Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
SOLICITATION NOTICE

45 -- VA POND PUMP REPAIR -(VA-21-00064851)

Notice Date
5/12/2021 4:21:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0744
 
Response Due
6/1/2021 10:00:00 AM
 
Archive Date
07/01/2021
 
Point of Contact
Jonathan C. Ford, Contract Specialist, Phone: 562-766-2235
 
E-Mail Address
Jonathan.Ford1@va.gov
(Jonathan.Ford1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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: VA Pond Pump Repair 1.B. Description: VA Loma Linda Healthcare System has a requirement to repair pond pump #1 at the VALLHS. 1.C. Project Location: VA Loma Linda Healthcare System, 11201 Benton St, Loma Linda, CA 92357. 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26221Q0744. 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: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. 1.G. Small Business Size Standard: $8 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: The period of performance shall be within 14 days, M F, 8AM 3:30PM. 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5629, rev 14 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 900 am Wednesday, May 19, 2021. Participants will meet by the in front of the door at the hospital, under the tent at the VALLHS. All participants must have face covering and practice social distancing. Please email Jonathan.Ford1@va.gov to indicate that you are participating in the site survey. 1.K.2. Submit any questions regarding this procurement via email to Jonathan.Ford1@va.gov no later than 1000 am Tuesday, May 25, 2021. 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 1.K.3. 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 1000 am Tuesday, June 01, 2021 to Jonathan.Ford1@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 2. Statement of Work. 2.A. Background: The Department of Veterans Affairs Loma Linda Healthcare System (VAGLAHS) has 7 ponds located on the Northwest side of the hospital. The ponds are equipped with (2) Yeomans Submersible Pumps, model # YCE, S/N 7517010187-1, is used to circulate the pond water. The pumps are in a pump house, which is located below ground level on the northwest area of the hospital. Pump #1, needs to be repaired. 2.B. Scope. The purpose of this contract is to have a contractor remove Pond Pump #1 from the pump house and perform a complete diagnostic to determine the extent of the damage. To rebuild pond #1 The contractor shall provide any tools, equipment, or materials needed to repair Pond Pump #1, and re-install in the pumphouse. The contractor shall be responsible for cleaning up and disposing of any demolished materials associated with this installation. The contractor shall install any associated hardware needed for standard installation. The contractor shall be responsible for the following: 2.B.1. Pump Removal Lockout tagout Valves and Electrical components. 2.B.2. Drain Pump #1. Disconnect and Remove. 2.B.3. Pump Repair Teardown Pump #1 and perform an inspection. 2.B.4. Replacement of Rotor Assembly Bearings, Seals and O-rings. 2.B.5. Replacement of Cables and Cable Connectors. 2.B.6. Rewind of the Stator, Assemble, and Test. 2.B.7. Pump Installation - LOTO Valves and Electrical. 2.B.8. Reconnect Suction and Discharge Piping to Pump #1 using New Gaskets, Studs and Nuts. 2.B.9. Reconnect Electrical. Start-Up. 2.C. Licensing Requirements 2.C.1. Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. 2.C.2. Offeror must possess fitted N-95 respirator masks, gloves, safety eye wear, knee pads, safety toe boots, helmets, and safety vests. 2.D. Specific Requirements: 2.D.1. Schedule with Contracting Officer Representative (COR) or Designee (48) hours in advance prior to start of work. 2.D.2. Prior to start of job, all personnel shall have a valid Loma Linda PIV flash badge. 2.D.3. 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. 2.D.4. 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. 2.D.5. 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. 2.D.6. 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. 2.D.7. 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. 2.D.8. Damage to government property may result in additional action. 2.D.9. No changes will be made without COR consent. 2.D.10. Contractor shall conform to following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. i. OSHA Regulations, www.osha.gov ii. NFPA, www.nfpa.org 2.D.11. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the COR upon arrival at the facility. 2.D.12. Smoking Policy. 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.13. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 2.D.14. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 2.E. Performance Monitoring. The Contracting Office Representative (COR) will monitor contractor performance. The COR will certify the work was done in accordance with the SOW. COR will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 2.F. Work Hours: This project shall be completed Monday through Friday from 8am-3:30pm. 2.F.1 The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 2.G. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 2.H. Safety 2.H.1. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.H.2. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.H.3. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.H.4. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.H.5. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.I. Insurance Coverage. 2.I.1. 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.I.2. 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.I.3. 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.I.4. 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 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f515b30691f4802909cdfbb2654c294/view)
 
Place of Performance
Address: VA Loma Linda Healthcare System 11201 Benton St, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05999807-F 20210514/210512230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.