MODIFICATION
J -- EMS Equipment - Preventative Maintenance | New, Base+4OYs
- Notice Date
- 6/12/2020 2:25:43 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0766
- Response Due
- 6/17/2020 3:00:00 PM
- Archive Date
- 09/24/2020
- Point of Contact
- Megan R Wallace, Contract Specialist, Phone: 513-559-3716
- E-Mail Address
-
Megan.Wallace@va.gov
(Megan.Wallace@va.gov)
- Awardee
- null
- Description
- Request for Information The government is looking for interested and capable contractors to complete the requirement described here-in. Please see the Statement of Work below for additional details from page 1 through 6. If there are any questions/comments, please contact me via email: Megan R. Wallace / Contracting Officer Megan.wallace@va.gov A. GENERAL: 1. The contractor shall provide all management, tools, supplies, equipment, transportation, and labor to develop and implement a preventative maintenance and repair plan for the janitorial equipment used by the Environmental Management Service (EMS) of VA Central Ohio Healthcare System Columbus, Ohio. (SEE ATAHCMENT A for list of equipment) 2. LOCATIONS OF SERVICES PROVIDED: location of the equipment to be maintained is VAACC Columbus, 420 N. James Rd, Columbus, OH 43219. 3. WORK HOURS: Normal Work Hours: The service schedule will be developed between the contractor and Contractor s Technical Representative (COTR) prior to any service being performed. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. SPECIFICATIONS: 1. The contractor shall conform to all federal, state, and local regulations governing the maintenance plan requiring approval by the COTR prior to implementation. Contractor s maintenance plan requires but is not limited to the following tasks: Inspects EMS equipment listed on attached schedule to evaluate condition. Service of equipment covered by contract in a manner that ensures the optimal operating performance and maximum service life of VA equipment. Performs all maintenance services recommended by the manufacturer of the equipment. Provide parts order list and labor estimate for repairs outside of scope of contract. Repairs outside of the scope of the contract are not to be initiated until approved by the COTR or Contracting Officer. C. CALL BACKS: EMERGENCY CALL BACK: The Contractor shall call back within 24 hours after receipt of notification by the Contracting Officer or his/her designee, to correct an emergent condition. This call back service shall be accomplished at no additional charge to the Government. NON-EMERGENT CALLS: Contractor shall report non-emergent calls within time frame mutually agreed with COTR for non-scheduled repairs without additional charge to the Government. D. REPORTING FOR SCHEDULED SERVICES: Contractor shall report to COTR in EMS Department on scheduled days for any instructions prior to starting service. Contractor will submit a written report of all activities following each visit, with the signature of the COTR or designee responsible. STORAGE OF CONTRACTOR OWNED MATERIALS: Storage of materials or contractor owned equipment on VA property is prohibited without the written approval of the COTR. QUALITY ASSURANCE: Performance Objective Performance Threshold All emergency complaints will be addressed and corrected within 24 hours. Non-emergent complaints will be addressed and corrected within 5 work days. Failure to meet prescribed timeframes shall not exceed 2 times per quarter. I. REQUIRED CONTRACTOR REPORTING: After each service (scheduled or non-scheduled) contractor personnel will submit documentation including but not limited to: The name and address of the individual who performed the service. The nomenclature, model number and serial number of the equipment serviced. The date and time of service. Any parts replaced and the labor hours spent. The contractor is responsible for supplying, completing and submitting all reports required or requested by VA, Federal, State or local ordinances, which pertain to any duties contained in the contract. J. CONTRACTOR PERSONNEL BADGES AND PARKING: 1. The contractor shall provide the COTR with a list of contractor employees expected to enter the buildings to pick up confidential documents. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. An access badge will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COTR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COTR or designee at the end of each pick up process. 3. The contractor shall be required to comply with all security policies/requirements of the VACOHS Columbus. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. 4. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COTR. 5. The VACOHS Columbus does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. K. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COTR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COTR or designee. ATTACHMENT A LIST OF EQUIPMENT TO BE SERVICED TAG # EQUIPMENT EQ ID# Make Model Serial # Frequency 3 Burnisher, Battery 17841 Tennant 9003538 900353-0404991 Monthly 4 Burnisher, Battery 17842 Tennant 9003538 900353-1040989 Monthly 5 Burnisher, Battery 17843 Tennant 9003538 900353-0405425 Monthly 6 Burnisher, Battery 17844 Tennant 9003538 900353-0404994 Monthly 7 Burnisher, Battery 17845 Tennant 9003538 900353-0404993 Monthly 8 Burnisher, Battery 17846 Tennant 9003538 900353-0404990 Monthly 9 Burnisher, Battery 17847 Tennant 9003538 900353-0404998 Monthly 10 Burnisher, Battery 17848 Tennant 9003538 90035310405424 Monthly 11 Burnisher, power cord 18211 Tennant 2370 100015-0411851 Monthly 12 Burnisher, power cord 18212 Tennant 2370 100015-0411853 Monthly 13 Burnisher, power cord 19169 Tennant 2370 100015-0411863 Monthly 14 Burnisher, power cord 19170 Tennant 2370 100015-0412479 Monthly 15 Burnisher, power cord 20322 Tennant 2370 10015-10412470 Monthly 16 Burnisher, power cord 20417 Tennant 2370 10015-10412471 Monthly 18 Extractor, walk behind 18058 Tennant 1260 100055-0406850 Semi-annual 19 Extractor, walk behind 18059 Tennant 1260 100055-0405326 Semi-annual 52 Vacuum, Wet/Dry 18062 Tennant Typhoon 608817-0405629 Monthly 53 Vacuum, Wet/Dry 18063 Tennant Typhoon 608817-0406492 Monthly 58 Vacuum, Wet/Dry 18353 NSS 800806 3868435 Monthly 59 Scrubber, Automatic 18358 Tennant T3 900357-1049248 Monthly 60 Extractor, Canister 18359 Tennant EX-CAN-15-HPH 900762-0491158 Monthly 81 Vapor-Steam Cleaner 18797 Goodway GVC-1750V 00056 Monthly 82 Vapor-Steam Cleaner 18798 Goodway GVC-1750V 00059 Monthly 83 Scrubber, Riding 19191 Tennant T7 T7-10536795 Monthly 84 Scrubber, Riding 19192 Tennant T7 T7-10526794 Monthly 85 Scrubber, Walk-Behind 19189 Tennant T5 T5-10527323 Monthly 86 Scrubber, Walk-Behind 19190 Tennant T5 T5-10527322 Monthly 87 Carpet Agitator 20594 Duplex Duplex 92 47149 Monthly 88 Power Washer 19827 Goodway GPW-1400-60 002002 Semi-annual 94 Scrubber 20597 Square Scrub EBG-20Q 48N6257 Monthly 97 Scrubber 20724 Square Scrub EBG-20Q 48N6288 Monthly 98 Carpet Agitator 21037 Duplex Duplex 92 48010 Monthly 103 Burnisher 20408 Tennant 9003538 010642096 Monthly 104 Vacuum, Wet-dry 22704 NSS Colt 36929713 Monthly 106 Scrubber, Walk-Behind 22897 Tennant T5 T5-10655520 Monthly 107 Scrubber, Walk-Behind 23228 Tennant T3 900357-10663106 Monthly DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/eda362cf6cb749fba74866d8e0dcffef/view)
- Record
- SN05688352-F 20200614/200612230147 (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 |