Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
DOCUMENT

J -- Air Handler HVAC Filter Changing Program - Attachment

Notice Date
11/3/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
36C25018Q0019
 
Response Due
11/9/2017
 
Archive Date
12/9/2017
 
Point of Contact
Olalekan K Ismail
 
E-Mail Address
8-3735<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT This Sources Sought announcement is issued solely for informational and planning purposes only. It does not constitute the issuance of a solicitation or a promise to issue a solicitation in the future. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN 10), Richard L Roudebush VA Medical Center located in Indianapolis, IN requires contractor to provide The Air Handler HVAC Filter Changing Program shall include all air handlers and fan coil units located throughout the facility. A draft Statement of Work has been provided in this announcement. This is a draft only and subject to change. The anticipated type of contract will be Firm Fixed Price. The Government wishes to enter into a contract with a base year and four (4), one (1) year options to be exercised at the Government s discretion. The applicable NAICS for this service is: 238220 Plumbing, Heating and Air Conditioning Contractors ($15 million- SBA Size Standard). To be considered for this requirement, Contractors must be registered in the System for Award Management (SAM - https://www.sam.gov). Any Contractor interested in this requirement should include the following information: 1. Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) 2. Capability Statement (brief background of capabilities, resources, experience, etc.). This information will be used to determine the capability of the interested Contractors for set-aside determinations. 3. Contact information (POC name, email, and phone) The closing time/date for responses is 12:00 PM EDT, November 9, 2016 All responses to this sources sought notice shall be submitted to the following: Point of Contact: Olalekan Ismail E-mail: olalekan.ismail@va.gov This sources sought notice is for market research purposes only. This request does not commit the Government to contract for any supply or service whatsoever at this time, The Department of Veteran Affairs is not seeking quotes, and will not accept unsolicited quotes. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this Request for Information. All costs associated with responding to this request will be solely at the responding party's expense. Responses to this request will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this request does not preclude participation in any future solicitations. Responses to this notice are not quotes and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (https://www.fbo.gov/ ) site for additional information pertaining to this request. Draft Statement of Work (SOW) PART I: GENERAL INFORMATION A. Introduction The Richard L. Roudebush VA Medical Center (RLRVAMC), Indianapolis, IN requires an Air Handler HVAC Filter Changing Program. B. Scope The Air Handler HVAC Filter Changing Program shall include all air handlers and fan coil units located throughout the facility. HVAC Units shall have Outside Air intake cleaned when filters are changed along with Outside Air/ Mixed Air Chambers. A complete cleaning of the mentioned compartments and screens is required. Contractor shall replace required micro-biocide tablets in condensate pans, the VA will provide the tablets. Fan coil units shall be cleaned, drain pans cleaned, fan housings and squirrel cage s cleaned and microbicide tablets replaced when changing filters. A small amount of bleach may be required for drain pans during summer months if slime is present.. The VA will purchase the micro-biocide tablets. The Contractor shall maintain a filter change record throughout the life of the contract. This shall be provided to the COR on a monthly basis. The Contractor shall provide competent staff that are familiar with HVAC equipment and can show industry certification and continuing education. The Contractor shall store all filters at an off-site location. Contractor shall not store any filters at the facilities. All used filters shall be removed from site once new filters are installed and disposed of off-site by the Contractor. The representative shall be available 24/7 and under emergency circumstances, should be able to visit our site within four (4) hours after being notified RLRVAMC has 58 Air Handling Units (AHU) and 375 (+/- 25) Fan Coil Units. Due to construction and demolition this number can change over the course of the contract however variance would be minimal. The systems include various manufacturers that include York, Trane, Carrier etc. and range in age from 1986 to present. Initially filters shall be changed according to attached filter schedule however this is subject to change as filter efficiencies are evaluated both by RLRVAMC and contractor. (Note: This may result in reduction of services thus reducing total costs to VA) Work shall be performed primarily during normal business hours, Monday thru Friday. An exception to this would be if cleaning is required in the Outside Air/ Mixed Air Chambers. Some fan coil units are in patient care areas which may require multiple visits to that area in order to complete change out. This holds true in some business/office areas as well. The only other exception would be emergency change out of filters due to weather related damage, and emergency equipment repair. Due to the nature of the facility, patent care focus, response and turnaround time is of major importance which may require a two (2) hour response time primarily in reference to individual filter change out on identified units or response to filter changes required because of utility interruption, and or emergency. Coordination of unit shut down for filter change will be with the Contracting Officer Representative (COR) and or Chiller Plant Operator. C. Applicable Documents 1. HVAC Design Manual Department of Veterans Affairs dated-2011. (attached) PART II: WORK REQUIREMENTS A. Technical Requirements 1. AHU Filter System Specifications Filters shall be changed out per the attached filter schedule. 2. Contractor staff need to become familiar with ahu s being serviced as to be able to work unescorted within one (1) month of contract performance. 3. Contractor staff shall be able to work unescorted and with minimal supervision after one (1) month of contract performance. 4. Contractor staff shall be able to communicate clearly, in English, on a portable radio. A. Filtration Requirement Filter Efficiency: Filter efficiencies shall comply with ASHRAE Standard 52.2-1999 (Method of Testing General Ventilation Air-Cleaning Devices for Removal Efficiency by Particle Size) https://www.ashrae.org/standards-research--technology/standards--guidelines. In addition the filters must meet ISO 9001:2000 manufacturing practices. All filter efficiencies shall be expressed as MERV (Minimum Efficiency Reporting Value). The contractor shall assure that the filters hold up and make necessary corrections to the type being used if they do not perform or break down. Pre-Filter (VA Grade A) MERV Rating = 8 Particle Sizes = 3 to 10 Microns Average Dust-Spot Efficiency = 30 to 35% Filter Size = 2 inch Thick Throwaway After-Filters (VA Grade B) MERV Rating = 11 Particle Sizes = 1 to 3 Microns Average Dust-Spot Efficiency = 60 to 65% Filter Size = 6 inch Thick Cartridge Throwaway After-Filters (VA Grade C) MERV Rating = 14 Particle Size = 0.3 to 1.0 Micron Average Dust-Spot Efficiency = 90 to 95% Filter Size = 6 inch Thick Cartridge Throwaway After-Filter (VA Grade D) MERV Rating = 15 Particle Size = 0.3 to 1.0 Micron Average Dust-Spot Efficiency = Greater Than 95% Filter Size = 12 inch Thick Cartridge Throwaway After-Filter (VA Grade E, HEPA Filter) MERV Rating = 17 Particle Size = 0.3 Micron-Sized Particles Efficiency = 99.97% on 0.3 Micron-Sized Particles IEST (Institute of Environmental Sciences and Technology) Type A Filter media shall be a blend of 100% virgin synthetic fiber. Media shall also be self supporting in pleated form, with no metal or plastic material laminated to the media to provide pleat support. Pleated media must be supported by a moisture resistant frame. B. Deliverables Equipment Inspection/Pre Evaluation of Unit (short assessment of condition) Labels affixed to units identifying contractor name, contract information, date of service, name of service technician. Entries completed at time of service and show history of services performed under this contract. Report identifying mechanical defects detected during service. Defects include inoperative dampers, damaged or leaking coils, excessive air bypass of filters, etc. Report to be given to COR upon completion of service. PART III: SUPPORTING INFORMATION A. Security All contractor employees are subject to the same level of investigation as VA employees who have routine physical access VA facilities. The level of background investigations commensurate with the level of access needed to perform the statement of work is: Special Agency Check (SAC). This requirement is applicable to all subcontractor personnel requiring the same access. The Contractor s employees shall wear visible identification and company uniforms at all times while on the premises of the VAMC. Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section or from the COR. The RLRVAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court B. Place of Performance Performance shall be at: RLRVAMC, 1481 W 10th Street, Indianapolis, IN, 46202 Veterans House, Building 7, 2669 Cold Springs Road, Indianapolis IN 46222 The work will be in mechanical spaces, on roof tops (height and inclement weather) and will require climbing ladders, limited access and working in and around other mechanical equipment. C. Period of Performance The performance period of this contract is from date of contract award to for a period of one (1) year with four (4) one (1) year option periods to be exercised at the Government discretion. D. Hours of Work: Hours of work are Monday through Friday 6:00 am 4:00 pm excluding federal holidays. Federal holidays are New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. Only exception to these hours would be any areas deemed Patient Care Areas which would require the contractor to address these areas before or after hours as needed. The COR can approve holiday hours as needed. E. Non-Conformance to Contract Conditions Any and all items or services may be tested and/or inspected for compliance with specifications. Items, which are not in conformance with specifications, may be rejected and returned at vendor's expense. F. Legislation Changes In the event any governmental restrictions are imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered in this proposal prior to their delivery, it shall be the responsibility of the successful bidder to notify the buyer at once indicating in writing the specific regulation which requires an alteration. VA reserves the right to accept or reject any such alteration, including any price adjustments occasioned thereby. G. Government Regulations All filters shall meet or exceed industry standards and HVAC Design Manual Department of Veterans Affairs. H. Vendor Qualification Information Vendors are to use the format specified in the RFQ in order to ensure that each section of the Vendor Qualification Criteria is addressed. The criteria listed below are considered mandatory to establish capability of each Contractor to meet RLRVAMC requirements. Please provide sufficient information regarding each of the items below for evaluation. You may include supporting literature and attachments to the information requested below. 1. Vendor Experience The Contractor shall be a company engaged in filter programs for air handler systems. The Filter Contractor should have the same dedicated employees changing the filters each time it is required, the COR/VA employees will not be available to escort contractor s employees after the first month of contract performance. The contractor shall be able to navigate all facilities un-escorted by any VA personal after the first month of contract performance. Failure to do so may result in termination of the contract. 2. Representative Experience The Contractor shall appoint one (1) member of its company to represent the company in dealings with the COR/CO. This representative shall have Journeyman Knowledge or higher, of HVAC systems. This representative shall be a full-time employee of the Contractor. Only the representative appointed will represent the Contractor regarding services for this contract, unless otherwise specifically authorized by the COR/CO. Copies of training, certifications from an accredited school or training program of vendor representative shall be provided with RFQ submission. The representative shall be on site during all filter changes and fan coil unit cleanings. 3. Past Performance References The Contractor shall submit a list of at least three (3) contracts of the same magnitude as this RFQ. Be sure to include the customer's name, address, contact name, and contact phone number. 4. Equipment Inspection The Contractor shall have the capability of inspecting our air-handling units to identify any issues that may present and alert the COR of potential issues. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer standards and specifications. CONTRACTOR REQUIREMENTS: 1. Contractor shall perform work in a professional manner and to the highest standards 2. Contractor shall check in with VAMC at time of arrival and checkout as defined in service hours. 3. Contractor to complete the VA Vendor Credentialing process and have all employees working on VA property badged with VA contractor badges through Police Services before beginning any work at the VA. All contractors shall wear VA Contractor Badges always during while onsite 4. A temporary badge may be issued on an as needed basis not to exceed 30 days. 5. Contractor shall be required to follow any or all Infection Control Risk Assessment (ICRA) http://www.premiersafetyinstitute.org/safety-topics-az/building-design/infection-control-risk-assessment-icra/ requirements set forth by the infection control staff. 6. Contractor shall remove all trash and debris at the completion of job. The work area is to be kept clean always. 7. The Contractor is to ensure that all tools, equipment or material are kept and placed in an orderly fashion to have as little impact on daily operations of the hospital, staff and patients. 8. Contractor shall be required to complete a RLRVAMC Indianapolis Service Ticket when the work is completed. 9. Contractor is required to park all service vehicles in designated vendor parking areas ONLY and are NOT allowed to park in any areas designated Patient Parking!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/36C25018Q0019/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0019 36C25018Q0019.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3889337&FileName=36C25018Q0019-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3889337&FileName=36C25018Q0019-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04731596-W 20171105/171103231028-446e5f065610167e2c43bcf12e17ba49 (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.