SOURCES SOUGHT
J -- Pond Pump Repair
- Notice Date
- 5/7/2020 10:09:30 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0773
- Response Due
- 5/13/2020 12:00:00 AM
- Archive Date
- 06/02/2020
- Point of Contact
- Marie Irvin marie.irvin@va.gov
- E-Mail Address
-
marie.irvin@va.gov
(marie.irvin@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of providing the required equipment. 2. The NAICS for this requirement is NACIS 238220 Plumbing, Heating and Air - Conditioner Contractors. 3. Interested and capable Contractors should respond to this notice not later than 12:00 PM (PST) on May 13, 2020 by providing the following via email only to Marie Irvin at marie.irvin@va.gov. Please provide the following: a) company name b) address c) point of contact d) phone, fax, and email of primary point of contact e) DUNS number f) Informal pricing g Type of small business, if applicable, (e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged Business, or Small Business). h) A capability statement that addresses the organization s qualifications and ability to provide the required equipment with warranty to the VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar equipment. 4. SDVOSB/VOSB respondents. a) If respondent is SDVOSB or VOSB, respondent is encouraged to provide proof of https://www.vip.vetbiz.va.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested equipment keeping within the parameters of this clause. b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, � 125.6 the prime contractor's limitations on subcontracting are as follows: In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, a SDVOSB/VOSB contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree, in the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to its firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Required Equipment: The Veterans Integrated Service Network 22 (VISN-22), VA Loma Linda Healthcare System (VALLHS) is seeking a contractor that can provide the following: PLEASE PROVIDE INFORMAL PRICING. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB Yoemans Submersible Pump Model: YCE, S/N 7517010187 Pump #2 Labor: Lock out power and Valves, Drain Pump, Disconnect and Remove Pump 0002 1.00 EA Crane Rental and Operation GRAND TOTAL STATEMENT OF WORK AND CRITERIA TITLE: Pond Pumps Repair BACKGROUND INFORMATION: The VALLHCS has (7) ponds on the facilities grounds. The ponds are equipped with (2) Yeomans Submersible Pumps, model # YCE, S/N 7517010187-1, used to circulate the pond water. The pumps are in a pump house, located below ground level on the Northwest area of the hospital. One of the pond pumps is damaged and is not working. OBJECTIVES: The purpose of this contract is to have a contractor remove Pond Pump #2 from the pump house and perform a complete diagnostic to determine the extent of the damage. The contractor is required to provide all personnel, tools, and equipment to do the following: Lock-out any power that s connected to the damaged pump. Disconnect any pipes, lines or valves needed to remove damaged pump. Drain the pump. Remove the pump from the pump house. Provide a complete diagnosis of the damaged pump. PERIOD OF PERFORMANCE: Work is to be completed within (30) days or less. All work must begin within (14) days of contract award. Work will be done during working hours; specifically, Monday through Friday from 6am-4:30pm. Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, GEMS Coordinator, Safety, COR, Chief, Maintenance and Operation, Supervisor, Structures, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to perform work with no additional charges within (14) days of contact by the designated VALLHCS Contracting Officer Representative (COR). PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. Offeror must possess masks, gloves, safety eye wear, knee pads, safety toe boots, helmets, and safety vests. SPECIFIC REQUIREMENTS: a. Schedule with Contracting Officer Representative (COR) or Designee (48) hours in advance prior to start of work. b. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge flash badge. c. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. d. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. e. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. Contractor will coordinate with the local VA Loma Linda Health Care System GEMS Coordinator. f. Contractor responsible for clean-up, safe removal, and off-site disposal of items used during the project in accordance with all OSHA, GEMS, VA, etc. This includes, but is not limited to, clean up materials used during the project, discarded and non-compliant doors, door parts, etc. g. Contractor shall perform work in accordance with existing, relevant standards and codes to minimize the possibility of injury to personnel, damage to government property/equipment. h. Contractor will not damage existing infrastructure and/or healthcare system property/spaces (e.g., surfaces, stairwells, corridors, panels, walls, elevators, service areas, floors, carpet, road, pavement, etc.), including but not limited to, duct work, door frames, doors, electrical work, conduit, low voltage conductors, piping, CAT V cable, drywall, flooring, ceiling, plumbing work, lighting, and/or blocking ingress/egress routes. i. Damage to government property may result in additional action. j. Every effort will be made to safeguard and care for all human life and property. k. The Contractor shall furnish all labor, materials, supplies, tools, equipment, vehicles, removal devices, carrying containers, carts, flashlights, etc. Vendor will furnish the operators, module No changes will be made without COR consent. . Work completion may require entry is closed and/or limited access and/or confined spaces and/or off-hours, after hours, and/or weekend hours to support uninterrupted patient care, operations, and access. All pertinent regulations apply. The contractor must meet all compliance requirements (e.g., OSHA, industry, VA, VALLHCS, State, Federal, local, county, city, village, etc.). The contractor will provide a report of services and tests. The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.). Contractor shall conform to following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org 7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.va.gov, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. �8127.� 8. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 9. The Non-Manufacturer Rule (NMR) in accordance with 13 CFR � 121.406, September 4, 2019 applies to this acquisition. a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business. b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria: Does not exceed 500 employees Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule. --End of Sources Sought Announcement
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6d34a1d9a29b42bd9633c1b1103c1cfb/view)
- Place of Performance
- Address: Department of Veterans Affairs;Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA 92357
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN05650855-F 20200509/200507230211 (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 |