Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2019 FBO #6382
SOLICITATION NOTICE

Q -- SPS RO Water System Service 528A7

Notice Date
5/13/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24219Q0640
 
Response Due
5/22/2019
 
Archive Date
8/20/2019
 
Point of Contact
Kimberly Wiatrowski
 
Small Business Set-Aside
Total Small Business
 
Description
Page 14 of 14 Page 14 of 14 Page 14 of 14 COMBINED SYNOPSIS/SOLICITATION SPS Reverse Osmosis Water Testing and System Service located at the Syracuse VA Medical Center. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0640. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. (iv) This procurement is being issued as an Total Small Business set aside. The North American Industry Classification System (NAICS) code is 541380, Testing Laboratories, with a small business size standard of $15 Million. (v) The Contractor shall provide pricing to provide SPS Reverse Osmosis Water Testing and System Service at the Syracuse VA Medical Center. See table below for timeframe of option periods, reference the statement of work (SOW). ANNUAL PRICING FOR SPS RO WATER TESTING AND SYSTEM SERVICE: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ Base Year Service Agreement Contract Period: Base POP Begin: 06-01-2019 POP End: 05-31-2020 0001AA 12.00 MO __________________ __________________ Service checks to include expendable parts. All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid) including Service Reports. Contract Period: Base POP Begin: 06-01-2019 POP End: 05-31-2020 0001AB 4.00 QTR __________________ __________________ Reverse Osmosis Cleanings and Sanitization of system. Contract Period: Base POP Begin: 06-01-2019 POP End: 05-31-2020 0001AC 24.00 Bi-monthly __________________ __________________ Bacteria Testing Contract Period: Base POP Begin: 06-01-2019 POP End: 05-31-2020 0002 1.00 YR __________________ __________________ Base Year Service Agreement Contract Period: Option 1 POP Begin: 06-01-2019 POP End: 05-31-2021 0002AA 12.00 MO __________________ __________________ Service checks to include expendable parts. All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid) including Service Reports. Contract Period: Option 1 POP Begin: 06-01-2020 POP End: 05-31-2021 0002AB 4.00 QTR __________________ __________________ Reverse Osmosis Cleanings and Sanitization of system. Contract Period: Option 1 POP Begin: 06-01-2020 POP End: 05-31-2021 0002AC 24.00 Bi-Monthly __________________ __________________ Bacteria Testing Contract Period: Option 1 POP Begin: 06-01-2020 POP End: 05-31-2021 0003 1.00 YR __________________ __________________ Base Year Service Agreement Contract Period: Option 2 POP Begin: 06-01-2020 POP End: 05-31-2021 0003AA 12.00 MO __________________ __________________ Service checks to include expendable parts. All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid) including Service Reports. Contract Period: Option 2 POP Begin: 06-01-2021 POP End: 05-31-2022 0003AB 4.00 QTR __________________ __________________ Reverse Osmosis Cleanings and Sanitization of system. Contract Period: Option 2 POP Begin: 06-01-2021 POP End: 05-31-2022 0003AC 24.00 Bi-monthly __________________ __________________ Bacteria Testing Contract Period: Option 2 POP Begin: 06-01-2021 POP End: 05-31-2022 0004 1.00 YR __________________ __________________ Base Year Service Agreement Contract Period: Option 3 POP Begin: 06-01-2022 POP End: 05-31-2023 0004AA 12.00 MO __________________ __________________ Service checks to include expendable parts. All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid) including Service Reports. Contract Period: Option 3 POP Begin: 06-01-2022 POP End: 05-31-2023 0004AB 4.00 QTR __________________ __________________ Reverse Osmosis Cleanings and Sanitization of system. Contract Period: Option 3 POP Begin: 06-01-2022 POP End: 05-31-2023 0004AC 24.00 Bi-Monthly __________________ __________________ Bacteria Testing Contract Period: Option 3 POP Begin: 06-01-2022 POP End: 05-31-2023 0005 1.00 YR __________________ __________________ Base Year Service Agreement Contract Period: Option 4 POP Begin: 06-01-2023 POP End: 05-31-2024 0005AA 12.00 MO __________________ __________________ Service checks to include expendable parts. All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid) including Service Reports. Contract Period: Option 4 POP Begin: 06-01-2023 POP End: 05-31-2024 0005AB 4.00 QTR __________________ __________________ Reverse Osmosis Cleanings and Sanitization of system. Contract Period: Option 4 POP Begin: 06-01-2023 POP End: 05-31-2024 0005AC 24.00 Bi-Monthly __________________ __________________ Bacteria Testing Contract Period: Option 4 POP Begin: 06-01-2023 POP End: 05-31-2024 GRAND TOTAL __________________ ITEM NUMBER QUANTITY DELIVERY DATE SHIP TO: Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210 USA (vi) Description of requirement (See attached Statement of Work (SOW) to include Wage determination information): The contractor shall provide all parts and labor identified in the SOW. Statement of Work Biomedical Engineering Reverse Osmosis (Sterile Processing) Service Contract Syracuse VA Medical Center 800 Irving Avenue Syracuse, New York 13210-2716 B.2 Scope of Work B.2.1 General This firm fixed price requirement is for a service contract of the reverse osmosis unit servicing the sterile processing department located at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, New York, 13210. The current system was recently installed in September 2018 and requires monthly service. The Period of Performance is June 1, 2019 to May 31, 2020 with provision of four (4) option years. B.2.2 Objectives The objective is for the Syracuse VA Medical Center to improve sterilization of medical instruments by maintaining the reverse osmosis water system. The service contract will be used for the sanitization and maintenance of the reverse osmosis unit from date of award to September 30, 2019 with the option for four (4) additional years of service. B.2.3 General Requirements The contractor must comply with the following general requirements: The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (CO), or the Contracting Officers Technical Representative (COR), all acting within the limits of their authority. The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualification includes, but not limited to, the certification of all repair persons and repair facilities by the OEM as being trained and qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. B.2.4 Statement of Work The contractor shall provide all necessary labor and materials for service on the AquaScience reverse osmosis (RO) systems servicing Sterile Processing located at the Syracuse VA Medical Center. Service to include: Monthly service checks Includes verification that all pressure drops across all filters are within posted tolerances, replace filters as required Verify pressure drop across charcoal filters is within posted tolerances, backflush if required Review daily maintenance log sheet. Brief COR of any negative performance trends and make recommendations for corrective actions Quarterly Reverse Osmosis Cleanings and Sanitization of system Clean and sanitize RO unit with acid and alkaline cleaners and minncare Flush system and verify all sanitizing solution is removed from system with test strips. Flush until clear c) Bacteria Testing in accordance with AAMI Standards (Bi-Monthly) Report bacterial colony counts to the COR. If above AAMI threshold for Sterile Processing RO systems, brief COR of recommended corrective actions. Annually Replace UV lights, sleeves and rings Clean and sanitize RO unit and the entire loop with acid and alkaline cleaners and minncare. Flush system and verify all sanitizing solution is removed from system with test strips. Flush until clear Provide service reports for all scheduled services Provide charcoal tank and mixed bed De-Ionization (DI) tanks (6) All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid). Provide Expendable Parts Required for monthly, quarterly and annual services; to include: #FPMB-BB5-20, Prefilters Qty 12 #FPMB1-20, RO Prefilters Qty 24 #VGPOSO.2-10S9E, Hydrophobic Air Vent Qty 1 #WPS*20N0SF01E4-213, Hydrophilic Air Vent Filter Qty 1 #GPD3*20N0SF02E4-213, Resin Trap Filter Qty 3 #WP*20N0SF02E4-213, Bacteria Filter Qty 3 #17491LM, UV Lamps Qty 2 #3184, UV Sleeves Qty 2 #4253, UV Sleeve O-Rings Qty 4 Normal work hours for scheduled service will between the hours of 7:00 a.m. and 5:00 p.m., Monday to Friday, not to include Federal holidays. Scheduled work may be scheduled outside these normal work hours with at least 48-hour notice and prior approval of the COR and at no additional cost to the government. Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day declared by the President of the United States to be a holiday. This will be a firm, fixed price contract for a base year plus four (4) one-year options to be exercised at the discretion of the Government as shown in B.2.6, Terms and Renewal Option. The contractor shall provide a no charge invoice summarizing the maintenance of the RO unit. The contractor shall have the necessary skills, OEM training and experience to be qualified to repair the reverse osmosis equipment. 5. Government Furnished Equipment The service agreement will cover the following government furnished equipment: i) Newterra EPRO Reverse Osmosis Water Treatment System ii) All associated system components, including but not limited to, the water distribution loop, UV lights, pumps, micro filters, and system controls. B.2.5 Term and Renewal Option The term of this contract will be for the period June 1, 2019 or date of award through May 31, 2020, with options as shown. Base Year:              6/1/2019 5/31/2020 Option Year 1:   6/1/2020 5/31/2021 Option Year 2:   6/1/2021 5/31/2022 Option Year 3:   6/1/2022 5/31/2023 Option Year 4:   6/1/2023 5/31/2024 At the option of the Government, the right is reserved to renew this contract for the ensuing four (4) years by serving notice in writing at least thirty days prior to the annual renewal date, per Far Clause 52.217-9. This contract is issued subject to the availability of appropriations in the ensuing fiscal year(s). B.2.6 Security The contractor will have no access to patient information or medical networks at the Syracuse VA Medical Center. If the contractor is required to visit onsite for a repair or maintenance, he/she will need to notify the COR or other Biomedical Engineering personnel at least 2 hours in advance. The contractor will need to register with VA Police upon arrival to the Syracuse VA Medical Center. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24219Q0640 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Duns number Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-22 Alternative Line Item Proposal 52.216-1 Type of Contract (APR 1984) 52.233-2 Service of Protest (SEPT 2006) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be lowest price technically acceptable (LPTA) and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors Factor 1 Technical Capability: The Offeror shall provide a maximum of a 5-page capability statement demonstrating technical Capability to meet all the requirements of the Statement of Work. Offeror must have trained personnel and equipment to service and provide water testing and system service for the SPS Reverse Osmosis Water System located at the Syracuse VA Medical Center, technical capability statement must address the requirements identified in the scope of work. Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. Include the following information for each contract: a) Name and address of contracting activity b) Name and telephone number of contract person c) Dates of contract performance The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. The Government reserves the right to make award without discussions. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Provide pricing information by including a completed version of the table found in section (v) of this document with your response to this combined synopsis/solicitation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts and adding that amount to the base and other option years to arrive at the total. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (xiii) The Service Contract Act of 1965 does apply to this procurement, and the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an total small business set-aside combined synopsis/solicitation,  the government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Quotes are required to be received NO LATER THAN 10:00 AM EST, Wednesday, May 22, 2019. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. Requests for Information (RFI s) will not be accepted after May 17, 2019 10:00 AM Est. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via email to Kimberly Wiatrowski, Contract Specialist, 585-297-1460 x 72467; Kimberly.wiatrowski@va.gov. See attached document: 15-4163 Syracuse Wage Determination. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2019); 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/VAWNYHCS528/VAWNYHCS528/36C24219Q0640/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Syracuse VA Medical Center;Biomed;800 Irving Avenue;New York
Zip Code: 13210
Country: USA
 
Record
SN05309651-F 20190515/190513230036 (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.