Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
DOCUMENT

J -- FBO RFI-9488 - PVAHCS Chiller Repair - Attachment

Notice Date
3/5/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
RFI9488
 
Response Due
3/8/2018
 
Archive Date
3/18/2018
 
Point of Contact
SUBMIT RESPONSES VIA EMAIL- dena.hallaren@va.gov
 
E-Mail Address
I-9488
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE: This is NOT a request for proposals; this is an industry inquiry for Market Research. A solicitation shall not be issued at this time. The intent of the procurement is to locate potential contractors for solicitation. The below specification defines the effort required for the purchase and period of performance. PERFORMANCE WORK STATEMENT BACKGROUND The purpose of this procurement is to acquire service repairs for two Chillers located at the Phoenix VA Health Care System (PVAHCS) in Phoenix, Arizona. The contractor is required to provide factory trained and certified technicians to perform comprehensive repair services as well as any required support for the identified equipment and systems in accordance with manufacturer recommendations and specifications. Additionally, all repair services rendered shall conform to the latest published edition National Fire Protection Association (NFPA-99), OSHA, CDRH and the original equipment manufacturer (OEM) specifications. Requires a certified service repair for two Phoenix VA chiller in Operating Room (OR) and Lab areas 2. SCOPE 2.1 For the OR chiller - MODEL# YCAL0124EC46 SERIAL# RHLM004028 Contractor shall remove EXV's and replace with new TXV's Remove refrigerant for system #1 and leave onsite Recover R-22 refrigerant from system #2 and leave onsite Remove EXV and install new TXV kit both system 1 and 2 Remove and replace sight glass lens system 1 Remove and replace drier cores both system 1 and 2 After replacement of parts charge system with nitrogen and check for leaks Evacuate system and charge with recovered R-22 refrigerant Restart system and check for proper operation 2.2 For the Lab chiller - MODEL #YCAL0124EC46XCADBTXHX - SERIAL# RHMM006306 Contractor shall remove EXV's and replace with new TXV's Remove refrigerant for system #1 and leave onsite Recover R-22 refrigerant from system #2 and leave onsite Remove EXV and install new TXV kit both system 1 and 2 Remove and replace drier cores both system 1 and 2 After replacement of parts charge system with nitrogen and check for leaks Evacuate system and charge with recovered R-22 refrigerant Restart system and check for proper operation 3. SPECIFIC AND TECHNICAL TASKS Contractor shall provide all the needed PPE and safety equipment necessary for the work. All national and local safety regulations and guidelines shall be adhered to. This includes proper PPE, OSHA, VA safety recommendations, etc. Contractor shall provide fire extinguishers that are readily available at all times. Work shall be conducted in a manner to afford maximum protection of patients, employees, public, building, facilities and to prevent unreasonable delay or interference with normal hospital activities. Contractor shall recover and reuse all refrigerants from the units and recover them through a filtered recovery system. Contractor shall provide all the tools, parts, and labor required for the job. After completion of maintenance, the system shall be operated by the Contractor to ensure all components meet required standards as outlined in manufacturer's specifications. All components and controls shall be checked and adjusted if necessary or applicable. Service technicians shall be certified on equipment and to perform any services/maintenance on the enclosed specified equipment. Contractor shall provide documentation/copy of certification with proposal submittals and upon award. The Contractor shall be responsible for cleaning the work area and equipment upon completion of work. Any accumulated rubbish shall be removed. The Contractor shall include all labor, travel costs, service parts, and including consumable parts required for repair. All parts shall be Original Equipment Manufacturer (OEM) parts are to be of manufacturer or equivalent and fully compatible. Contractor shall utilize a checklist for each step of protocols in accordance with manufacturer s recommendations. Any additional costs shall be clearly indicated in the offers quote. 4. COMPLIANCE The Contractor shall be fully responsible for compliance with all VA, Joint commission, 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: lockout/tag-out. All work for the duration of the contract shall be performed by certified trained technicians. 5. PERFORMANCE MONITORING As detailed in Section D (Will be listed in official RFQ) 6. DELIVERY SCHEDULE Delivery schedule consists of actual preventative maintenance visit and validation.  Scheduling shall be coordinated with the subject matter expert (SME) or through the Contracting Officer's Representative (COR).   7. PLACE OF PERFORMANCE: PHOENIX VA HEALTH CARE SYSTEM (PVAHCS): ADDRESS: Phoenix VA Medical Center, 650 E Indian School Road, Phoenix, AZ 85012 8. SECURITY REQUIREMENTS: Contractor shall perform maintenance on scientific equipment which is not connected to any VA network. Contractor shall not have access to patient records, VA sensitive information or to any IT system connected to the VA network. The C&A requirements do not apply and a Security Accreditation Package is not required. When on facility grounds, contractor shall sigh-in and be escorted by a VA/COR employee at all times as mandated and strictly enforced in facility security policy. 9. HOURS OF COVERAGE: Delivery schedule consists of actual service repair visit and validation.  Scheduling shall be coordinated with the subject matter expert (SME) or through the COR.   Normal hours of coverage are Monday through Friday from 8:00 am to 4:00 pm Arizona time. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the SME in coordination with the COR. Work performed outside the normal hours of coverage shall be approved by the Contracting Officer (CO). Funding for services that are outside the normal coverage hours or on holidays shall have approved funding prior to any service being allowed. Federal Holidays observed are located at the following link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ A copy of a packing slip with purchase order number shall be furnished at the time the order is delivered. 10. PARKING, SMOKING, AND VA REGULATIONS: It is the responsibility of the Contractor to park in the appropriate designated parking areas. Contractor shall not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any VA facility. 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. 11. SOURCES SOUGHT DETAILS NAICS CODE: 238220- Plumbing, Heating, and Air-Conditioning Contractors Small Business manufacturers for this NAICS code have a size standard.   The term of the contract is intended to be base contract plus 4 option years. It is anticipated that a Request for Quotes shall be issued in March 2018. Award of contract is contemplated by March 2018. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. INTERESTED PARTIES RESPONDING VIA EMAIL TO THIS SOURCES SOUGHT REQUEST SHALL SUBMIT THE FOLLOWING INFORMATION AT A MINIMUM: Company name, address, point of contact, phone number. DUNS number and company social-economic status. Lead time on delivery/ETA/Installation Can your firm provide all services or just partial? (If partial, which line item?) Intentions of subcontracting program to include set-asides If SDVOSB or VOSB, proof of registration in the VA Vet Biz websites or intention of registration prior to submission of offers to a solicitation - http://www.vip.vetbiz.gov/ Any other pertinent company documentation or product information. The response date to this Sources Sought notice is March 8, 2018 at 12:00 pm EST time. Electronic submissions are preferred via email address of: dena.hallaren@va.gov. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government shall not pay any costs for responses submitted. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS SHALL NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. DIRECT ALL QUESTIONS TO POC ONLY. IMPORTANT INFORMATION: The Government is not obligated to nor shall it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/RFI9488/listing.html)
 
Document(s)
Attachment
 
File Name: RFI-9488 RFI-9488.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4127017&FileName=RFI-9488-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4127017&FileName=RFI-9488-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Phoenix VA Medical Center;650 E Indian School Road;Phoenix, AZ 85012
Zip Code: 85012
 
Record
SN04842750-W 20180307/180305231214-d0a17adbe9699037a4be816319273b6d (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.