice Date
2/13/2014
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 5;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26214R0148
 
Response Due
2/18/2014
 
Archive Date
2/23/2014
 
Point of Contact
Tamara Feist-Hatfield
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought for thorough preventive maintenance and cleaning for four (4) cooling towers located at the Veteran Administration of Southern Nevada (VASNLS), located at 6900 North Pecos Road, North Las Vegas, NV 89086. NAICS: 81130 SBA Size Standard: $7.0 Millon The Contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to ensure that services are performed at VA Southern Nevada Health Care System (VANHCS) in accordance with the SOW. If your organization is interested in providing these services, please respond with all information indicated below. 1 - Organization name 2 - DUNS 3 - Size status (Small Business, SDVOSB, Woman-Owned, Unrestricted, etc.) 4 - Sole contractor providing service or utilizing a sub-contractor 5 - If utilizing a sub-contractor, provide a brief description of duties of each party. 6 - Estimate for annual services. Email tamara.feist-hatfield@va.gov with any questions. Please reply NLT 11am PST, Tuesday, February 18, 2014. IAW FAR 52.204-7, prospective vendors are registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. ? STATEMENT OF WORK I. SCOPE OF WORK. Contractor shall provide annual comprehensive maintenance on four each Evapco Cooling Towers. The contractor must be qualified to work on Evapco Cooling Towers or similar type cooling towers to meet manufacturer's recommendation. In addition, the contractor will overhaul each Cooling Tower to include descaling process or replacing the filter media as needed. Furthermore, the contractor must conduct a system verification/function check for each Cooling Tower to ensure safe and efficient operations. The contractor will provide service ticket on each Cooling Tower to include detailed suggestions and recommendations to the Energy Plant supervisor or designee. Contractor shall provide all labor, tools, supervision, and equipment necessary to complete this project. All of the associated equipment are located in the Central Energy Plant Building #2 at the Veteran's Hospital on 6900 North Pecos, North Las Vegas, Nevada. II. SPECIFIC REQUIREMENTS. Building # 2 Cooling Towers: (4 ea.) Evapco Cooling Towers Model: AT228-0724 EE#: 44672, 44673, 44675, & 44678 Each unit will be cleaned, sanitized, inspected and tested after annual service under Comprehensive Maintenance Program. No more than one unit is to be taken out of serviced and worked on at one time unless weather or mission permits. Suggested time frame for service work should be between November and February. Additional units can be serviced, subject to approval by the Central Energy Plant Supervisor. Grease or lubricate all mechanical components as required. Check electrical and electronic components. Check for proper water flow with pumps and valves. Service to include for each unit; leak check, belt replacements, lubrications, strainer cleaning, sprayer/nozzle cleaning, mechanical and electrical testing and inspecting. Failed equipment that needs to be repaired or replaced must be brought up to plant supervisor's attention. Remedy or mitigate any hazardous conditions during maintenance process. Contain and dispose of chemicals and hazards according to local, state and federal regulations. All work must meet Energy Plant supervisor approval or designee. III. HOURS OF WORK AND SCHEDULING. Work in Building #2 Central Energy Plant may be accomplished from 0730hrs to 1600hrs, Monday to Friday. To access to Building # 2 Central Energy Plant, call the Operator on duty at (702) 791-9000 ext. 16900. Work shall be scheduled with the Energy Plant Operators, HVAC technician and Energy Plant Supervisors. Place of Performance: Department of Veteran Affairs Medical Center Central Energy Plant Bldg.2 6900 North Pecos Road North Las Vegas, NV 89086 COMPLETION TIMELINE: Overhaul maintenance and service should be accomplished within three months. Invoice payments submitted upon completion of specified work. IV. QUALIFICATIONS. All work for the duration of the contract shall be performed by certified factory-trained personnel to support cooling system equipment and components. Contractor must have knowledge and experience with comprehensive cooling tower preventative maintenance. Contractor must maintain a service organization within a 50 mile radius from the Veteran's Hospital. V. CONFIRMATION OF REPAIR WORK. All services will be confirmed and approved by the Energy Plant Supervisor or his/her designee. When service is completed, the certified technician must indicate on the service ticket the equipment serviced, specific action taken and all parts replaced. The equipment serviced must be identified clearly by name, serial number and location. VI. COMPLIANCE. The contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes; example: lock-out/tag-out. All work for the duration of the contract shall be performed by certified trained technicians. VII. CONTRACTOR EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. VIII. ESCORT AND VETERAN'S HOSPITAL SECURITY POLICE CHECK-IN. All contractor personnel working onsite at the VA facility shall check in and out with VA Police dispatch located in the front entrance of the main hospital building. Access to work areas, and performance monitoring, will be provided by VA Energy Plant maintenance personnel. After-hours response will be monitored by VA Central Energy Plant Operators, 702-791-9000 Ext 16900. In all cases, VA Central Energy Plant Operator shall be notified of any changes which may affect the response time of vital equipment. The C&A requirements do not apply, and that a Security Accreditation Package is not required. CONTRACT ADMINISTRATION DATA 1. Federal Legal Holidays The following Federal legal holidays are observed by this facility: New Year's Day1 January Martin Luther King's BirthdayThird Monday in January President's DayThird Monday in February Memorial DayLast Monday in May Independence Day4 July Labor DayFirst Monday in September Columbus DaySecond Monday in October Veteran's Day11 November Thanksgiving DayFourth Thursday of November Christmas Day25 December Note: Any of the above holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday. Contractor's days to perform are reflected in the Performance Work Statement/Statement of Work. 2. Invoice and Payments: 2.1 Payment to be made in arrears. Contractor shall submit invoice in the original, addressed to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714 Toll-free telephone number: 877-353-9791 Fax Number: 512-460-5540 2.2The invoice SHALL be itemized to include the following information. Any information listed below not provided on an invoice shall render that invoice incomplete and the invoice shall be returned for immediate correction. a. Time period being invoiced.d. Extended amount due. b. Description of services.e. Invoice number, date, and c. Unit Cost billed.f. Contract, Order, and Obligation number. 3.0 VA Policy Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 4.0 Contracting Officer Technical Representative (COTR) 4.1The Contractor shall not accept any instructions issued by any other person(s) other than the Contracting Officer. The Government may appoint a COTR if so, a Delegation of Authority letter shall be forwarded to the using service and the Contractor after contract has been signed, identifying the individual(s) as the COTR(s). 5.0 Hours/Period of Performance 5.1 The hours of performance are 7:30 am - 4 pm Monday through Friday, excluding Federal Holidays. 6.0 Contractor Personnel 6.1The Contractor shall assign a Point of Contact (POC) for the purpose of ensuring compliance with all provisions of this contract. The Contractor POC shall be available on site and have the ability to address performance issues. All employees should be able to read and speak English. 6.2The parties agree that the Contractor personnel working under this contract shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. All Contractor personnel assigned to the performance of this contract shall wear a Contractor-provided uniform or ID that clearly identifies the individual as a Contractor. All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have picture identification, name of the individual and the represented company depicted on it. 6.3Contractor personnel shall not wear sandals, flip-flop style footwear, or open-toe shoes and shall follow VA dress guidelines. A copy of this will be provided upon request. 6.4The Contractor shall ensure that the staff assigned shall be cognizant of the VA's sexual harassment and drug-free workplace policies. The Contractor may obtain a copy of this information from the COR. 7.0 Contractor Contact Information 7.1Offerors shall provide in the space provided below the name, address and telephone number of the office where calls are to be placed: Name: Address: Telephone: 8.0 Contractor Personnel Qualifications: 8.1 The contractor shall provide a Lead Technician to oversee all contract personnel with a minimum of 5 years of documented experience implementing large scale projects equal to or greater than the scope of this project. 9.0 Safety and Fire Prevention 9.1 In the performance of this contact, the Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the building. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order stopping all, or any part, of the work. 9.2The Contractor shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 9.3The Contractor personnel shall follow applicable facility policies concerning fire/disaster programs. A copy of this may be obtained from the COR. 10. Parking Policy 10.1It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA will not validate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. 11. Smoking Policy 11.1Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas. 12. Contractor Submittals/Insurance Requirements: 14.1The Contractor shall be required to comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5-Insurance and Subpart 28.307-2-Liability. 12.2The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 12.3The Contractor shall be responsible for all damages to property, which may be done by him/her or any employee engaged in the performance of this contract. 12.4 The parties agree that the Contractor's personnel working as a result of this contract shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. The Contractor shall be responsible for providing: a. Workers Compensation. b. Professional liability insurance. c. Health examinations. d. Income tax withholding, and, e. Social Security payments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214R0148/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-14-R-0148 VA262-14-R-0148.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1207469&FileName=VA262-14-R-0148-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1207469&FileName=VA262-14-R-0148-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03288259-W 20140215/140213234032-6e84924a1ed71d99b33d76f484c77f60 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.