DOCUMENT
Z -- Service contract to provide services for SPS Air Handler - Attachment
- Notice Date
- 11/24/2015
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- VA24716Q0112
- Response Due
- 12/3/2015
- Archive Date
- 2/1/2016
- Point of Contact
- GAIL.BARGAINEER2@VA.GOV
- E-Mail Address
-
Gail.Bargaineer2@va.gov
(Gail.Bargaineer2@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SPS Air Handler (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA247-16-Q-0012. For all interested parties a site visit will take place on December 2, 2015 at 1000 AM. We will meet at VAMC Atlanta, 1670 Clairmont Road, Decatur, GA 30033, on the first floor at the information desk to be escorted to the location of work. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 07/02/15. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 7-SAO EAST intends to award a firm-fixed price service contract to provide services to correct a cooling issue with the SPS air handler. This will include hot tapping into the live chill water lines on floor 3C and piping new chill water lines to air handler 3CAH65 which serves Sterile Processing. (VI)Located at the Atlanta VA Medical Center, 1670 Clairmont Road, Decatur, GA 30033. (VII)The North American Industrial Classification System (NAICS) code for this procurement is 232820 with a business size standard of $15.0 million employees. This procurement is for small business to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VIII)Questions concerning this solicitation shall be addressed to Gail Bargaineer, Contracting Specialist, and emailed to Gail.Bargaineer2@va.gov.All questions or inquires must be submitted no later than 10:30 AM Eastern Standard time on December 3, 2015. No phone calls will be accepted. (IX)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 1000AM Eastern Standard time on an December 4, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Gail.Bargaineer2@va.gov. (X)This combined solicitation/synopsis is for the purchase of the following commercial services: PRICE/COST SCHEDULE CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001PROVIDE REPAIR SERVICES TO HOT TAP THE CHILL WATER SUPPLY AND RETURN LINES AT MAIN CHILL WATER PUMP AND INSTALL NEW PIPING TO THE STERILE PROCESSING AHU.AT THE ATLANTA VAMC PER THE STATEMENT OF WORK (SOW). 1JB$$ TOTAL: $__________________________________ A.GENERAL INFORMATION 1. Title of Project: SPS Air Handler 2. Scope of Work: The scope of this project is to correct a cooling issue with the SPS air handler. This will include hot tapping into the live chill water lines on floor 3C and piping new chill water lines to air handler 3CAH65 which serves Sterile Processing. 3. Background: Air handler 3CAH65, which serves SPS, is connected to the chill water system in a way that it does not have sufficient water flow to the coil in order to maintain supply air set point. Chill water connections must be relocated in order to increase water flow to the air handler. 4. Performance Period: This shall be firm fixed price to be completed 5 business days after the contract is awarded. 5. Type of Contract: This shall be firm fixed price contract. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. D. PERFORMANCE MEASURES Performance measures are comprised of performance indicators (some characteristic of a deliverable that can be measured) and performance measures (a mark, measure or benchmark that government personnel use as a point of comparison when evaluating contractor performance). The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these measures. The Performance Requirements Summary Matrix, listed below, includes performance measures. The Government shall use these measures to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). TaskIDPERFORMANCE IndicatorMEASURES StandardAcceptable Quality LevelMethod of SurveillanceDisincentive Delivery of Survey 1Chill water line hot tap and associated piping. Work to be complete in 5 days of start date.100%Contractors progress report Invoice shall be deducted 5%of total amount if service doesn't meet the performance standard. Delivery of Survey Results2Daily progress report to EngineeringResults reported every 12 hours100%Random inspection by engineering Invoice shall be deducted 5% of the total amount if service doesn't meet the performance standard. Patient Privacy3Adhears to VA HVAC design guide. At all times100%Random inspection by EngineeringInvoice shall be deducted 5% of the total amount if service doesn't meet the performance standard. E. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall make a 4 inch hot tap on the supply and return line of the main chill water lines. This shall include a cutoff valve at each tap. The 4 inch tap shall then be reduced to a 3 inch line on both supply and return. These lines shall run to the SPS air handler 3CAH65 and made ready to connect to the chill water coil. After shut down coordination with the sterile processing department, the existing lines to the coil shall then be cut and capped and the new lines connected to the chill water coil. The contractor shall perform a test and balance of the coil to determine proper flow to the coil. The contractor shall be responsible for insulation on the new piping. Task One: The Contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. F. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES: Optional Task One: N/A Optional Deliverable One: N/A G. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the Contracting Officer, including a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall project. The Contracting Officer will then review the facts and issue a response in accordance with applicable regulations. H. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. I. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with daily written progress reports (original plus _1__ copies). These are due to the COR by the first workday. 2. The progress report shall cover all work completed during the day. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved with an explanation. J. TRAVEL: [N/A] K. CONTRACTOR EXPERIENCE REQUIREMENTS: The contractor shall have at least 10 year experience in pipe fitting and hot tapping. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Contractor personnel will not need access to VA computer systems and will not be subject to a back ground investigation. 1.Position Sensitivity - The position sensitivity has been designated as Low Risk. 2.Background Investigation - The level of background investigation commensurate with the required level of access is Minimum Background Investigation. 3.Contractor Responsibilities a.The contractor shall prescreen all personnel to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. c.Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities A.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. B.Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct the background investigation. C.The VA Office of Security and Law Enforcement will notify the contracting officer and contractor adjudicating the results of the background investigations received from OMB. D.Upon being notified about a favorable determination, the contracting officer may issue a notice to proceed to the contractor. Deliverable No. One Item A detailed work plan and briefing for the VA project team Quantity Delivery Date Within _5_ calendar days after award Twoetc. N.CONTRACTOR ADMINISTRATION Contract Administration: Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The following individuals will be the Government's points of contact during the performance of this contract: 1. Contracting Officer:Maurice Ross Contract Specialist:Gail Bargaineer (g) Contracting Officer's Technical Representative (COR): To be designated at time of contract award. The COR shall be designated on the authority of the Contracting Officer at the time of contract award to monitor all technical aspects of the contract. In no event is the COR empowered to change any of the terms and conditions of the contract. Changes in any section of this contract shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR's authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify both the Contractor and the Contracting Officer of any deficiencies observed. A memorandum of designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract award setting forth in full the responsibilities and limitations of the COR. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (APR 2014) Offeror shall provide a quote addressing all CLIN: 0001. 52.212-2 Evaluation-Commercial Items (OCT 2014) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (MAR 2015) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment -52.217-8Option 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. (End of Clause) -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for Award Management 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24716Q0112/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-Q-0112 VA247-16-Q-0112.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2433905&FileName=VA247-16-Q-0112-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2433905&FileName=VA247-16-Q-0112-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-Q-0112 VA247-16-Q-0112.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2433905&FileName=VA247-16-Q-0112-000.docx)
- Place of Performance
- Address: Atlanta VA Medical Center;1670 Clairmont Road;Decatur, GA
- Zip Code: 30033
- Zip Code: 30033
- Record
- SN03954184-W 20151126/151124234852-a03fc5993f1f145f7fde4526bc5c7d91 (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 |