SOURCES SOUGHT
J -- Replace New Drives for Air Handler Motors
- Notice Date
- 12/13/2018
- Notice Type
- Synopsis
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);3001 Green Bay Road;North Chicago Il 60064
- ZIP Code
- 60064
- Solicitation Number
- 36C25219Q0199
- Response Due
- 12/19/2018
- Archive Date
- 1/18/2019
- Point of Contact
- antaeus.gayles@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) - Southern Tier in North Chicago, IL is soliciting businesses for Replacement of Driver for Air Handler at the Jesse Brown VA located at 820 S Damen Ave Chicago, IL.60612 The current systems and devices are listed in the attached SOW. It is understood that all Contractors submitting a response to this Sources Sought will have an established business with three (3) years of consecutive experience in performing these types of services at healthcare facilities. The Contractor must also be licensed and authorized to perform services on all the equipment listed. The Contractor shall furnish all labor, supervision, materials, tools, and equipment necessary to complete the required services. The following NAICS Code and Small Business Size Standard has been identified for this requirement: 238210 Plumbing, Heating, and Air-Conditioning Contractors with a Size Standard of $15 Million in annual revenue. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name and Assumed Name/dba (if applicable) Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business or other than small business) Socio-economic status (If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Copies of applicable certifications and/or accreditations (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 238210. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding socio-economic status. All information must be received no later than Wednesday, December 19, 2018 at 11:00 AM (CST). Email all information to Antaeus Gayles, Contract Specialist at Antaeus.Gayles@va.gov. 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. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. 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. 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). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions. STATEMENT OF WORK Scope: The contractor shall provide all labor, travel, materials and the necessary equipment to provide removal of existing VFD, furnish and install new VFD for existing 30 HP S-22 fan motor. Specific Tasks/Deliverables Remove existing VFD, furnish and install a (5) new VFD (variable frequency drive) for the existing air handlers: 1-40HP AHU 3 1-30HP S9B 1-7.5HP P14 1-7.5HP S10B 1- 5HP E7 The new drive to be ABB brand, circuit breaker combination type with maintenance by pass function and BAS communication card (BacNet/LONWORKS). Include a single 2 hour start up visit by manufacturer technician. Installation to be performed during a standard week day, first shift, straight time. Hours of Operation. Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm CST, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR or designee. Holidays include: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day And any other day specifically designated as a national holiday by the President of the United States. Place of Performance. Jesse Brown VA Medical Center 820 S. Damen Ave Chicago, IL 60612-3728 Period of Performance. 30 Days from Date Of Award Performance Monitoring. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the performance monitoring of this contract. Direct Observation-(Can be performed periodically or through 100% surveillance.) Periodic Inspection-(Evaluates outcomes on a periodic basis. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. Security Requirements. Vendor will not have access to VA Sensitive Information, patient records, or data. For repairs or services performed during normal work hours, 7:00 a.m. to 4:40 p.m. at the Jesse Brown VA Medical Center, contractor s repairman shall report to Dennis Minefee, the Contracting Officer Representative (COR) at the Plumbing Shop, Room 2T16. Contractors shall sign-in and obtain a badge and return the badge at the end of the day. After all work is complete, the contractor s repairman shall again report in person to Dennis Minefee at the room listed above, submit a written service report outlining the services performed and completed to include location and parts used. For services performed outside normal working hours, the contractor s repairman should call Dennis Minefee, the COR representative at 312-262-8542, and report to Dennis Minefee at Jesse Brown VA Medical Center. After all work is complete the contractor s repairman shall again report to the COR where the repairman shall submit the report required above. Government-Furnished Equipment (GFE) / Government-Furnished Information. None. Other Pertinent Information or Special Considerations. All work shall be performed by personnel qualified to work on the specific equipment. All work performed shall comply with AAMI and CMS guidelines and shall be designed to assure that the Jesse Brown VA Medical Center is providing the best possible water to the patients. REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS). As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed the thresholds outlined in FAR Part 42.15, and shares those evaluations with other Federal Government contract specialists and procurement officials through the Past Performance Information Retrieval System (PPIRS). The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to the posting of each report. To fulfill this requirement VA uses an online database, the Contractor Performance Assessment Reporting System (CPARS). The CPARS database information is uploaded to the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. Each contractor whose contract award is estimated to exceed the thresholds outlined in FAR Part 42.15 is required to provide to the contracting officer contact information for the contractor s representative with their response to the solicitation. The contractor is responsible to notify the contracting officer of any change to the contractor s representative during the contract performance period. Contractor s representative contact information consists of a name and email address. The Government will register the contract within thirty days after contract award. For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor s performance annually. Intermediate reports will be filed each year until the last year of the contract, when the final report will be completed. Each report shall be forwarded in CPARS to the contractor s designated representative for comment. The contractor s representative will have thirty days to submit any comments and return the report to the VA contracting officer. Failure by the contractor to respond within those thirty days will result in the Government s evaluation being placed on file in PPIRS without contractor s comments. Health and Human Services/Office of Inspector General (HHS/OIG). To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the HHS/OIG, List of Excluded Individuals/Entities on the OIG Website (www.hhs.gov/oig) for each person providing services under this contract. Further the Contractor is required to certify in its proposal that all persons listed in the contractor s proposal have been compared against the OIG list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. Health Insurance Portability and Accountability Act (HIPAA) Compliance. Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). In accordance with HIPAA, the Contractor may be required to enter into a Business Associate Agreement (BAA) with VA. Optical Dispensing Services qualifies as a medical service therefore, no BAA is required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0199/listing.html)
- Place of Performance
- Address: Jesse Brown VA;820 S Damen Ave;Chicao Il 60612
- Zip Code: 60612
- Country: USA
- Zip Code: 60612
- Record
- SN05173759-F 20181215/181213230021 (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 |