Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2019 FBO #6538
DOCUMENT

J -- 541-20-1-5746-0015 Air Filter Replacement (VA-19-00089722) Air Filter Replacement - Attachment

Notice Date
10/18/2019
 
Notice Type
Attachment
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25020Q0038
 
Response Due
10/17/2019
 
Archive Date
12/16/2019
 
Point of Contact
Harvey J. McGowan
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25020Q0038 Posted Date: 10/18/2019 Question Due Date: 10/23/2019 Current Response Date: 10/25/2019 Product or Service Code: J041 (Maintenance and Repair of Air Circulation Equipment) Set Aside: Small Business Set Aside NAICS Code: 333413 (Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing) Contracting Office Address Network Contracting Office (NCO)10 6150 Oak Tree Blvd (Suite 300) Independence, OH 44112-2413 All correspondence should be emailed to Harvey J. McGowan harvey.mcgowan@va.gov. Please submit all required documentation by e-mail. No hard-copies required. COMBINED SYNOPSIS / SOLICITATION SMALL BUSINESS SET ASIDE DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for 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 document will not be issued. This is a Request for Quote (RFQ). The government anticipates awarded a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01 10/10/2019. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/browsefar; http://farsite.hill.af.mil; and/or http://www.va.gov/oal/library/vaar/index.asp. This requirement is set-aside 100% for Small Businesses (SB s); the associated NAICS code is 333413 and the small business size standard is 500 employees. Type of contract will be a firm-fixed price. SMALL BUSINESS SET ASIDE The Network Contracting Office (NCO) 10-RPO Central is soliciting offers using small business set aside procedures to provide all management, supervision, labor, materials, supplies, tools and equipment, necessary to perform air filters replacement at the Louis Stokes Cleveland VA Medical Center. This requirement is a 100% small business set-aside in accordance with FAR. 19.502-2. Only offers from small business firms will be considered. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract registered in the record must be complete and not missing elements such as representations and certifications. Also, if you want consideration as a Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Business (VOSB), you must be registered in VIP (Vendor Information Pages) at https://www.vip.vetbiz.gov/, if not, then you will fall into the small business category. All questions regarding this RFQ shall be emailed to Harvey J. McGowan, Contracting Officer at harvey.mcgowan@va.gov and submitted no later than 2:00 PM EST on August 23, 2019. Contractors interested in successfully completing this requirement shall submit their quotes via email to harvey.mcgowan@va.gov. All quotes are due by 4:00 P.M. Eastern Standard Time (EST) on October 25, 2019. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Description of Services: The Louis Stokes Cleveland VA Medical Center in Cleveland, Ohio, Engineering Service, requires the following services: Statement of Work: 2. Contract Title. Air Filter Replacement 3. Background. This contract is necessary to maintain the air quality required by this Medical Facility. 4. Scope. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC) is contracting to provide all labor, material, equipment, transportation, and supervision necessary to provide the supply and change of air filters (pre, carbon & after) in its entirety for the HVAC systems located at the LSCDVAMC, 10701 East Blvd., Cleveland, OH 44106, Wade Park facility, The TR House and Fisher Houses 1&2, this will include disposal of all filters except HEPA type. Services shall be in accordance with terms, conditions, provisions and schedule of the contract. Services shall be from date of award and one year thereafter, with four (4) pre-priced one (1) year options for renewal. Bidders should thoroughly review the specification and be familiar with the areas of coverage prior to submitting their bid to be fully aware of the supplies and/or services required. Failure to do so will not relieve the bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. 5.0 Description/Specifications Vendor shall provide all labor, equipment, transportation and supervision necessary to provide the supply and change of air filters in its entirety to meet or exceed currently installed filtration, for all of the HVAC systems located at the Wade Park facility of the Louis Stokes Cleveland VA Medical Center located at 10701 East Blvd., Cleveland, OH 44106, the TR House and Fisher Houses 1&2, this will include disposal of all filters except HEPA type. Dirty filters and AHU debris swept/vacuumed from unit needs to be in a sealed bag or in sealed box prior to leaving area of air handler or exhaust fan. No dirty filters will be transported throughout facility without this assurance in place. 5.1 Requirements 5.1.1 The initial filter change will be for all filters, pre and final. The manometers will be zeroed, and base line readings will be taken. An electronic report will be given to the Veteran s Administration Maintenance Department (HVAC Shop). 5.1.2 Filter compartments/chambers will be swept/vacuumed of any/all debris. 5.1.3 All filters from the annual change will be disposed of offsite at the vendor s expense, except for HEPA type which VAMC will dispose of. 5.1.4 After the initial change, the pre-filters will be changed on a quarterly basis, during the months of October, January, April and July. All pre-filters will be disposed of offsite at the vendor s expense. 5.1.5 Odor Guard filters on S-2-1 & S-2-3 will be changed Semi-Annual 5.1.6 After filters will be changes Semi-Annual 5.1.7 Air Filter Specifications: The following are basic Filter Requirements, more definitive requirements are listed in the proceeding sections: Pleated Pre-filters: The pre-filters supplied will have an efficiency rating of MERV 8 The pre-filters supplied will have 15 pleats per linear foot (high capacity) Bag Filters: Filter will have a pressure drop of no more than.31 WG @ 2000 CFM for 24x24x26 8 Pocket MERV 15. Perma-Cell Box Filters (or Equal): Filter will have an initial pressure drop of no more than.36 WG @ 500 FPM for a MERV 15 box style filter. Dominator Box Filters (or Equal): Filter will have an initial pressure drop of no more than.43 WG @ 500 FPM for a MERV 14 box style filter. Ultra-Cell LR (or Equal): Filter will have an initial pressure drop of no more than.53 @ 500 FPM for a MERV 16 Boxes Style filter with a particle efficiency of 99.1% on.3-micron particles. Ultra-Cell HEPA (or Equal): All HEPA filters supplied will have a resistance of no more than 1.4 WG @ 500 FPM (high capacity) and constructed with galvanized frames. Change-Out Bag: Change-out bags shall be 8 mil. transparent yellow PVC. The bag shall have an elastic shock cord hemmed into the opening for firm fit when stretched around the bag-out collar. Standard with (2) hand sleeves for added convenience. Each bag shall have a stock number rolled into the hem for identification and reordering. The bag shall have a mat smooth finish and shall not stick together. Air filters shall be 1, 2 and 4 deep, medium efficiency, pleated media and disposing panel type. The filter media shall be made of continuous 100% synthetic, hydrophobic (non-water absorbing) fibers that are thermally bonded and free from chemical binders and shall be white in color and un-dyed. The filter media shall be bonded to a corrosion resistant expanded metal support grid with a 95% open face area. To assure no dirty air bypass, the media grid assembly shall be bonded to all interior surfaces of the frame with solvent-free, water-based glue. The grid shall be formed into a wedge configuration to optimize use of the filter media where applicable. To maintain accurate pleat alignment, die-cut diagonal frame members shall be bonded to the media pack upstream and downstream. To maintain filter integrity, the pleating filter shall be made with a.028-.030 beverage board frame. Filters will have a minimum of 15 pleats per linear foot for 2, 14 pleats per linear foot for 1 and 4 filters will have a minimum of 11 pleats per linear foot. 4 size only will have two(2) sets of pleat stabilizers(fingers) shall be inserted into the filters to maintain proper pleat separation and reduce fluttering in operation. Filters shall have an average rated efficiency of 30-35% and an average arrestance of 90-90% when tested in accordance with ASHRAE 52.1-1992 test standard. The filter shall be listed and rated as class 2 by Underwriters Laboratories, Inc standard 900. The filter shall have a minimum MERV rating of 8 when tested in accordance with ASHRAE 52.2-2007 Test Standard. 5.1.7 (a) Wherein Rigid Cell Extended Surface Supported Pleat Filters (or Equal) are utilized they shall have at a minimum rated air flow capacity of 2000 CFM, initial resistance @500FPM of 0.65 W.G., maximum final resistance of 1.50 W.G., a MERV rating of 14 or better with a minimum efficiency on 1.0 3.0-micron particle size (90 %). Filters should be classified Class 1 per U.L Standard 900. Requirements should be representative of all size filters under this contract. Media should be water resistant (humidity or exposure to sensible moisture should have no effect on the performance of the filter). Should be tested in accordance with ASHRAE 52.2-2007 Test Standard. 5.1.7(b) Wherein a Perma-Cell Rigid Box Filter (or Equal) is to be utilized: the following design and construction features shall be utilized. Perma-Cell Rigid Box Filter has an engineered media that is bonded to an expanded metal backing. The pleat pack is then sealed on all four sides to a non-corrosive metal frame. A cross strap support system is then applied, adding to the filter s integrity and durability. Initial resistance is.36 @ 500 FPM Test Air Flow Rate (CFM)/Velocity (FPM) 1968 cfm / 492 fpm Initial Resistance (in. WG) 0.356 Final Resistance (in. WG) 1.500" Minimum Efficiency Rating Value (MERV) MERV 15 @ 1968 cfm Minimum Average Efficiency 0.3 to 1.0 Microns (E1) 85.6 Minimum Average Efficiency 1.0 to 3.0 Microns (E2) 97.3 Minimum Average Efficiency 3.0 to 10 Microns (E3) 99.9 Dust Fed to Final Resistance (grams) 315.7 grams Dust Holding Capacity (grams) 314.3 grams Arrestance: 99.6% 5.1.7(c) Wherein an Odor-Guard Rigid Cell Filter is to be utilized: the following design and construction features shall be utilized. 26-gauge galvanized steel frame Available in box style or with header Granular activated or a 50/50 blend of carbon and activated alumina impregnated with 5% Potassium Permanganate (KMnO4) for odors and light gases Media pack bonded to frame utilizing moisture resistant adhesive, providing a continuous seal UL tested; class 2 approved Uniform carbon distribution 5.1.8 Self Sealing Cube Filter Specifications: Filter shall be self-sealing with a self-contained wire retainer sewn into the face perimeter. Filter shall be made of dual-ply dustok media. When tested in accordance with ASHRAE 52.2, the filter shall achieve a MERV rating of 8. Filter media will be heat sealed into a star configuration to promote complete media utilization. 5.1.9 Extended Surface Synthetic Media Pocket Filter Specifications: Air filters shall be replaceable, with the bag filters consisting of multiple dust holding pockets assembled in a corrosion resistant, roll-formed galvanized steel frame. Filter media shall be made of a continuous 100% synthetic, hydrophobic and electrostatically enhanced material that is thermally bonded and absent of any chemical binders. Pockets are self-supporting and will not sag in VAV applications. When tested in accordance with ASHRAE STD 52.2-2012, the filter shall have an average efficiency of 90% and an average arrestance of not less than 99%. When tested in accordance with ASHRAE 52.5, the filter shall have a MERV 15 rating. A multi-row stitching process shall produce individual, self-supporting dust holding pockets to achieve uniform media spacing, thereby extending filter life and optimizing performance. The multiple rows of stitching shall be sealed with a hot melt adhesive. Dust holding pockets shall be bonded to their own metal support frame and assembled into a heavy gauge galvanized steel enclosure frame. Side-by-side pockets shall be mechanically fastened to the adjacent frames using a non-piercing clinch. The open area of the filter shall be greater than 85% of the total face area. The filter shall be rated class 2 by Underwriter Laboratories, Inc. Each filter shall have no less than 73 square feet of media area for a 24 x 24 x 26 space, and no less than 62 square feet of media area for a 24 x 24 x 22 space. Filters should be classified per U.L. Standard 900 for flammability. 5.1.10 In addition to filter changes, the vendor will measure pressure drops across HEPA filters serving approx. 34 isolation rooms. The readings will be taken with a digital manometer each quarter and submitted as part of the quarterly service. The sampling of each unit will be done with a short length of tubing dedicated static pressure ports. 5.1.11 Wade Park Schedule - units that are currently active and general area served: 1. SF-2 (Surgery) 2. SF-3 (SPD) 3. SF-4 (Firms G&H) 4. AC-2 (Switch Gear Room D-21) 5. AC-6 (New MRI) 6. AC-14 (1st Floor Lobby) 7. AC-17 (2nd 6th Floors Main Hospital West) 8. AC-18 (2nd 6th Floors Main Hospital East) 9. AC-20 (Hemo-Oncology) 10. AC-21 (Patient Parking Garage) 11. AC-22 (Linn. Acc.) 12. AC-25 (Research K-Wing) 13. AC-26 (ARF) 14. AC-28 (Animal OR s) 15. Animal OR exhaust (HEPA & Pre) 16. AC-29 (6th floor Spinal cord) 17. AC-31 (MICU) 18. AC-32 (West Wing) 19. AC-34 (Mental Health) 20. AC-35 (Research-FES) 21. AHU-50 (Amb. Care Basement) 22 AC-51 (Amb. Care Basement) 23. AC-52 (Amb. Care Basement) 24. AC-53 (ATRIUM) 25. AC-54 (Amb. Care Penthouse) 26. AC-55 (Amb. Care Penthouse) 27. AC-56 (Warehouse) 28. AC-57 (PALMS) 29. AC-60 (Elevator Equipment Room) 30. AC-61 (Cares Tower) 31. AC-62 (Cares Tower) 32. AC-63 (Cares Tower) 33. AC-64 (Cares Tower) 34. AC-71 (Learning Exchange) 35. AC-72 (Learning Exchange) 36. AC-73 (Learning Exchange) 37. AC-74 (Learning Exchange) 38. EAST 0-1 (Radiology Nuc. Med.) 39. EAST 0-2 (Prosthetics) 40. EAST 0-3 (In-Patient Pharmacy) 41. EAST 1-1 (PCAS (PHASE 1 & 2)) 42. EAST 1-2 (Canteen Kitchen) 43. WEST 0-1 (Lab Warehouse) 44. WEST 0-2 (Research Basement) 45. WEST 0-3 (Engineering Shops/Offices) 46. WEST 1-1 (General Office, store, voluntary, education) 47. WEST 1-2 (Rec. Hall) 48. WEST 1-3 (Chapel) 49. S-2-1 (Currently Endoscopy) with Odor Guard box 50. S-2-3 (Temp. OR s) with Odor Guard box 51. S-2-4 (1st Floor SPS) 52. S-2-5 (Hybrid OR s) 53. AHU-65 (Walk-way roof top) 54. HV-1 (Boiler plant) 55. HV-2 (Boiler plant) 56. Pool-Pak 57. Warehouse ceiling mounted units (5) 58. Radiology basement CRAC units (approx. 16 units) 59. Approx. 34 EF s serving Isolation rooms and Morgue (HEPA s and pre s) 60. Ceiling mount HEPA located in 2B-144 (Yearly Change required (January) 61. TR House (Off Site @ 9401 Lorain Ave. Cleveland, OH 44102) 62. Fisher House-1 (Off Site @ 10521 Lee Ave. Cleveland, OH 44106) 63. Fisher House-2 (Off Site @ 10521 Lee Ave. Cleveland, OH 44106 The following item numbered units will be done 2nd shift or on weekend schedule: Item #: 1, 2, 11, 19, 49, 50, 52 5.1.12 Isolation Room and Morgue Filters: 5.1.12 (a) For the safety of employees and patients, hospital personnel need to be notified that the isolation rooms will be out of commission on a predetermined date and time. The room needs to be vacated four hours before filter removal (if the room is serving as an isolation room) and remain out of commission until the work has been completed, the fan is running and the room has been tested to be under negative pressure. Rooms that are to be taken out of service during the filter change will be tagged to notify patients and staff that the room is not suitable for use as an isolation room. 5.1.12 (b) Used pre-filter (where applicable) and final filter will be bagged and sealed in heavy duty puncture resistant bags designed specifically for bag in bag out housings. Static pressure tips will be cleaned when applicable. Replacement containment bags will be replaced when/where applicable. Magnehelic gauges will be zeroed and initial resistance will be noted upon startup. 5.1.12 (c) All dirty filters, bags and suits having been sealed in puncture resistant bags will be turned over to VA personnel for disposal. The VA will be responsible for determining if the used filters are to be treated as hazardous waste and will retain ownership of the filters. 5.1.12 (d) Pre-filters will be done on a quarterly basis were applicable, HEPA S to be changed on a Yearly basis per guidelines required for safe/correct removal of such. 5.1.12 (e) HEPA S will be seal tested upon installation. 5.1.12 (f) Change out bags shall be at a minimum of 8 mill PVC rated for this procedure. The bag shall have an elastic shock cord hemmed into the opening for firm fit when stretched around the bag-out collar. Each bag shall have a stock number rolled into the hem for identification and re-ordering. The bags shall have a mat smooth finish and not stick together. Standard with (2) hand sleeves for added convenience. 6.0 Supervision Vendor shall ensure a supervisor will be on site during the entire cleaning contract period that is capable of reading and interpreting blueprints/as-builds. As-builds shall be available through the COR. 7.0 Contractor Responsibility 7.1 It is the responsibility of the contractor to become fully informed as to the nature and extent of the work required and its relation to any other work in the area including the operation of the medical center. 7.2 Contractor shall attend a mandatory meeting after award with the Chief, Engineering Service or his designee prior to the beginning of any work. The required meeting shall be coordinated by the Contracting Officer and shall be scheduled and conducted within 20 calendar days after Notice to Proceed. This meeting is to inform the contractor of the nature, extent and intent of this contract and for the contractor to present the following documentation: -Material Safety Data Sheet (MSDS) for any products the contractor may use in the -performance of this contract. -List of personnel, name only, including the job site supervisor -A written safety program which includes, but is not limited to: a. Respiratory Protection b. Confined Space Entry c. Lockout/Tag out d. Hazardous Communications e. Electrical Ground Fault Protection f. Asbestos Communication g. Copy of all NAFA active certifications (must remain active during duration of contract, annual renewal certificate copy provided to VA 30 days prior to approval of option year exercise). 7.3 Contractor shall be responsible for any damages caused by his/her employees and shall repair or replace all damaged systems/equipment immediately at no additional cost to the VA. Any damage done during the filter change process shall be immediately reported to the COR. Water and electrical power will be provided by VA at no cost to the contractor. All connections to this water and/or electrical power must be approved by the COR prior to any connections being made. 7.4 The contractor shall be responsible for placing barricades in appropriate location to protect the well-being and safety of patients, visitors and staff. These barricades shall be removed by the contractor when work is completed. 7.5 The contractor shall be responsible for keeping the work site clean, neat and orderly, ensuring that there are no unnecessary cables, hoses, ladders, or other equipment left in an appropriate location that could interfere with the operation of the medical center or be a cause of risk or hazard to patients, visitors or staff. All equipment shall be removed from any work site that is located within a pedestrian area daily at the end of the workday. All equipment being used in mechanical rooms or on roofs shall be secured daily but may be left overnight providing this equipment is not is a position to be a risk or hazard to medical center personnel who may be called in to these areas after hours at the discretion of the contractor. VAMC Cleveland will not be responsible for equipment, tools, personal effects left overnight at the job site. Doorways, hallways and aisles shall be kept clear at all times. At no-time shall equipment be left unattended, including breaks and lunch. 7.6 Prior to startup of a system that is cleaned/filter changed HVAC staff will be present 7.7 Vendor shall report, to the COR daily or assigned representative on the progress of the project, along with any deficiencies noted. 7.8 The contractor is required to submit a site-specific safety plan pursuant to Occupational Safety and Health Administration (OSHA). The safety plan must be reviewed and approved by the Louis Stokes Cleveland Department of Veterans Affairs before any work is performed. 7.9 On locked wards, extra care shall be taken to safeguard patients, visitors, and staff from materials, tools and equipment. At no time shall any materials, tools, or equipment be left unattended. At the end of each workday, for work performed on a locked ward, all tools, materials and equipment shall be accounted for, prior to the vendor vacating the area. Should vendor note any missing tools or supplies, vendor shall immediately notify the COR of the problem. Vendor shall also notify the Charge Nurse on the unit of the problem. 7.10 Any damage detected during the filter change process that was not caused by the vendor shall be reported to the COR on a daily basis. 7.11 Quarterly invoices shall be issued for Wade Park. 8.0 Wade Park Unit Specifications 8.1 Air Handlers and exhaust fan systems have been identified in section 5.1.9 above. 8.2 Vendor shall report to Engineering service, (A/C Shop) before starting work; obtain initials of operator when work is finished; return paperwork to Engineering Service before leaving station. 8.3 Vendor shall report to Second (2nd) Shift supervisor M&O for work performed after normal business hours before starting work; obtain initials of operator when work is completed, return paperwork to Second (2nd) Shift supervisor M&O before leaving station. Failure to report to Second (2nd) Shift supervisor M&O and/or failure to use correct purchase order number and contract number may result in delayed payment for services rendered. 8.4 Any and all work shall be performed without interruption of work activities. Vendor shall be responsible for returning all ceiling tiles and other equipment and materials disturbed during the course of the cleaning, to their original condition and repairing any equipment or materials damaged during the course of work. 8.5 All cleaning shall be scheduled with air-conditioning supervisor so that the impact on the medical center is minimized. Notice will be provided to vendor approximately thirty (30) days before servicing. 8.4 Any and all work shall be performed without interruption of work activities. Vendor shall be responsible for returning all ceiling tiles and other equipment and materials disturbed during the course of the cleaning, to their original condition and repairing any equipment or materials damaged during the course of work. 8.5 All cleaning shall be scheduled with air-conditioning supervisor so that the impact on the medical center is minimized. Notice will be provided to vendor approximately thirty (30) days before servicing. 8.6 Vendor shall ensure all work areas are maintained in a neat, clean and safe manner. All debris generated during the cleaning process shall be removed from the site and properly disposed of by the vendor. 9.0 Reports A confidential report shall be issued to authorized personnel containing all accumulated data. Computerized statistical data shall be compared to NIOSH, OSHA, ACGIH and ASHRAE Standards utilizing bar graph charts. 10.0 Hours of Operation Normal business hours are from 7:00 a.m. to 3:30 p.m. (1st shift), 3:00 p.m. to 11:30 p.m. (2nd shift) Monday through Friday, excluding federal holidays. Following are the 10 holidays observed by the Federal Government: New Year s Day - Independence Day -Veteran s Day - Dr. Martin Luther King Jr. Day - Labor Day -Thanksgiving Day - President s Day - Columbus Day - Christmas Day - Memorial Day Any other day designated by the President of the United States to be a national holiday. When a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday will be observed as the legal holiday. as the legal holiday. 11.0. Performance Monitoring Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the performance monitoring of this contract. 11.1 Direct Observation-(Can be performed periodically or through 100% surveillance.) 11.2 Periodic Inspection (Evaluates outcomes on a periodic basis. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. 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 that a 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. 12. Security Requirements: Contractor will not have access to any VA sensitive information, patient information, or access to the VA network. Network access is not necessary to perform tasks of contract. 13. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Water and electrical power will be provided by VA at no cost to the contractor. All connections to this water and/or electrical power must be approved by the COR prior to any connections being made. The VA Medical Center, Cleveland, will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to bring the appropriate equipment; and/or supplies necessary to complete the work as required within, this is to include all required PPE (Personal Protective Equipment) 14. Other Pertinent Information or Special Considerations and supplier requirements: All work and inspections shall be performed by personnel qualified to work on the specific HVAC Air Filters and conducted by trained technicians. The contractor shall arrive on-site in response to intervening emergency service calls less than twelve (12) hours after a telephone call is placed by the COR. Filters will be available for immediate pickup via Will Call for emergency situations. Filters will be delivered within 12 hours of receipt of order, freight allowed via supplier truck to insure damage free shipments after telephone call is placed by the COR After hours and emergency service are to be included in the contract. All filter prices include freight / delivery. Off-site disposal of dirty filters. Work to be supervised by a National Air Filtration Association Certified Air Filtration Specialist (CAFS). Prior to starting work, contractor will schedule all work with the COR, or acting representative. 15. Place of Performance. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC located at the VA Medical Center (Wade Park), 10701 East Blvd., Cleveland, OH 44106. TR House (Off Site @ 9401 Lorain Ave. Cleveland, OH 44102) Fisher House-1 (Off Site @ 10521 Lee Ave. Cleveland, OH 44106) 16. Period of Performance Base Year: One year from date of award, or thereafter Option Year 1: Two years from date of award, or thereafter Option Year 2: Three years from date of award, or thereafter Option Year 3: Four years from date of award, or thereafter Option Year 4: Five years from date of award, or thereafter Place of Performance. Sterile Processing Service Room 117,122,103 Louis Stokes VA Medical Center 10701 East Blvd Cleveland, Ohio 44106 Outpatient Surgery Center 8901 Superior Ave Cleveland, Ohio 44106 Period of Performance. 10-1-2019 to 9-30-2020 with four (4) one year options to continue services up to 5 years based onquality of vendor service. Delivery Schedule. Instruments repaired off site will be hand delivered to SPS department once repairs are completed. Contract Type: 52.216-1 Type of Contract; The Government anticipates awarding a Firm Fixed Price contract. Ordering/scheduling of service shall be coordinated by the Contractor and the local Government appointed representative, at least two weeks in advance. PAYMENT: CONTRACTOR REMITTANCE ADDRESS: Effective January 1, 1999 all payments by the Government to the Contractor will be made in accordance with Federal Acquisition Regulation (FAR) Clause 52.232-34, Payment by Electronic Funds Transfer-- Other than Central Contractor Registration (31 U.S.C. 3332). Payments will be made monthly in arrears upon receipt of properly prepared invoices which must show reference to the correct purchase order number issued upon contract award, and submitted electronically to the Department of Veterans Affairs, Financial Services Center in Austin, Texas. Contractors must use OB-10 system for submission of invoices. Register at the following website, www.ob10.com/veteransaffairs Solicitation document and incorporated provisions and clauses applicable to this acquisition: 52.252-2 FAR Clauses Incorporated by Reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7- Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.212-1-Instructions to Offerors Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.217-8 Option to Extend Services; 52.219-9, Small Business Subcontracting Plan; 52.219-14 Limitation on Subcontracting; 52.228-5 Insurance-Work on a Government Installation; CL-120 Supplemental Insurance Requirements; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.333-3 Protest After Award; VAAR 852.203-70 Commercial Advertising; VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster; VAAR 852.215-70 Separate priced line item, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors; VAAR 852.215-71, Evaluation Factor Commitments; VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements; 001AL-11-15-C Subcontracting Plan Monitoring and Compliance; VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside; 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance; VAAR 852.232-72 Electronic Submission of Payment Requests; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.270-1 Representatives of Contracting Officers. Submitting Quote: Contractor shall submit their quote by completing the attached cost schedule; including any offered discounts; name, address, and telephone number of the vendor; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items and 52.209-5 Certification Regarding Responsibility Matters (see 52.209-7 Information Regarding Responsibility Matters). Interested Contractors must submit a copy of any relevant certifications and licenses. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. I. PRICE EVALUATION Price quotes in each tier will be evaluated. Price will not be evaluated other than to ensure price reasonableness and determine availability of funds. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Any pricing determined to be more than 5% over the government determination of price reasonableness (Independent Government Cost Estimate) may be eliminated from the evaluation process. II. TECHNICAL EVALUATION O Outstanding Quote greatly exceeded the requirements. A Above Average Quote exceeded the requirements. S Satisfactory Quote met the requirements. M Marginal Quote met the minimum requirements, but some material aspects of the quote were less than satisfactory. U Unacceptable Quote was poor and/or did not satisfy the requirements. Technical quotes will be rated on the above scale. Each element of experience and quality control will be rated. Quotes must separately address each element to be considered responsive to this solicitation. Experience the offeror must demonstrate that it has successfully performed at least three (3) similar contracts with the past three (3) years. Quality Control Contractor shall provide a detailed description of the quality control policies in their technical evaluation, as well as a plan showing how the project will be controlled to maintain staffing of qualified professional personnel to meet the performance objective. Provide a written plan which details the approach and sequencing to accomplish all the requirements of the Statement of Work. III. PAST PERFORMANCE The Government will evaluate the offerors past performance based on recent and relevant projects that they have completed as a Contractor. Offerors should provide a minimum of three (3) references with their technical quote. Recent is defined as a project performed within the last five (5) years. Relevant is defined a project for an organization that is similar in volume of service provided. Ensure phone number and email contact information is correct for your references. In addition to the past performance references listed with the technical quote, contractors are encouraged to have references complete the Past Performance Questionnaires, these questionnaires are to be sent directly from the company giving references to the Contracting Officer by mail, fax or email. You may to use the questionnaire in at the end of this solicitation. Questionnaire, received after the due date listed on the solicitation, will not be considered as timely received. FAR 52.212-2 Evaluation Commercial Items. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: past performance, price and technical acceptance. Past performance and technical acceptance when combined are more important than price. Options. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8." FAR 52.232-19 Availability of Funds for the Next Fiscal Year; Funds are not presently available for performance under this contract beyond 30 September 2017. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Quotes must be received by 4 o clock pm EST October 25, 2019. All quotes must be submitted by electronic submission in reference to 36C25020Q0038 to harvey.mcgowan@va.gov; Quotes received after the Response Date as specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Officer by e-mail only. Any prospective vendor desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contracting Officer: Harvey J. McGowan (harvey.mcgowan@va.gov) No Later Than: 2pm EST on October 23, 2019. Award will be made to the vendor offering the best value to the government, technical and past performance when combined, are more important than price. PRICE/COST SCHEDULE Base Year (1 November 2019 31 October 2020) TOTAL COST BASE YEAR: __________________ Option Year 1 (1 November 2020 31 October 2021) TOTAL COST OPTION YEAR 1:__________________ Option Year 2 (1 November 2021 31 October 2022) TOTAL COST OPTION YEAR 2:__________________ Option Year 3 (1 November 2022 31 October 2023) TOTAL COST OPTION YEAR 3:__________________ Option Year 4 (1 November 2023 - 31 October 2024) TOTAL COST OPTION YEAR 4:_________________ TOTAL BASE YEAR AND OPTIONS YEARS :__________________ 52.233-2 Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Harvey J. McGowan. Harvey J. McGowan Contracting Officer Network Contracting Office (NCO) 10 VA Healthcare System Serving Indiana, Michigan and Ohio 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131-2569 Phone: 216-447-8300 Ex. 49603 Fax: 216- 447-8310 Email: harvey.mcgowan@va.gov (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. PAST-PERFORMANCE SURVEY Offerors Name: _________________________________________________________ Contract Number: ________________________________________________________ Contract Type and Dollar Value: ____________________________________________ Contract Start/End Dates: __________________________________________________ Brief Description of work: __________________________________________________ O = Outstanding; A = Above Average; S = Satisfactory; M = Marginal; U = Unsatisfactory Please rate and provide information/comments for the following: Circle one 1. To what extent did the contractor comply with contract requirements? O A S M U 2. If reports were required, were they accurate in meeting contract requirements? O A S M U 3. To what extent did the contractor use appropriate personnel for contract requirements? O A S M U 4. Did the Contractor make sure the Safety for a Patient a Priority? O A S M U 5. Importance of Providing Safety for the Patient: O A S M U 6. Were any Patients every in danger with this Contractor? O A S M U 7. What extent was contractor flexible in responding to changing needs? O A S M U 8. To what extent was the contractor reliable? O A S M U 9. To what extent was the contractor responsive to technical directions? O A S M U 10. To what extent did contractor notify you of problems or potential problems? O A S M U 11. Would you award another contract to the party being evaluated? If no, please explain: Yes No 12. Was the customer satisfied with the end product? If no, please explain: Yes No 13. Have any cure notices, show cause letters, suspension of payment, or termination been issued? If yes, please explain. Yes No Printed Name of Evaluator:___________________________________ Signature of Evaluator:______________________________________ Position Title and Telephone Number: Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25020Q0038/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25020Q0038 36C25020Q0038_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5192342&FileName=36C25020Q0038-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5192342&FileName=36C25020Q0038-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05478164-W 20191020/191018230618-614f0ce299fd67a3f57e1fdde21535a0 (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.