Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
DOCUMENT

H -- WATER SAFETY MANAGEMENT/LEGIONELLA PREVENTION PLAN & TESTING - Attachment

Notice Date
8/28/2014
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0870
 
Response Due
9/4/2014
 
Archive Date
11/3/2014
 
Point of Contact
LaShanda Harrington
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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 VA249-14-Q-0870 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is Small Business (SB). The NAICS is 541380 and the small business size standard is $7.5 Million. Introduction: The government anticipates awarding a Firm Fixed Price award, lowest price technically acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and meets or exceeds the acceptability standards for non-cost factors. Description of Services: The Louisville VA Medical Center is requesting development of a Water Safety Management Plan for prevention of Legionella to identify risk and recommended implement control measures both from an engineering and environmental controls standpoint. The Water Safety Management Plan shall be based upon the principles and requirements specified within this Statement of Work and VHA Directive 1061 as well as the VA requirements and national standards, regulations and policies. Also, water samples shall be performed from at least 10 outlets on the hot water distribution system and at least 10 outlets on the cold water distribution system must be tested from each building for each quarterly testing cycle. At the time each water sample is taken, test and document the following for each sample: water temperature, level of residual biocide, and ph. See attached Statement of Work (SOW) for complete details. Period/Place of Performance: Louisville VAMC, 800 Zorn Avenue, Louisville KY 40206. Base Year - September 30, 2014 thru September 30, 2015 with (4) one-year option periods to renew through September 30, 2019. The following clauses and provisions apply to this solicitation: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors--Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 30, 2019. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-aside of Orders 52.222-3, Convict Labor 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest after Award 852.203-70, Commercial Advertising 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.215-71, Evaluation Factor Commitments 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. A.Proposal shall be evaluated on the criteria below. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. B.Technical Evaluation Criteria 1.Experience: To be considered for award, the Prime Contractor/offeror must provide information regarding previous Water Safety Plan experience (preferably as a past prime contractor). Demonstrate experience working with a Facility Water Safety Committee. Information should include the number of plans developed over the past five (5) years, as well as specific information on the type and size of facilities for which these plans were developed. Sample Water Safety plan documents shall be provided with the submission. Past experience should demonstrate Healthcare experience addressing both cost and safety issues in potable and utility water systems. Past Experience should also identify past partnerships and sub-contractors who have worked on documents as a team. Offeror should demonstrate experience with VHA requirements and ASHRAE 188P. 2.Personnel Qualifications: To be considered for award, the offeror must be able to provide the personnel needed to complete all phases of the work stated in the statement of work, demonstrate experience working with identified sub-contractor or other partnerships on past similar work, present a management plan that indicates the availability of the personnel who will be devoted to this project, provide a schedule on how this project is anticipated for completion which meets the minimum experience and timeline requirements. In addition, the offeror will provide: i.Prime contractor shall have Site/Account Managers that possess a Bachelor's degree or higher in science or engineering and that are NSF certified HACCP (Hazard Analysis Critical Control Point) Managers. Project Manager shall be a single point of contact (POC) for the Louisville VAMC contract. Person identified shall have past experience leading a qualified team to develop documents which are defensible. Project Manager shall demonstrated working knowledge of HACCP and legionella prevention as well as demonstrate competency for the development of HACCP documentation for facilities of similar size and scope. ii.Team members shall demonstrate experienced and expertise in water systems and Legionella prevention that support a legally defensible water safety program(s). Note: The offeror is not permitted without the approval of the COR/CO to replace key personnel originally identified to conduct the environmental compliance audit. iii.A CDC ELITE Certified Laboratory to test for Legionella and other water borne pathogens which can provide specific detailed analysis of the findings. 3.Management Approach: At a minimum, the offeror should develop a plan showing an understanding of the tasks to be covered and the schedule for the required services. The plan will at a minimum: i.Provide a management organization plan that among other items shows how the work will be managed to ensure the success of the contract from a professional, cost and time perspective. ii.Provide a staff plan that among other items shows availability of staff and subcontractors to complete multi-tasked jobs. iii.Provide a schedule which meets the required time lines identifying how and when the work will be accomplished for each of the Medical Centers. 4.Example Plan: The offeror shall provide two example of a recent (within 3 years) water safety plan completed by the same key personnel submitted for this contract. The plan will be evaluated for technical competency, proposed team, thoroughness, compliance, organization, and ease of understanding and timeliness. Companies shall identify any alterations (lessons learned) which might be expected as a solution for this project based upon their respective past experiences and outline these details. 5.Location: The offeror shall demonstrate their and respective sub-contractors location is conducive to completing this contract and how communication will be performed as a unified team. C.Past Performance: 1.The offeror will provide a minimum of three past performance references for work similar in cost and technical scope. Past performance references shall identify the Agency name and point of contact phone number, contract or delivery order number, a brief scope of contract, and contract value. D.Cost Evaluation: The offeror shall complete cost schedule provided in the SOW. All questions should be emailed to lashanda.harrington@va.gov, by Wednesday, September 4, 2014 by 9:00am CST. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received by September 8, 2014 by 9:00am CST. Email your quote to lashanda.harrington@va.gov. The subject line must specify VA249-14-Q-0870 - Water Safety Management/Legionella Prevention Plan & Testing. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0870/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0870 VA249-14-Q-0870.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1602786&FileName=VA249-14-Q-0870-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1602786&FileName=VA249-14-Q-0870-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03487139-W 20140830/140829023136-9e5960f2edc597976b70efd301768c91 (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.