DOCUMENT
J -- Cooling Towers Maintenance and Repair Service Contract. To provide full preventive maintenance service, inspections and required repairs on twelve (12) cooling towers systems located at the VACHS in San Juan, Puerto Rico. - Attachment
- Notice Date
- 7/2/2015
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24815Q1186
- Response Due
- 7/31/2015
- Archive Date
- 8/5/2015
- Point of Contact
- Jose R. Sierra-Colon
- E-Mail Address
-
jose.sierra-colon@va.gov
(Jose.Sierra-Colon@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The VA Caribbean Healthcare System (VACHS) San Juan, Puerto Rico intents to solicit a Firm-Fixed Price contract for the Inspections, full preventive maintenance and required repair service for twelve (12) Cooling Towers System for the VA Caribbean Healthcare System located at 10 Casia Street San Juan PR 00921. The contractor shall provide all materials, labor, supervision, tools, supplies, transportation, and equipment necessary to perform inspection, full preventive maintenance service and required repairs to the existing equipment listed in the schedule. Included are all inspections, adjustments, tests, and repairs to keep the equipment covered under this contract in continuous and reliable use at its established capacity and efficiency. Equipment shall be maintained in accordance with terms and conditions as stated herein. COOLING TOWERS MAINTENANCE & REPAIR SERVICE CONTRACT I. Introduction: The VA Caribbean Healthcare System (VACHS), 10 Casia St, San Juan, PR 00921, has a requirement for maintenance and repair service for its Cooling Towers System. This SERVICE CONTRACT is to provide all materials, labor, supervision, tools, supplies, transportation, and equipment necessary to perform inspection, full preventive maintenance service and required repairs to the existing equipment listed in the schedule. Included are all inspections, adjustments, tests, and repairs to keep the equipment covered under this contract in continuous and reliable use at its established capacity and efficiency. Equipment shall be maintained in accordance with terms and conditions stated herein. Contractor shall provide 24/7 emergency contact name(s) and telephone number(s). The Contractor shall provide all labor, associated materials, personnel protective equipment, and any and all necessary equipment required for the maintenance and repairs of the Cooling Towers at the VACHS facilities. The Contractor personnel shall have at least five (5) years of experience with the maintenance of Cooling Tower. Contractor shall be required to provide evidence of training and certifications to perform duties as delineated in this contract. All certifications as a Refrigeration Technician, Tower Tech Cooling Towers Service training, 30 Hrs. on the Occupational Safety and Health Training Course certificate in Construction Safety & Health provide by OSHA. All training requirements shall be provided upon request to Contracting Officer. II. Period of Performance The period of performance for this service contract is one (1) base year from the date of issuance, plus two (2) option years. III.Statement of Work: The contractor shall furnish qualified technician(s) on the job site while in performance of Maintenance and Service of Cooling Towers. Contractor shall be responsible for regular, systematic execution of the work items listed in Section IV as per manufacturers recommended. The contractor agrees to regularly and systematically perform required maintenance of the equipment and provide callback service as conditions warrant, repair or replace all portions of the equipment included under this contract. Equipment shall be maintained in first-class condition to meet the initial performance ability. The equipment manufacturer's recommended maintenance requirements shall be accomplished under the scope of this contract. All Cooling Towers are presently working and none have presented any difficulties before this contract. The equipment manufacturer's maintenance requirements are considered the minimum for all equipment. If specific equipment covered by this contract requires additional maintenance for safe and reliable operation the contractor shall perform the required maintenance. Any Electrical work or maintenance shall be done by a licensed electrician. IV. Scheduled Maintenance Program: A scheduled maintenance program will be provided, kept and used by the Contractor to keep the cooling towers operating at optimum efficiency. The scheduled maintenance program shall be previously approved by the Contracting Officer Representative (COR). The acceptance will be made on the manufacturers recommendation and guidelines provided below. The stricter of the two (2) will domain the preventive maintenance schedule. Service technician assures state-of-the-art performance with minimum failure rate. Contractor will provide in writing the preventive maintenance protocol (policies and procedures), including the methods and frequency of testing and verifications of performance for the equipment. Each preventive maintenance service will be scheduled and completed in a computer-prepared service report, detailing exactly what was performed and to which equipment was done, what special tools, instrumentation, and diagnostic programs was used to maintain the system at optimum efficiency levels. At the completion of each period, a Summary Report will be provided to the VA Medical Center. Template of the report needs to be approved by VA prior to start of this contract. Maintenance intervals are scheduled twice a year, on intervals of approximately six (6) months apart. ? A. Equipment Schedule: Brand Year InstalledModelLocation Tower Tech2010TTXL-081975Main Chiller Plant Tower Tech2010TTXL-081975Main Chiller Plant Tower Tech2010TTXL-081975Main Chiller Plant Tower Tech2010TTXL-081975Main Chiller Plant Tower Tech2010TTXL-081975Main Chiller Plant Baltimore Air Coil Company20093676CSouth Bed Tower Baltimore Air Coil Company20093676CSouth Bed Tower Marley Cooling Tower2013NC 8407SANOut Patient Addition (OPA) Marley Cooling Tower2013NC 8407SANOut Patient Addition (OPA) Marley Cooling Tower2013NC 8407SANOut Patient Addition (OPA) Marley Cooling Tower2013NC 8407SANOut Patient Addition (OPA) Baltimore Air Coil Company20017XXXXChiller #3 B. Preventive Maintenance & Repair Service: The contractor shall perform all Inspections and Preventive Maintenance (PM) and repair service to ensure that equipment listed in the schedule performs in accordance with the "Equipment manufacturer's maintenance program". The contractor shall utilize and provide procedures and checklists with worksheet originals indicating work performance and actual values obtained at the completion of the PM. Contractor shall submit their checklist of PM for government approval before preceding any type of work. The monthly scheduled work to be performed for PM shall include, but is not limited to, the following items: Cooling Towers: "Removal and washing/cleaning of drift eliminators, and reinstallation "Removal and washing/cleaning of fill media, and reinstallation "Resealing of water distribution piping inside tower, as needed "Inspection/Cleaning of rotary spray nozzle "Removal and reinstallation of fan guard assembly for Inspection/washing and Cleaning. "Removal and reinstallation of fan assembly as needed to access water collection system "Washing/cleaning of collection system damper "Washing the collection system vanes "Resealing of water collection system "Removal of inspection port cover and inspection of interior of perimeter basin wall, and replacing cover as needed. "Power washing fan plenum exterior walls "Power washing fan assemblies and fan shrouds "Reinstalling water collection system dampers "Resealing interior wall seams and joints, as needed "Reinstalling fan assemblies and fan guards "Readjusting make-up water valves to recommended operating level "Inspect fan motor-drive assembly "Inspect fan shaft bearings (pillow blocks) and lubricate, as required "Inspect reducing gear (OPA) Repair Services: Repair services will be conducted, as required to the Cooling Tower motor, and motor-drive assembly, bearings, pillow blocks, reducing gear, belts, pulleys, fan assembly, shrouds, nozzles, make-up valves, level sensors, catch basin seals, and motorized valves. The successful offeror will be expected while in the performance of the contract to procure and replace major unrepairable items as mentioned above. Water treatment is not included on this preventive maintenance and repair contract. V. General: Proposals will be considered only from offerors who are regularly established in business called for, who are financially responsible, and able to show evidence of their reliability, ability, experience, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. Personnel trained and experienced in providing service/maintenance on the equipment identified above shall perform all work. VI. Security Clearance: The Contractor shall submit to the Contracting Officer (CO) the following documentation: Current/ Update "Certificate of Good Conduct" from the Police Department and two pictured identification cards in addition to have a favorable SAC adjudication and have an initiated National Agency check with Written Inquiries (NACI). NIST FIPS 201, Personal Identity Verification (PIV) of Federal Employees and Contractors. This standard is applicable to identification issued by Federal departments and agencies to Federal employees and contractors (including contractor employees) for gaining physical access to Federally controlled facilities and logical access to Federally controlled information systems except for "national security systems" as defined by 44 U.S.C. 3542(b)(2). Risk Level Designation: The position risk/suitability level that has been assigned to the positions under this contract is risk. A required Background Investigation is mandatory for all contractors, contractors' employees who do not have a successfully adjudicated investigation on record or are undergoing a badge reissuance. All contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. All VA contractors, contractors' employees, and affiliates requiring long-term or short-term access to VA facilities or information systems in order to perform a VA authorized activity must be issued a PIV, non-PIV, and or a Flash badge. Contractor must return the badge when access to VA facilities or information systems is no longer required or a change in affiliation occurs. Also, the contractor must notify her/his assigned sponsor and the badging office when the PIV or Non-PIV card is lost. Contractor shall submit, for all contract employees, including any subcontract employees the following: Within five (5) business day of receiving the Notice of Award, a Complete Background Investigation Request to the VHA Service Center (VSC) Personnel Security Office via password protected or encrypted e-mail to VSCSecurity@va.gov or fax to (216) 4478020 Note: Due to the personal information contained in the Background Investigation Request Worksheet, the information must be sent in a secure manner. Please do not email a document containing social security number. Complete Special Agreement Check (Fingerprinting) and submit VHA Special Agreement Check (SAC) Memorandum. Once an automated initial e-mail from VA SIC is received, with a website link that provides further instructions; if a contract employee has a previously completed Background Investigation (BI) he/she may be eligible for reciprocity. Upon receipt of the automated initial e-mail, if contract employees haven't previously completed a BI; each contract employee must complete and submit BI documents within five (5) business days. If contract employees have previously completed a BI and are eligible for reciprocation, reciprocity will be verified by the VA SIC. If it can be reciprocated an e-mail notification will be sent to the contractor POC. Upon receipt of BI documents, the VA SIC reviews them for accuracy. If the package is correct and complete, the package is forwarded to OPM and the Contractor POC receives an automated e-mail indicating that the BI has been initiated. If the VA SIC notifies the Contractor that a BI has been initiated: Then, while the BI process is being completed, the VSC Personnel Security Office reviews the results of the Special Agreement Check (fingerprints) and makes and adjudication recommendation to the Contracting Officer, who will inform the contractor POC of the outcome. If the contract employees receive a favorable adjudication: Then, each contract employee shall complete and submit the VHA Service Center Contractor PIV Sponsorship Form and make an appointment to obtain a PIV card. This shall be completed within five (5) business days of reciprocation or receiving notice of initiated BI and favorable SAC Adjudication. The Contract employee shall complete required security training as designated in the solicitation, sign the Contractor Rules of Behavior and submit completed training certificates and signed Rules of Behavior to the Contracting Officer and the COR. VII. General System Precautions and Security Requirements: Containment: During work, precautions must be taken to ensure the patient and employees safety. Measures shall be taken to control odors and/or mist vapors during the process. All vendor/contract personnel must report to the Police Service to identify themselves upon entering the VACHS facility and to carry the identification card throughout the entire period while providing the service. The Certification and Accreditation (C&A) requirement do not apply and a Security Accreditation Package is not required. VIII. Additional Proposals will be considered only from offeror 's who are regularly established in the business called for, who are financially responsible, and able to show evidence of their reliability, ability, experience, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. Personnel trained and experienced in providing service/maintenance on the equipment identified above shall perform all work. The Government will not allow the work to be subcontracted. All qualifications submitted for the evaluation must be of the General Contractor not subcontractor. A resume of the employees involved must be included and a telephone number in which they could be contacted must be included in the bid document. The contractor shall ensure that its employees have received safety equipment training, medical surveillance programs, individuals health protection measures, and required for the work by the U.S. Occupational Safety and Health Administration. Contractor should comply with applicable safety codes and standards. Debris, garbage and/or equipment removed as part of this contract shall be collected and precautions must be taken to ensure that it is not otherwise dispersed outside the area during the cleaning process. For the purpose of clarification, any item not specifically excluded shall be considered the contractor's responsibility. Cost such as labor, shipping cost, travel expenses, lodging expenses, overhead, profit, any administrative cost, insurance, bonds and any other will be at no additional cost to the Government. All maintenance (predictive, preventive, repair service and emergency repair service) shall include replacement of parts deemed necessary by the Contractor or COR at no additional cost to the Government. If deemed necessary to make replacement then COR would request Modification to contract for the replace parts. All travel costs associated with the performance of this contract are the responsibility of the contractor and are provided at no additional cost to the Government as part of this contract. Travel costs are defined as but are not limited to time and vehicle costs for personnel in travel to and from job site for all duties outlined in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of parts or equipment out for repair that are covered under this contract, etc. Due to all the Major constructions the contractor will have to park the vehicles outside of the VACHs premises. This shall be at no additional cost to the Government. Upon contract award, the contractor accepts "as is" all equipment specified in the contract. The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COTR, or otherwise no later than IO working days from the date an employee first enters on duty. The uniform shall have the Contractor's name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. The Government will not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. Holidays. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract is defined as "Legal Federal official holidays" as follow: New Year's Day January 1 Martin Luther King Third Monday of January President's Day Third Monday in February Memorial Day Last Monday of May Independence Day July 4 Labor Day First Monday of September Columbus Day Second Monday of October Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 IX Health and safety: The contractor shall comply with all applicable federal, state and local requirements for protecting the safety of the contractor's employees, building occupants and the environment.In particular, all applicable standards of the OSHA shall be followed when working in accordance with this project. Occupants Safety: No process or materials shall be employed in such a manner that they will introduce additional hazards into occupied space. The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices, and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VAMC smoking policy, which designates all interior space as non-smoking areas. Patient, employee, visitors, and contractor personnel safety shall be maintained at all times. The contractor is responsible for the occupation safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall submit to the Contracting Officer, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS at the chemical storage site in a location accessible to VAMC personnel to assure compliance with all laws and requirements regarding the "Right to Know" law. The Contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, etc.) required to perform the work. Training on required safety programs and the proper use of PPE's shall be provided, and documentation maintained by the contractor. The Contractor shall obtain a Hot Work Permit from the Safety Office whenever soldering, welding, using a cutting torch, or other open flame, spark, or heat producing equipment. The contractor is required to follow ALL requirements outlined for the issuance of the Hot Work Permit. If the Government notifies the Contractor of any non-compliance with the pervious provisions; the contractor shall, after receipt of such notice, immediately correct the condition and notify the contracting officer in writing that the condition has been corrected. It, in the opinion of the Safety Officer or designee the condition is life threatening he/she shall instruct the contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order halting of all or any part of the work, and Contractor may be held in default. The Contractor bears all costs of stop work time and correcting safety hazards. The contractor shall provide within ten (10) working days after receipt of this contract a detailed listing of the following information: Safety program/procedures are required to be followed by the contractor's personnel in the performance of their duties and when such procedures are required. Listing of personal protective equipment(s) required to be utilized by the contractor's personnel in the performance of their duties. Also when equipment will be required. Material Safety Data Sheet (MSDS'S) for any chemical(s) utilized by the contractor in the performance of this contract. Contractor is responsible for the supervision of all their employees while on government property. It is the Contractor's responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. X. Injury or Accident As defined by OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements any incident of a major malfunction, accident or injury, a written report shall be submitted by the Contractor to the VAMC within five (5) working days following the incident. The report shall state the cause, what, where and when and why the incident happened and the repairs and tests that were or are to be made to correct the cause of the incident. XI. Quality Control Program The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified, Within five (5) working days prior to the starting date of the contract, the Contractor shall submit a copy of his program to the COR, for approval. The program shall include, but not be limited to, the following: An inspection system covering all the services described in the contract. A checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections. The name(s) of the individual(s) who will perform the inspection. The checklist shall include every area of the Contractor's operation as well as every task required to be performed. A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the Medical Center inspectors point out the deficiencies. A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the Medical Center upon request, at any time during the term of the contract. XII. Emergency Telephone Numbers The Contractor shall provide the COR with pertinent emergency telephone numbers, in order to summon assistance in case an emergency develops. At least one of the emergency telephone numbers shall be manned twenty-four (24) hours per day. This information shall be provided in writing to the COR, prior to the contract start date. XIII. Information Relating to Conduct of Contractor's Employees The Contractor shall prohibit his employees form disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official Medical Center use. Contractor shall require his employees to comply with the instructions pertaining to conduct and other regulations called to the Contractor's attention by the CO/COR, Federal Protective Officers, Inspectors, etc. XIV. General Information The Contractor shall immediately notify the contracting office and contracting officer's representative (in writing) of the existence of the development of any defects in, or repairs required which the contractor considers he is not responsible for under the terms of the contract, and shall furnish him a written estimate of the cost to make necessary repairs. The contracting officer reserves the right to make final determination of the responsibility. The contacting officer also reserves the right to solicit the services of other contractors to make said repairs. The Government reserves the right to perform emergency repairs if at the Government's opinion; it jeopardizes patient or employee safety. The RFP VA-248-15-Q-1186 will be advertised as Service Disabled Veteran Owned Small Business Set Aside. North American Industry Classification (NAICS) code for this procurement is 238220, and the size standards $15.0 Million. Only offerors from those firms regularly established in business providing this type of service will be considered by the agency. Interested offerors may obtain an electronic copy of the solicitation free at the URL address. Once the solicitation is posted, offerors are advice that they are responsible to review and monitor this solicitation in the website frequently to ensure they have the most up to date information about this acquisition. Offerors are advised that they are responsible for obtaining all corresponding amendments. If you are downloading this solicitation, it is strongly recommended that you complete the solicitation mailing list available on the web site. In order to be eligible for a contract award, firms must be registered in the System for Award Management (SAM) at www.sam.gov. Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/. A Request for Proposals (RFP) for this service is estimated to be released on or about 06 July 2015. Solicitation is being conducted using the policies of FAR Part 12, Acquisition of Commercial Items, in conjunction with the policies and procedures for evaluation and award prescribed in FAR Part 15, contracting by Negotiation. Award will be made to the lowest price technically acceptable offer. Questions regarding this solicitation must be by e-mail ONLY to include telephone number, fax number and point of contact to the Network Contracting Office 8, Attn: Jose R. Sierra - Contracting Officer, email: jose.sierra-colon@va.gov no later than July 17, 2014 @ 12:00 PM Eastern Time. All questions will be answered by an amendment and published on FedBizOpps web no later than July 24, 2015 by 1630/04:30PM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24815Q1186/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-Q-1186 VA248-15-Q-1186_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2147412&FileName=VA248-15-Q-1186-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2147412&FileName=VA248-15-Q-1186-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-Q-1186 VA248-15-Q-1186_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2147412&FileName=VA248-15-Q-1186-000.docx)
- Place of Performance
- Address: VA Caribbean Healthcare System;10 Casia Street;San Juan Puerto Rico
- Zip Code: 00921
- Zip Code: 00921
- Record
- SN03784211-W 20150704/150702234458-f755f1c1ab8036a754dd527c6c6dd345 (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 |