SOLICITATION NOTICE
J -- Solicitation Pool and Spa Preventive Maintenance Augusta VAMC
- Notice Date
- 6/10/2020 5:19:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24720Q0711
- Response Due
- 6/24/2020 8:00:00 AM
- Archive Date
- 07/24/2020
- Point of Contact
- Chax D. Bowling, Contract Specialist, Phone: (706) 733-0188 Ext. 1125, Fax: (615) 440-3018
- E-Mail Address
-
Chaz.bowling@va.gov
(Chaz.bowling@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24720Q0711 Posted Date: 06/10/2020 Original Response Date: 06/24/2020 11:00 AM EST Product of Service Code: J078 NAICS Code: 561790 Contracting Office Address NCO 7 ATTN: Chaz D. Bowling Department of Veterans Affairs 501 Greene Street Hatcher Building Suite 2 Augusta, GA 30901 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 / 05-06-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790, with a small business size standard of $7.5 Million. The Network Contracting Office 7 is seeking to pool and spa preventative maintenance for the Charlie Norwood VA Medical Center Uptown and Downtown Divisions. All questions regarding this RFQ must be in writing and may be sent by e mail to Chaz.Bowling@va.gov. Questions must be received no later than June 15, 2020 at 9:30 AM EST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. All interested companies shall provide quotation(s) for the following: CLIN(S) DESCRIPTION QTY MEASURE UNIT $ TOTAL $ 0001 Base Year of Pool and Spa Maintenance (1 year of performance outlined in the SOW) 12 MO 1001 Option One of Pool and Spa Maintenance (1 year of performance outlined in the SOW) 12 MO 2001 Option Two of Pool and Spa Maintenance (1 year of performance outlined in the SOW) 12 MO 3001 Option Three of Pool and Spa Maintenance (1 year of performance outlined in the SOW) 12 MO 4001 Option Four of Pool and Spa Maintenance (1 year of performance outlined in the SOW) 12 MO Total Contract Pricing $ Performance Work Statement Pool and Spa Maintenance - BLDG 801 and BLD 110 GENERAL GENERAL INTENTION: The intent of this contract is to receive services for a base plus four (4) one (1) year options for maintenance and balancing of chemicals in two (2) therapeutic pools and one (1) spa tub at the Charlie Norwood VA Medical Center (CNVAMC) Uptown and Downtown Division Augusta, Georgia. SCOPE OF WORK: Contractor shall provide all material, labor, chemicals and supervision, to clean and sanitize the pool and spa tub Uptown (bld.110) and the pool located downtown (bld.801). The pool areas shall also be included in this contract (clean, scrub, and sanitize the floors and walls 6-foot-high, clean and polish handrails, vacuum pool, clean glasses in the pool downtown with alcohol, clean and polish wood siding on pool downtown. Contractor shall be responsible for cleaning all strainers and backwashing of filters/cleaning paper filters on filtration systems. Pool shall be drained yearly downtown and refilled, tested and balanced at a determined time that shall meet contractor and Government time. Contractor shall always be responsible to maintain a balanced pool. Contractor shall provide test equipment for both locations for employees to do daily testing. You must be certified to perform this service. PERFORMANCE PERIOD: The period of performance shall be a base year plus four (4) one (1) year options. The period of performance dates are as follows: Base Year 1 September 2020 31 August 2021 1st Option Period 1 September 2021 31 August 2022 2nd Option Period 1 September 2022 31 August 2023 3rd Option Period 1 September 2023 31 August 2024 4th Option Period 1 September 2024 31 August 2025 PLACE: The place of performance is the CNVAMC Uptown and Downtown Divisions at the following addresses: Augusta VA Medical Center Uptown Location 1 Freedom Way Augusta, GA 30904 Augusta VA Medical Center Downtown Location 950 15th Street Augusta, GA 30901 Work is to be performed during normal duty hours, 7:00 A.M. 3:30 P.M. Eastern Standard Time (EST) Monday thru Friday unless with prior approval from the Veterans Affairs (VA). Saturday and Sunday work will be granted due to large number of trees/shrubs in parking lot, with prior approval and arrangement. Unless otherwise specified the Government observes the following holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in February President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 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 TASK UPTOWN LOCATION FOR ALL VISITS BY CONTRACTOR: Contractor (or Representative) shall sign-in at Engineering Department office, Bldg. 110, Uptown Division, GA136, telephone 733-0188 ext. 6051. Contractor shall also sign-out before leaving and present service ticket for all work performed. Failure to follow these procedures may result in delay of payment of on-payment. Contractor shall report to Stephen Grenade for the Uptown Facility and James Jarriel for the Downtown Facility. Contractor is required to have a VA ID badge when working on VA property. Contractor shall be escorted by a Government employee when changing out the filter on Feeder Filter. MAINTENANCE: Preventive Maintenance (P.M.) shall be performed by a certified pool service technician with Certified Pool Technician (CPT) Certification. These service individuals must be trained on all items listed in the equipment schedule. Maintenance shall be made weekly on Wednesday unless notified a week in advance to reschedule. MAINTENANCE INCLUDES THE FOLLOWING: Draining, cleaning, and refilling therapeutic spa (to include handrails) on Wednesday of every week. Cleaning scum line and handrails on swimming pool on Wednesday of every week. Vacuuming pool on Wednesday of every week. Checking for correct chemical balance on Wednesday of every week. Contractor shall notify Engineering Department Wednesday of the need to adjust chemical balance as needed. (Contractor shall supply and store all chemicals). (cannot store chemicals on site). Obtaining water samples from therapeutic spa and swimming pool and submitting computerized analysis to Contracting Officer s Representative (COR). Contractor shall clean all ceramic tile floors in the entire pool and spa area and clean grates in overflow area every week. Floors and walls (6 high) are to cleaned using appropriate floor cleaning and sanitization to remove all residue /dirt. Cleaning must meet approval of the Kinesiotherapy (KT) Department Manager. Engineering Department shall assist contractor with cleaning and backwashing of filters on pool and spa as needed. Division and appropriate chemical levels as to ensure compliance with Infection Control requirements. In addition, contractor shall provide on-site the necessary chemicals for maintaining chemical levels. The contractor shall maintain an average inventory of chemicals. EQUIPMENT: The following equipment will be covered for all services under this contract: Feeder - Make and Model #: Hayward C3351 Location: GD100-110 Filter - Make and Model #: Waterco WH RV-36 Location: GD100-110 Swimming Pool - Make and Model # Therapeutic Pool, 28 W x 60 L x 4 D, holds 50,266 gallons Located in Bldg. 110 Room 1G137 Therapeutic SPA - Make and Model #: Therapeutic Tub Spa, 7 .6 W x 11 L x 3 D, 1,851 gallons, located in Bldg. 110 Room 1G137 CONTRACTOR RESPONSIBILITIES: Contractor is responsible for any equipment damage, replacement parts and repair during service visit. Contractor and government shall agree upon and changes to schedule dates. Contractor shall respond to all emergency within 4 hours of being notify. Chlorine/ PH levels remain within acceptable range according to CPT Certification. Contractor shall provide Weekly test and status reports to the COR. Contractor shall provide test strips to comply with all internal testing results provided by the Government. GOVERNMENTS RESPONSIBILITIES: Government is responsible of Maintenance on all pumps, heaters and valves. Government shall ensure that all Equipment is working properly. Government shall notify contractor in a timely manner for all emergencies. Government shall perform a daily internal test to verify Chlorine/ PH levels remain within acceptable range. Government will notify the contractor of any changes. TASK DOWNTOWN LOCATION FOR ALL VISITS BY CONTRACTOR: Contractor (or Representative) shall sign-in at Engineering Department office, Bldg. 801, Downtown Division, 1B173, telephone 733-0188 ext. 3356. Contractor shall also sign-out before leaving and present service ticket for all work performed. Failure to follow these procedures may result in delay of payment or on-payment. Contractor shall report to Stephen Grenade for the Uptown Facility and James Jarriel for the Downtown Facility. Contractor is required to have a VA ID badge when working on VA property. Contractor shall be escorted by a Government employee when changing out the filter on Feeder Filter. MAINTENANCE: Preventive Maintenance (P.M.) shall be performed by a certified pool service technician with CPT Certification. These service individuals must be trained on all items listed in the equipment schedule. Maintenance shall be made weekly on Wednesday unless notified a week in advance to reschedule. MAINTENANCE INCLUDES THE FOLLOWING: Draining, cleaning, and refilling therapeutic spa (to include handrails) on Wednesday of every week. Cleaning scum line and handrails on swimming pool on Wednesday of every week. Vacuuming pool on Wednesday of every week. Checking for correct chemical balance on Wednesday of every week. Contractor shall notify Engineering Department Wednesday of the need to adjust chemical balance as needed. (Contractor shall supply and store all chemicals). (cannot store chemicals on site). Obtaining water samples from therapeutic spa and swimming pool and submitting computerized analysis to Contracting Officer s Representative (COR). Contractor shall clean all ceramic tile floors in the entire pool and spa area and clean grates in overflow area every week. Floors and walls (6 high) are to cleaned using appropriate floor cleaning and sanitization to remove all residue /dirt. Cleaning must meet approval of the Kinesiotherapy (KT) Department Manager. Engineering Department shall assist contractor with cleaning and backwashing of filters on pool and spa as needed. Division and appropriate chemical levels as to ensure compliance with Infection Control requirements. In addition, contractor shall provide on-site the necessary chemicals for maintaining chemical levels. The contractor shall maintain and average inventory of chemicals. EQUIPMENT: The following equipment will be covered for all services under this contract: Feeder - Make & Model #: Hayward CL 220 Location: 1H104L-801 Filter - Make & Model #: Pentair 150sq ft. Sta-Rite Cartridge Location: 1H104L-801 Swimming Pool - Make and Model # Unprinted Vinyl Lining Therapeutic Pool, 18 W x 30 L x 4.2 D 16,877 gallons in Room 1H104L. CONTRACTOR RESPONSIBILITIES: Contractor is responsible for any equipment damage, replacement parts and repair during service visit. Contractor and government shall agree upon and changes to schedule dates. Contractor shall respond to all emergency within four (4) hours of being notify. Chlorine/ PH levels remain within acceptable range according to CPT Certification. Contractor shall provide Weekly test and status reports to the COR. Contractor shall provide test strips to comply with all internal testing results provided by the Government. GOVERNMENTS RESPONSIBILITIES: Government is responsible of Maintenance on all pumps, heaters and valves. Government shall ensure that all Equipment is working properly. Government shall notify contractor in a timely manner for all emergencies. Government shall perform a daily internal test to verify Chlorine/ PH levels remain within acceptable range. Government will notify the contractor of any changes. EMERGENCY The following emergencies will be covered under this contract. The contractor is responsible for responding to the following within four (4) hours of being notified. The Government estimates two (2) to four (4) emergencies per year. User/patient accident while using pool to include the presence of feces or vomit. Drastic loss of water or injection equipment failure or malfunction. PERFORMANCE MEASURES Performance measures are comprised of performance indicators (some characteristic of a deliverable that can be measured) and performance measures (a mark, measure or benchmark that government personnel use as a point of comparison when evaluating contractor performance). The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these measures. The Performance Requirements Summary Matrix, paragraph in the Performance Work Statement (PWS), includes performance measures. The Government shall use these measures to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). The COR will perform quality assurance surveys as frequently as needed. The following are the performance measures: Performance Indicators PWS Ref Performance Measure Acceptable Level of Quality Method of Assessment Incentive Dis-incentive Must be able to provide all equipment need to perform job 3.2 3.3 4.2 4.3 shall supply, and install all materials meeting required salient characteristics for this rekey project. 95% Periodic Sampling and Validated Customer Complaints Positive Past Performance Termination / non exercise of option, poor past performance Must have qualified personnel that has performed key installation in a HOSPTAL environment 3.2 4.2 Must have qualified personnel that has performed this type work in Hospital 95% Direct Observation and Periodic Inspection Positive Past Performance Termination / non exercise of option, poor past performance Must be able to perform job as scheduled in a timely manner 3.2 3.3 4.2 4.3 Must be-able to perform work timely 95% Direct Observation and Periodic Inspection Positive Past Performance Termination / non exercise of option, poor past performance Must have valid certifications to perform this type work 3.2 4.2 Must provide certifications 100% Random and Periodic Sampling Positive Past Performance Termination / non exercise of option, poor past performance
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/04a47582a3ef4728b5bad3e18cf7b460/view)
- Place of Performance
- Address: Department of Veterans Affairs Augusta VA Medical Center Uptown and Downtown Division 1 Freedom Way, Augusta, GA 30904, USA
- Zip Code: 30904
- Country: USA
- Zip Code: 30904
- Record
- SN05685764-F 20200612/200610230153 (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 |