DOCUMENT
F -- Sources Sought Notice for Deionized Water Services for the North Texas Health Care System - Attachment
- Notice Date
- 7/24/2018
- Notice Type
- Attachment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, Texas 75137
- ZIP Code
- 75137
- Solicitation Number
- 36C25718Q9685
- Response Due
- 7/31/2018
- Archive Date
- 10/29/2018
- Point of Contact
- Reginald Hayes
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS CODE: 562910 and sized standard is $20.5M. Note: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: To provide Deionized Water Services for the North Texas Health Care System. See Statement of Work. Anticipated period of performance: Base plus four (4) one-year options. Base: October 1, 2018 September 30, 2019 Option Year One: October 1, 2019 September 30, 2020 Option Year Two: October 1, 2020 September 30, 2021 Option Year Three: October 1, 2021 September 30, 2022 Option Year Four: October 1, 2022 September 30, 2023 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: A tailored capability statement indicating the firm s ability to provide the services required in the Statement of Work. The tailored capability statement shall address the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to ReginaldD.Hayes@va.gov with the subject line "Sources Sought, Deionized Water Services for the North Texas Health Care System /your company name" by Tuesday, July 31, 2018 NOON CST. The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance. Provide services under a firm-fixed price contract. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK OVERVIEW: The Contractor shall annually disinfect the entire Di system according to manufacturer specification. Those services are not limited to but must at least meet the procedures and intervals indicated in the statement of work. In addition, the Contactor shall maintain, check and calibrate, according to the manufacturer's procedures and the recommended schedule all the equipment identified in this Statement of Work. PLACE OF PERFORMANCE: The Department of Veterans Affairs, VA North Texas Health Care System, Dallas Veterans Medical Center, Dallas, Texas located at 4500 S. Lancaster Rd, Dallas, TX 75216. PERIOD OF PERFORMANCE: Base: October 1, 2018 September 30, 2019 Option Year One: October 1, 2019 September 30, 2020 Option Year Two: October 1, 2020 September 30, 2021 Option Year Three: October 1, 2021 September 30, 2022 Option Year Four: October 1, 2022 September 30, 2023 SCHEDULED MAINTENANCE PROCEDURES: The Contractor shall provide the Engineering Service with a written description of the procedures to be performed on each equipment item. The description must be provided in sufficient detail to be acceptable to the field inspectors of the Joint Commission on Accreditation of-Healthcare Organizations. SERVICE AGREEMENT WILL BE DETAILED AS FOLLOWS: (A) Onsite inspections On-site inspections will be performed once a week. For the Main Hospital Systems and the Dialysis Department. Main Hospital System Log sheet with readings will be completed at each visit as a record of inspection and a copy left with Bio-Tech or his designee. Log sheet will contain description of results of the inspection, including all gauge and meter readings, a description of any malfunction or problems found, and a description of any adjustments made to the system. (Where this applies) DI Tanks, Carbon Tanks, filters and UV Lamps. Inspection will include the following for the Dialysis Department. Softener water hardness test, softener meter settings, overall performance of softener unit, brine tank salt level will be reported. Carbon Tank checked. Reverse osmosis unit product flow, recirculation rates, rejection rates, and operating flow will be logged, normalized and monitored. All resistivity points will be checked each visit. Pressure drops will be checked and logged on all filters. General inspection for leaks, piping and valve irregularities, excessive vibration in rotating equipment, instrumentation or gauge or indicator problems, and control systems problems. Other consumables are not included, items will be quoted and bill separately. (B) Other Required Maintenance RO membranes and vessels can be cleaned and sanitized as necessary as determined by RO system performance data form monthly inspections. These cleaning cannot be projected and so will be invoiced on a per incident basis. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled maintenance will be provided only during Contractor's normal working hours (7:00 a.m. to 5:30 p.m., Monday thru Friday, excluding holidays). Upon acceptance of this contact, the Contactor shall immediately contact the using service to schedule mutually agreeable times for the performance of inspections. The contractor shall provide Engineering Service with a statement describing an acceptable arrangement for notifying Engineering Medical Center when. Equipment should be made available for servicing. REPAIR SERVICES: This arrangement will include unlimited emergency repair and callback repair services, the Contractor shall provide a 7-day, 24 hours a day, emergency repair service for urgently needed equipment. Contractor shall repair on request all equipment which is identified in the Equipment Section. All equipment repaired by Contractor shall be restored to proper working order and subject to appropriate safety checks before being returned as fit for use. Corrective maintenance shall be initiated by the Contactor when equipment defects are discovered as a result of the Contractor's performing preventive maintenance services. Corrective maintenance shall be initiated by the VA Medical Center by giving telephonic communication to the Contractor or the Contractor's answering service. The Contactor shall provide a FULLY QUALIFIED service representative onsite within twenty-four (24) hours of a service call from the hospital. "FULLY QUALIFIED means that the service representative can show evidence of successful completion of service training program for all the equipment specified in Section B. Engineering Service will determine if training is adequate and appropriate for the equipment to be serviced. Contractor shall restore the equipment to FULL PERFORMANCE within Seventy-two (72) hours of the original call. "FULL PERFORMANCE means that all defective parts have been replaced with parts equivalent to or better than the original manufacturer's parts and that the instrument meets or exceeds the manufacturer's original performance specifications. If at any time during the performance of this contract the service or material is not covered under this contract and is therefore chargeable, the Contractor shall acquire approval from the COR (Contracting Officer Representative), for the contract and the Contracting Officer and should withhold further performance of service pending approval. Under normal circumstances, a purchase order would have to be issued for such charges. SCHEDULE OF SERVICES Main System Weekly System Check 24x72 DI Tanks as needed 14x47 Carbon Tanks Quarterly 20 5-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually Bay 6, 1st Floor Polishing Station Weekly System Check 14x47 Mix Bed Tanks Quarterly 20 0.2-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually Bay 6, 1st Floor II Polishing Station Weekly System Check 14x47 Mix Bed DI Tanks Quarterly 20 0.2-micron filters Quarterly UV Lamps 3084 Yearly Level 5, Bay 3 (Pipe/Sub-Basement) Weekly System Check 14x47 Mix Bed DI Tanks Quarterly 20 0.2-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually Calibrate Meter Toxicology Type1 Recirculation DI Weekly System Check 14x47 Mix Bed Resin Tanks 9x42 Carbon Tanks Quarterly 10 0.2-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually 0.2-micron Filter Capsule Quarterly 20 5-micron Filter Quarterly Dialysis Department Weekly RO System Service Check Monthly Bacteria Testing Monthly Endotoxin Testing Quarterly AMMI Testing DOCUMENTATION: The Contractor shall provide the using service and Engineering Service with individual written reports which describe the maintenance and repair service performed on the equipment in sufficient detail. CALIBRATIONS OF CONTRACTOR'S TEST EQUIPMENT: Contractor must provide Engineering Service with a written confirmation that all gauging and measuring equipment used to check and calibrate the subject items of equipment has been calibrated either according to manufacturer's specifications or within the last twelve months against a standard that is traceable to the National Bureau of Standards. CAPABILITIES: Prior to award, bidder must have a facility, to include personnel, test equipment, parts inventory, Licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation), licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services from other than the original manufacturer or designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations. Contractors regeneration facilities should be FDA approved. WARRANTY: The Contractor shall warrant that the services to be performed under the contract will be performed in a workmanlike manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, express or implied, statutory or otherwise, and is the only warranty given by the Contractor. Item warranties that expire during the contract period will be added to the contract as appropriate. NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer Representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contract and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges to service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. CONTRACTOR CONTROL SYSTEM: The procedures that shall be followed by all Contractors (or agents of such Contractors) in the performance of servicing and/or repairing equipment at the Dallas VA Medical Center. When service is rendered during normal working hours: When the equipment is to be serviced, the agent of the contractor shall report to the Engineering Office (Bldg 9) to log in before proceeding to the department requesting service. When service is completed, the repairman must indicate on the repair ticket the specific action taken, all parts -replaced, hours or labor -required and travel time. The equipment serviced must be clearly identified by name, serial number and -the P-MT number, the department supervisor or his/her representative will sign the repair ticket. Before leaving the VA Medical Center Dallas, the repairman shall log out with the Engineering Office, he/she must give the user department and the Engineering Office a legible copy of the repair ticket along with all parts replaced. B. When service is required but the Engineering Office is unattended: The repairman may report directly to the department requesting service. When service is completed, the repairman shall indicate on his/her repair ticket the specific action taken, all parts repined, hours of labor required, and travel time. The equipment serviced must be clearly identified by name, serial number and PMI number. The person who requested the contractor service or his/her representative will indicate time in and out, sign his name and retain a copy of the repair ticket. A copy of the service slip shall be submitted to the accounting technician, Engineering Service, Bldg, 9, the day service is performed or the day invoice is submitted. INVOICES WILL BE HELD FOR PAYMENT UNTIL A COPY OF THE REPAIR TICKET IS RECEIVED!! SECURITY CLAUSE: The COR and the Contractor will assure that- No other information except what is in this contract will be shared with the contractor in any follow up communication. None of the information in this contract includes Protected Health Information. EQUIPMENT: The Contractor is required to provide equipment required to operate the systems listed below: Main System Weekly System Check 24x72 DI Tanks as needed 14x47 Carbon Tanks Quarterly 20 5-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually Bay 6, 1st Floor Polishing Station Weekly System Check 14x47 Mix Bed Tanks Quarterly 20 0.2-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually Bay 6, 1st Floor II Polishing Station Weekly System Check 14x47 Mix Bed DI Tanks Quarterly 20 0.2-micron filters Quarterly UV Lamps 3084 Yearly Level 5, Bay 3 (Pipe/Sub-Basement) Weekly System Check 14x47 Mix Bed DI Tanks Quarterly 20 0.2-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually Calibrate Meter Toxicology Type1 Recirculation DI Weekly System Check 14x47 Mix Bed Resin Tanks 9x42 Carbon Tanks Quarterly 10 0.2-micron filters Quarterly UV Lamps 3084 Yearly System Disinfection Annually 0.2-micron Filter Capsule Quarterly 20 5-micron Filter Quarterly Dialysis Department Weekly RO System Service Check Monthly Bacteria Testing Monthly Endotoxin Testing Quarterly AMMI Testing All equipment will be piped in SCH80 PC. The VA Medical Center Dallas is responsible for providing all utilities to point of use. All equipment furnished by Contractor will be operated by Contractor. Building 2, Type I Recirculation DI System Will include: Two (2) drops for two (2) Analyzers, Installation, UV System and Loop Bacteria Filtration and System Disinfection. Tanks and Filters will be placed on a three (3) month recurring exchange schedule. HOURS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE: New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 GOVERNMENT BADGES: The Contracting Officer Representative (COR) or VAMC Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. CONTRACTOR BADGES (NOT APPLICABLE): All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length more than three inches, while assigned under this contract. CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. END OF DESCRIPTION, SPECIFICATIONS, and STATEMENT OF WORK: The Contractor shall guarantee that all equipment covered in this contract shall meet or exceed manufacturer's performance specifications at the contract expiration date. At the end of the contract term and within the two weeks following the award to the new Contractor, there will be a final inspection of all equipment at which the Contactor, the new Contractor and the Contracting Officer's Representative will be present. Any deficiencies noted will be the responsibility of the previous Contractor and shall be corrected by the terms of this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9685/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q9685 36C25718Q9685.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502412&FileName=36C25718Q9685-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502412&FileName=36C25718Q9685-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q9685 36C25718Q9685.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502412&FileName=36C25718Q9685-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;North Texas Healthcare System;Dallas VA Medical Center;4500 S. Lancaster Road;Dallas, Texas
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN05004931-W 20180726/180724231139-00175b39a88f3e7c944acd566f1fc64c (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 |