Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
DOCUMENT

J -- INTENT TO SOLE SOURCE Refurbish Air Handling Unit - Attachment

Notice Date
4/3/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218Q0826
 
Archive Date
5/3/2018
 
Point of Contact
Lori Eastmead
 
E-Mail Address
Government Email
(Lori.Eastmead@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Air Quality Innovative Solutions, LLC., for refurbishing the air handling units located at the Clement J. Zablocki VA Medical Center, Milwaukee, WI. Air Quality Innovative Solutions LLC is the only vendor capable of providing the SealTech System which is compliant with NFPA 90A 25/50 requirement (ASTM E-84 Test). It also has an EPA registered active antimicrobial surface capable of abating growth of pathogenic biological agents such as mold, Legionella and Aspergillus. This procurement is being conducted in accordance with FAR 12 & 13 Single Source Award Justification for Simplified Acquisitions Procedure and no other vendor will satisfy agency requirements. This notice of intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notification to the Contracting Officer by 11:00 AM (CT) April 12, 2018. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements and the Statement of Work (SOW) listed below. Information must be sent to the Contracting Officer, Lori.Eastmead@va.gov. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Officer will proceed with the sole source negotiation with Air Quality Innovative Solutions, LLC. AIR HANDLING UNIT REFURBISHMENT STATEMENT OF WORK The Contractor shall provide all travel, labor, labor hours, management, materials, tools, and equipment necessary to refurbish the mechanical air handling units with AQUIS SealTech System located at the Clement J. Zablocki Medical Center, Milwaukee, WI as defined in the Scope of Work (SOW). CLIN DESCRIPTION TOTAL PRICE 001 A-Wing AC-1/S-1 (travel, labor, labor hours, management, materials, tools, and equipment) 002 B-Wing V-7 (travel, labor, labor hours, management, materials, tools, and equipment) 003 A-Wing V-9 (travel, labor, labor hours, management, materials, tools, and equipment) 004 Deployment TOTAL COSTS Pricing must include a minimum of 3-year warranty on all products manufactured and installed by AQUIS and sold to the VA. 1.0 DESCRIPTION OF SERVICES The Contractor must: Coordinate with the COR to de-energize the AHUs Isolate the air handling units by sealing off adjacent ductwork and through the use of negative air machines Clean and prepare all surfaces that will be addressed by AQUIS including the removal of non-compliant coatings and foams Reinforce compromised surfaces with steel as needed to restore structure Apply AQUIS Low Temperature EFX Epoxy (self-leveling) at 3/16 nominal thickness and 6 up walls throughout chamber floors immediately upstream of 1 coils Apply AQUIS Low Temperature EFX Epoxy (self-leveling) at 3/16 nominal thickness and 6 up walls throughout remaining chamber floors and condensate pans downstream of 1 coils Apply AQUIS Fire Barrier over all epoxy for compliance with NFPA 90A fire codes Apply AQUIS Antimicrobial Top Coat over all fire barriers Apply AQUIS Multiacrylic, corrosion resistant, antimicrobial coating on walls, ceiling, fan housing, and structural steel Confirm proper operation of existing drains and traps Test AHU for proper drainage prior to recommissioning Generate a detailed installation report The VA will complete the following tasks are completed prior to the onsite arrival of AQUIS Installation Team: 1. Bend moisture eliminators must be removed The VA will provide the following to the contractor: 1. A clearly defined schedule of when the AHU will be available to AQUIS 2. An individual familiar with the HVAC equipment and lockout procedures 3. Facility access as required 4. Ability to lockout energy sources (electric, steam, hot water, etc.) per OSHA requirements 5. Ability to shutdown smoke detection systems as needed during the refurbishment 6. A minimum of three (3) 110V 20A circuits within the vicinity of each AHU 2.0 TECHNICAL REQUIREMENTS 3.0 REPORTS A written ESR report with complete and documented all preventive maintenance and repair work must be submitted at the completion of each visit. Report must be in format mutually acceptable to VA and Contractor. The report shall include a detailed description of the process used including a complete list of acceptable cleaning agents. The report shall also include, but not limited to, manufacturer of products used, UL classification, and a copy of any Safety Data Sheets previously submitted as required by the specifications and OSHA. In addition, each ESR must, at a minimum, document the information listed below legibly and in complete detail. Failure to provide written reports could result in delay of payments. Reports must be submitted in original copy. No carbon copies will be accepted. a) Name of Contractor b) Name of FSE who performed services c) Contractor service ESR number/log number d) Date, time (starting and ending), equipment downtime, and hours on-site for service call e) VA purchase order number (Using the incorrect number could delay processing of invoices) f) Identification of equipment to be serviced: ID number, manufacturers name, model, and serial numbers, room location, and any other manufacturer s identification numbers g) Itemized description of services performed including location of access panels and documenting of discrepancies, system impairments, and recommendations h) Signatures of the FSE performing the services and the VA employee who witnessed the services described The contractor is to submit two (2) hard copies and one (1) electronic of the final repair report, to include before and after pictures. 4.0 GENERAL INFORMATION 4.1 Hours of Operation Normal hours of operation are Monday through Friday from 8:00 am to 5:00 pm CST, excluding holidays. All services shall be performed during normal hours of coverage unless requested and approved by the COR. Due to the nature of the project, the Contractor understands that a portion of the work will be performed in occupied areas. Therefore, work shall be performed in strict accordance with the Conformance Standards and OSHA regulations. Contractor shall perform work in a professional manner and shall minimize the disruption of normal operations of the facility including the occupied patient and staff areas. Federal and National Holidays observed by the VAMC are: National Holidays Federal Holidays New Year's Day Labor Day Memorial Day Thanksgiving Day Christmas Day M L King's Birthday Columbus Day President's Day Veterans Day Independence Day Also, included would be any other day specifically declared by the President of the United States to be a National Holiday. When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday. 5.0 COMPLIANCE WITH THE GENERAL SAFETY REGULATIONS 5.1 All Contractors and Subcontractors performing services for the Government are shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. 5.2 All ladders, scaffolding, tools, equipment, personal protective equipment, etc. shall be OSHA approved for the work to be performed. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on-site on commencement of Contract. 5.3 The Contractor shall purchase and issue all chemicals in their original containers. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this Contract. Any violation of OSHA may be subject to default action. 5.4 Contractor shall furnish to the COR two (2) copies of Material Safety Data Sheets (MSDS), for all products proposed for use, a minimum of seven (7) days prior to beginning service, for approval. Contractor must update copies of the MSDS on an annual basis. In addition, each time a new chemical product is proposed to be introduced into the facility, a copy of that product's MSDS must be provided to the COR for approval, prior to the product being used at the facility. 6.0 SECURITY REQUIREMENTS All contractors working at Milwaukee VAMC shall be fingerprinted prior to being allowed to work on campus. Contractor ID badges can be obtained from PIV office typically 3-5 days after approved SAC form is received and finger prints clear. ID badges are required for contractor employees working at VAMC Milwaukee. Contractors who been finger printed at other VAs and have contractor badges from other VAs can have their information transferred, thus reducing the time to get a Milwaukee VA badge. Individual s names and the name of the VA where the finger printing occurred at should be forwarded to the VA COR after award to expedite the badging process. Contractor Furnish SAC form to each employee and subcontractor employee, regardless of how long they will be on site, and have them fill out the form. Blank SAC form is included as appendix to this specification. When form is legibly completed by hand, scan each form with file name as above then dash then employee name (e.g., 08 SAC FORM John Doe). Email form to VA COR (a.k.a., COR) VA and Requestor VA COR signs form, then emails Fingerprinting Office (fingerprinting) and PIV Office (badging) of pending visit from person named, forwarding form as email attachment. Contractor/Requestor visits Fingerprinting/PIV Office, building 70, E-wing south, ground floor. VA Fingerprinting Office will check to ensure proper form was received. VA Processing Fingerprinting begins background check process. Fingerprinting must be done within 4 weeks after contract award. Contractor may be escorted by a VA employee while this process is being completed. Assuming background check allows, then within 3 to 10 business days, VA should send to Contractor/Requestor notice that they may now obtain their Physical Access Control (PAC) badge. VA PIV Office staff take photo and issue PAC badge. Badge Usage Wear badge, readily visible, above waist level, not on head or hard hat, when on grounds doing work. Lanyards and clips are not included, but may be purchased at Canteen Store. Superintendent shall inspect personnel badge (should be visible). Badges allow keyless entry into restricted areas. Names, dates, and times of access are recorded by VA Police. Badges will be valid for 90 days. The PM will notify PIV office to extend badge access for another 90 days if appropriate. Badge wearer, not anyone else, must get badge issues taken care of. For example, it is not allowed to hand over badge to superintendent to walk them down to FM or PIV for entering code on back of badge, into SAM box system. Violations may result in suspension or revocation of construction access. 7.0 PROTECTION OF GOVERNMENT PROPERTY During work execution, the Contractor shall take special care to protect Government property including furniture, walls, baseboards, ceiling tiles, and other surfaces. Accidental splashes shall be removed immediately. Damage resulting from the Contractor operations shall be repaired by the Contractor, including painting, refinishing, ceiling tile replacement or replacement, if necessary, at no additional cost to the Government and to match the existing finish, paint or ceiling tile. The Contractor shall be responsible to meet OSHA/Safety requirements in the performance of the work. This shall include, but not limited to, taking all the necessary precautions to protect the patients, visitors, and/or staff at each location. The Contractor shall be held responsible for any injuries and /or damage, which may be caused because of the Contractors failure to adhere to these requirements. Extreme caution shall be exercised to prevent damage to the building and its contents. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the contractor will be repaired and/or replaced to the satisfaction of the VA at the Contractor s expense. 8.0 FACILITY POINT OF CONTACT VA Contact Person: __Adam Kreger_______________________________________ Contractor Telephone Number(s) of Service Department: _414-384-4000 ext. 44773 8.1 Additional Charges There shall be no additional charge for time spent at the site (during or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. 9.0 DEFINITIONS/ACRONYMS Acceptance Signature VA employee who is authorized to sign-off on the ESR, which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. Authorization Signature the COR s signature; indicates that the COR accepts work status as stated on the ESR. CO Contracting Officer COR Contracting Officer s Representative VAMC Department of Veterans Affairs Medical Center
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0826/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q0826 36C25218Q0826.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4200375&FileName=36C25218Q0826-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4200375&FileName=36C25218Q0826-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04875871-W 20180405/180403231244-18b356b82f196355be898751c833a184 (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.