SOURCES SOUGHT
J -- FY21: Service- HVAC Air Handling Units Service
- Notice Date
- 5/11/2021 11:03:44 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24821Q0936
- Response Due
- 5/21/2021 6:00:00 AM
- Archive Date
- 08/19/2021
- Point of Contact
- Rafael A Rodriguez, Rafael Rodriguez, Phone: 787-781-8700
- E-Mail Address
-
Rafael.Rodriguez2@va.gov
(Rafael.Rodriguez2@va.gov)
- Awardee
- null
- Description
- SCOPE: The VA Caribbean Healthcare System (VACHS), 10 Casia St, San Juan, PR 00921, has a requirement for maintenance and repair service for critical air handling units. This service contract is to provide all materials, labor, supervision, tools, supplies, transportation, and equipment necessary to perform inspection, full preventive maintenance service and required repairs to the existing equipment listed in the schedule. Included are all inspections, adjustments, tests, and repairs to keep the equipment covered under this contract in continuous and reliable use at its designed capacity and efficiency. Equipment shall be maintained in accordance with terms and conditions stated herein. The period of performance for this service contract is one base year and four option periods. General Requirements. 1.The contractor shall furnish qualified technician(s) on the job site while in performance of Maintenance and Service of the identified Air Handling Units. Contractor shall be responsible for regular, systematic execution of the work items listed in Section IV as per manufacturers recommendations and other specifications provided in this SOW. The contractor agrees to regularly and systematically perform required maintenance of the equipment and provide callback service as conditions warrant, repair or replace all portions of the equipment included under this contract. 2. The contractor shall not perform any schedule maintenance or repair that requires the unit to be off-line or shutdown unless a VACHS representative, in coordination with the Operations Control Center, secure all power sources to the unit such as valves and electrical power main disconnect. 3. The contractor shall not manipulate any valve, control, automatic device, lock-out control or heat load transfer system unless it has been secured by the Operations Control Center. 4. Equipment shall be maintained in first-class condition to meet the initial performance ability. The equipment manufacturer's recommended maintenance and repair requirements along with other specifications delineated shall be accomplished under the scope of this contract. The contractor is responsible for the unit s conditions at the beginning of this service contract. The equipment manufacturer's maintenance requirements are considered the minimum for all equipment. If specific equipment covered by this contract requires additional maintenance for safe and reliable operation the contractor shall perform the required maintenance. 5. The contractor is responsible, under this maintenance and repair contract, for the replacement of any damaged parts such as electrical motors, fan assembly or component, valves, level control, belts, gear case, dampening device, unit structural components, assembly, unit strainer, enclosure, piping, hangers, catwalk, filtration system, lightning arrester and any other mechanical or electrical device, up to the main electrical power disconnect, that is part of the air handling unit system. All system components must always be maintained operational and clean, free of dust, grease, stains or any other that will affect the operation and appearance of the unit or unit component. 6. The contractor shall provide a systematic preventive maintenance program in order to avoid a major component failure such as fan assembly rupture that will render the unit unserviceable for a period that will affect patient care service. 7. Contractor s preventive maintenance program must include an Automated Engineering Management Software as a tool to track and manage all services performed. The engineering software will be the mechanism used to generate preventive maintenance schedules and repair services orders. 8. Contractor is responsible for the replacement of filtration components as per the unit s manufacturer specification, filtration media manufacturer recommendations or as described in this PWS. 9. A predictive maintenance program must be established. Unit vibration analysis must be documented and analyze as a mechanism to prevent unit catastrophic failure. 10. The contractor must provide a system of call back to attend any emergency, after hours, and must report within two hours on site to resolve any emergency with the units covered by this PWS. Equipment Schedule: Item Number AHU Name Location 1 Air Handling Unit 1 South Bed Tower 2 Air Handling Unit 2 South Bed Tower 3 Air Handling Unit 3 South Bed Tower 4 Air Handling Unit 4 South Bed Tower 5 Air Handling Unit 5 South Bed Tower 6 Air Handling Unit 6 South Bed Tower 7 Air Handling Unit 7 South Bed Tower 8 Air Handling Unit 8 South Bed Tower 9 Air Handling Unit 9 South Bed Tower 10 Air Handling Unit 10 South Bed Tower 11 Air Handling Unit 11 South Bed Tower 12 Air Handling Unit 12 South Bed Tower 13 Air Handling Unit 1 Community Living Center 14 Air Handling Unit 2 Community Living Center 15 Air Handling Unit 3 Community Living Center 16 Air Handling Unit 4 Community Living Center 17 Air Handling Unit 5 Community Living Center 18 Air Handling Unit 6 Community Living Center 19 Air Handling Unit 1 Surgery Intensive Care Unit 20 Air Handling Unit 30 Surgery Intensive Care Unit 21 Air Handling Unit 32 Surgery Intensive Care Unit 22 Air Handling Unit 2 Outpatient Admissions 23 Air Handling Unit 23, SPD Building 1 24 Inpatient Pharmacy Air Handling Unit Building 1 25 Linear Accelerator Air Handling Unit 1 Building 1 26 Linear Accelerator Air Handling Unit 2 Building 1 27 Linear Accelerator Air Handling Unit 3 Building 1 28 Air Handling Unit 1 CT Scan Building 1 29 Air Handling Unit 2 CT Scan Building 1 30 Air Handling Unit 3 CT Scan Building 1 31 MRI Air Handling Unit Building 1 32 Radio Therapy Air Handling Unit Building 1 33 Air Handling Unit 29 Morgue Building 1 34 Air Handling Unit Foot Clinic Building 1 35 Air Handling Unit 18 Kitchen VCS Building 1 36 Supply Fan Food and Nutrition Building 1 37 Air Handling Unit Cardio Cath 1 Building 1 38 Air Handling Unit Cardio Cath 2 Building 1 39 Air Handling Unit Swimming Pool Building 1 40 Air Handling Unit RT 1 Operating Rooms Building 1 41 Air Handling Unit 2R Operating Rooms Building 1 42 Supply Fan 1 A B9 Mechanical Room Building 1 43 Supply Fan 1 B B9 Mechanical Room Building 1 44 Supply Fan 1 C B9 Mechanical Room Building 1 45 Air Handling Unit for UPS Building 1 QUALIFICATION: The Contractor personnel must have five years of experience in the maintenance, repairs, and installation of air handling units. The contractor personnel responsible for dismantling, repair, relocate, modify, maintain, align, adjust, lubricate, weld, rigging, and keep up with the preventive maintenance and repair service for the identified pieces of equipment in this contract must possess a technical degree as an Industrial Mechanic. The contractor personnel responsible for the electrical installation, maintenance, troubleshooting and repair of all electrical or electronic components for the identified pieces of equipment in this contract must possess a technical degree and be certified to practice the trade by federal or local jurisdiction. The contractor personnel responsible for the heat transfer process, filtration process or air conditioning process of the identified units in this maintenance and repair service contract must possess a technical degree as an Air Conditioning Equipment Technician. The contractor personnel must possess the 30 Hrs. OSHA training course in Construction Safety & Health. The contractor personnel that will manage the contract execution and in charge of contract management must have a Mechanical Engineering degree from an accredited educational institution. DESCRIPTION: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. This Request for Information is intended for Socio-economic groups: Service Disable Veteran Owned Small Business, Veterans Owned Small Business, Women Owned Small Business, Small Business and Large Business. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. The Department of Veterans Affairs Service Area Office East/Network Contracting Office 8, San Juan, Puerto Rico Services Team, is conducting market research to identify potential sources with the intention to award Service Contract. Responses to this notice should include company name, address, point of contact, phone number, fax number and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). NAICS Code is 238220. This procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received in writing no later than 10:00am Eastern Standard Time (EST) on May 21, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff in regard to this requirement, as they are not authorized to discuss this matter related to this procurement action, all questions will be addressed during the solicitation stage by the Contract Specialist. All firms responding to this Request for Information are advised that their response is not a request for proposal therefore will not be considered for a contract award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/118baecc2bf44f5da28a62255ea285fc/view)
- Place of Performance
- Address: VA caribbean Healthcare System 10 Casia Street, San Juan 00921
- Zip Code: 00921
- Zip Code: 00921
- Record
- SN05998773-F 20210513/210511230101 (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 |