Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2019 FBO #6477
SOURCES SOUGHT

J -- Replace Reheat and Actuators !!!!! Intent to Sole Source !!!!!!

Notice Date
8/16/2019
 
Notice Type
Synopsis
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Captain James A. Lovell;3001 Green Bay Road;North Chicago Il 60064
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0873
 
Response Due
8/21/2019
 
Archive Date
9/20/2019
 
Point of Contact
antaeus.gayles@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 3 The Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) in North Chicago Il intends to negotiate a sole source contract with TL Services, Inc. to remove and install new reheat valves and actuators for Jesse Brown VA Hospital located at 820 S Damen Ave Chicago Il 60612 This contract will be for firm fixed price contract. This procurement is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy the agency requirements. The contract will be firm fixed price and the NAICS code is 333415 This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products, services and capabilities as well as references from other customers who are using these products and provide service for removal install new reheat valves and actuators equipment for the Jesse Brown VA Health Care Center to the contracting officer NLT 11:00AM CST, 21 August 2019. Supporting evidence must be submitted in sufficient detail to demonstrate the ability to comply with the above requirements and attached Statement of Work, to include access to OEM parts for repairs. Information must be sent to: Antaeus Gayles Great Lakes Acquisition Center Southern Tier 3001 Green Bay Road Building 1, Room 326 North Chicago, IL 60064-3048 Or via fax to (224) 610-3269, or via email response to antaeus.gayles@va.gov. Responses received will be evaluated; however a determination by the Government to not compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the GLAC will proceed with the sole source negotiation with TL Services Inc STATEMENT OF WORK Scope: The contractor shall provide all labor, travel, materials and the necessary equipment to remove and install new reheat valves and actuators throughout animal research at JBVAMC. Specific Tasks/Deliverables Provide project schedule and perform daily coordination with VA Animal Lab Staff for temporary relocation of animals (as required) to gain access for work above ceilings. Provide temporary walls for infection control, where needed. Locate hot water reheat isolation valves and shut off reheat water supply to existing reheat terminal units. Provide and install one (1) fire-rated access door for access to one (1) valve due to location. Perform paint and patch of one (1) fire rated access door, as required. Remove and replace ceilings tiles for above ceilings access, as required. Drain reheat piping, as required to remove valves. Water will be drained one time and remain drained until all valves on individual loop(s) are replaced. By others. Remove twenty-eight (28) existing actuators. Remove twenty-eight (28) existing valves. Provide and install twenty-eight (28) new fail CLOSE Belimo globe valves, including fittings (as required). Perform leak check for new valves, as required. Provide and install twenty-eight (28) new electric Belimo actuator. Terminate new electric actuators to existing reheat box controllers. Refill reheat piping water and vent on individual loop(s), as required. By others. Verify proper operation of valves and temperature control at front end of BAS workstation. Perform daily clean-up of work areas. Remove, furnish and install new evaporator. All work to be performed during normal working hours in order to coordinate and minimize impact on animals. Provide (1) year warranty on all material and workmanship from date of completion of the above referenced project. 1 year of standard warranty to be included. Labor and Parts. 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. 09/01/19 - 09/30/19 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 (16-AUG-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/VAGLHS/VAGLHCS/36C25219Q0873/listing.html)
 
Place of Performance
Address: Jesse Brown VA;820 S Damen Ave;Chicago Il 60612
Zip Code: 60612
Country: USA
 
Record
SN05407936-F 20190818/190816230022 (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.