Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2019 SAM #6560
SOURCES SOUGHT

73 -- 73--Repair Of Retherm Units

Notice Date
11/13/2019 2:24:11 PM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0097
 
Response Due
11/20/2019 11:59:59 PM
 
Archive Date
12/05/2019
 
Point of Contact
Department of Vetrans AffairsAttn: EULANDA JAMESEulanda.James@va.gov
 
E-Mail Address
Eulanda.James@va.gov
(Eulanda.James@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SOURCES SOUGHT ONLY The purpose of this email is to conduct Market Research for 6 Retherm Units for heat-n-hold and cool-n-hold that have not been working located at the Department of Veterans Affairs New York Harbor St. Albans CLC 179-00 Linden Blvd. Jamaica, NY 11425.�This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This is not a request for bids, quotes, or proposals.� All responsible sources must submit a capability statement addressing its capabilities, capacity, and location which shall be considered by the agency.� The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this inquiry must include the following information: capability statement, name and address of company; DUNS number: business size (large, small, VOSB, or SDVOSB); identify applicable socioeconomic categories and any pertinent information which demonstrates the firm s ability to meet the above requirement.�Response shall be submitted no later than November 20, 2019 at 9:00 AM ( EST).�Response shall be via email ONLY� to:� Eulanda.James@va.gov. NYHHCS - SA CLC ST ALBANS CampusStatement of Work (SOW)BackgroundIn the SA CLC there are 6 Retherm Units for heat-n-hold and cool-n-hold that have not been working. Patients complaints were reported at our resident council meeting. The existing units are not reliable causing delay in food services. The New York Harbor CLC requires minimum of 16 working retherm units. The current situation places our food and nutrition services out of compliance and must be corrected immediately. Any further delay will severely impact patient nutrition needs quality care.Scope of work:Replace blower wheel on Station #16Replace blower wheel on Station #7Replace compressor, drier, contactor, recover and add new refrigerant on Station #5Replace compressor, drier, contactor, recover and add new refrigerant on Station #7Replace 3 pole fuse block, 30A fuse, 2 pole fuse 4A fuse, scroll, vane, all mounting hardware, copper tubing, copper fittings on Station #2Replace solenoid valve on retherm #6Replace motor, blower wheel, 3 pole fuse block, 30A fuse, 4A fuse, run capacitor cold sensor, recover and add new refrigerant on Station #11Required Equipment:Contractor to provide the following equipment:Refrigerant recovery tanksGeneral Requirements:Contractor to repair all inoperable retherm stations.General Notes:In accordance with VHAPM Part 813.106-1/2Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.(b ) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM's warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.(c ) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA's election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.Period of PerformanceSystem installation to be completed within 15 days of contract award.Place of Performance / Place of DeliveryThe work will take place at the NY Harbor Healthcare System (SA CLC).St. Albans CLC: 179-00 Linden Blvd, Jamaica, NY 11434Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI)VA will furnish facilities floor plans to the vendor. There will be no other government furnished property, material or equipmentTraining:All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems:(1 ) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems;( 2 ) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;( 3 ) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and( 4 ) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.]The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aed4c75855a5492ead432be29ae314c4/view)
 
Place of Performance
Address: Department of Veterans Affairs;New York Harbor St. Albans - CLC;179-00 Linden Blvd;Linden Blvd;JAMAICA 11425, USA
Zip Code: 11425
Country: USA
 
Record
SN05493582-F 20191115/191117154919 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.