SOLICITATION NOTICE
H -- Emergency Eye Wash Station Inspections
- Notice Date
- 2/7/2020 7:49:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0274
- Response Due
- 2/26/2020 10:00:00 AM
- Archive Date
- 03/12/2020
- Point of Contact
- Peter Kim, Phone: (562) 766-2203
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Emergency Eye Wash and Shower station inspections 1.B. Description: Provide monthly and annual testing to ensure emergency eyewash stations and showers are in accordance to ANSI standard Z358.1 for the Department of Veterans Affairs VA Greater Los Angeles. Greater Los Angeles Healthcare System {VAGLAHS). 1.C. Project Locations: 1.C.1.� VA GLA, 11301 Wilshire Blvd, Los Angeles, CA� 90073 1.C.2. �Sepulveda Ambulatory Care Center, 16111 Plummer St, North Hills, CA� 91343 1.C.3.� Los Angeles Ambulatory Care Center, 351 E Temple St, Los Angeles, CA 90012 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0274. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 561990, All Other Support Services 1.G. Small Business Size Standard: $12 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: base year + up to four (4) option years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 2. Statement of Work.� Contractor shall provide monthly and annual testing to ensure eyewash and showers are in accordance to ANSI standard Z358.1. 2.A.� Scope.� This is an inclusive contract, contractor shall provide all parts labor, tools, and materials required to perform testing of the emergency shower, and eyewashes located throughout VAGLAHS. The testing shall be in accordance with the requirements of ANSI Z358.1 standards for emergency eyewash and shower equipment. Contractor shall abide by any updates to this standard and modify testing procedure accordingly. 2.B.� Specific Tasks.� Contractor shall provide all parts, labor, tools and materials required to perform testing of the emergency shower and eyewashes located throughout the GLA-WLA Healthcare system IAW the requirements of ANSI Z358.1.� Contractor shall provide all parts required to maintain the units in a like new operating condition, meeting ANSI Z358.1. 2.B.1.� Contractor shall verify that the equipment installation meets the newest revision of ANSI Standard Z358.1. 2.B.2.� Testing shall be performed in the same period each month plus or minus 3 days. 2.B.3.� The water shall be controlled to minimize any spillage on the floor.� Any spillage during testing is the responsibility of the contractor to clean up, dry the floor and to ensure the safety of others. 2.B.4.� Eyewash testing, Monthly. 2.B.4.A.� Contractor shall run the eyewashes for a minimum of 30 seconds, or until the water is running clear and free of debris. 2.B.4.B. Contractor shall replace any missing or damage floating eyewash caps 2.B.4.A.� Floating eyewash caps must be present and on the water spouts for the test and must be removed by the flow of the water.� Missing spout caps shall be provided by and replaced by the contractor. 2.B.4.C.� Contractor shall verify that the correct signage is in place.� Contractor shall provide and install any lacking signage. 2.B.4.D.� Contractor shall provide and install new test tags when they have been filled up by testing and signing of the tag whether by the using service or the testing contractor. 2.B.4.E.� Filled tags shall be turned over to the COR.� Tags shall be identified by building and room number and eyewash ID number.� Contractor shall document on the tag that the monthly test has been performed, dated and with the technician�s name. 2.B.5.� Emergency Shower, Monthly 2.B.5.A.� Contractor shall run the shower for at least 30 seconds or until the water is running clear and free of any debris. 2.B.6.� Eyewash testing, Annual 2.B.6.A.� Contractor shall perform annual Eyewash testing according to the ANSI Z358.1 standard every 12 months. 2.B.6.B.� Contractor shall inspect the unit and verify that the unit is in good condition, the piping is sound, the dust covers are present, and ensure that the valve operates properly. Using an eyewash tester contractor shall ensure that the water flow meets all requirements for height, flow rate, and temperature. 2.B.7.� Emergency Shower Testing, Annual 2.B.7.A.� Contractor shall perform annual testing of the emergency shower according to the ANSI Z358.1 standard every 12 months. 2.B.7.B.� Testing shall include but shall not be limited to measurement of the water umbrella, the flow rate in gallons per minute, inspection of the unit for proper operation, signage and any other OSHA requirements according to the ANSI standard. 2.B.8.� Reporting. Contractor shall provide a full report each month containing a complete list of all emergency shower and eyewash units in the GLAHCS that shows the Facility, Building, room and unit ID number and all deficiencies found and certification of the correction of those deficiencies. 2.B.9.� Inventory and record keeping.� Contractor shall maintain and update the inventory to reflect accurately any changes in unit numbers and/or locations. All devices shall be numbered by building, room and device number. Identification numbers shall be adhesive backed printed tape no less than 3/8� wide and affixed to the unit in a conspicuous place at all times. Contractor shall provide an executive summary of all repairs required, and of those repairs that have been performed during the testing period. 2.C. Contractor Qualifications and Experience. 2.C.1.� Persons performing the testing must have a minimum of one (1) year experience in testing of eyewash and emergency shower within a like setting. 2.C.2.� Personnel must be proficient in complying with ANSI Standard Z358.1 2.D. General Requirements. 2.D.1.� Changes.� The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery.� In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.D.2.� Parking.� It is the responsibility of Contractor personnel to park only in designated parking areas.� Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor�s personnel under any circumstances. 2.D.3. �Identification Badges:� All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.D.4. �Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.D.5. �Normal Working Hours. Normal working hours are 7am-4pm Monday through Friday. 2.D.5.A. �Any overtime or holiday pay that may be entitled to the Contractor�s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.D.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.D.5.C.� National Holidays: New Year�s Day�������������������������������� January 01 Martin Luther King�s Birthday������������ Third Monday in January President�s Day���������������������������������� Third Monday in February Memorial Day����������������������������������� Last Monday in May Independence Day����������������������������� July 04 Labor Day����������������������������������������� First Monday in September Columbus Day����������������������������������� Second Monday in October Veterans Day������������������������������������� November 11 Thanksgiving Day������������������������������ Fourth Thursday in November Christmas Day����������������������������������� December 25 2.D.5.D.� If the holiday falls on a Sunday, the following Monday will be observed as a National holiday.� When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.D.6. �Insurance Coverage. 2.D.6.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee�s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.D.6.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.D.6.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.D.6.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01/15/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors � Commercial Items 3.B. FAR 52.212-2, Evaluation � Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions � Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders � Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting�Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. A site survey will not be conducted for this procurement. 4.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, February 12, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 4.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday February 26, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.C.1. Vendor Information 4.C.2. Acknowledgement of amendments 4.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.C.4. Schedule of services 4.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d80b9a65e5b54c9b89541835799446df/view)
- Place of Performance
- Address: Los Angeles, CA 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05554436-F 20200209/200210120627 (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 |