SOLICITATION NOTICE
J -- MAINTENANCE FOR CBOC ICE MACHINES 664-21-3-5035-0079COOPER MECHANICAL (VA-21-00065377)
- Notice Date
- 5/19/2021 7:47:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0757
- Response Due
- 6/2/2021 1:00:00 PM
- Archive Date
- 08/01/2021
- Point of Contact
- Gregory Manning (Contractor), Contract Specialist, Phone: 562-766-2278
- E-Mail Address
-
gregory.manning1@va.gov
(gregory.manning1@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. Project Title: Preventive Maintenance of Ice Machines at the VA Aspire, San Diego CA; the Kearney Mesa Clinic, San Diego CA; and the Oceanside Clinic, Oceanside, CA. VENDOR OFFER 2. Contract Administration: All contract administration matters will be handled by the following individuals: a. Contractor Name Address City, Sate ZIP Point of Contact Email Phone b. GOVERNMENT: Contracting Officer 36C262, Peter Kim Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 3. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with 52.232-33, Payment by Electronic Funds Transfer System for Award Management 4. INVOICES: Invoices shall be submitted upon completion of all inspections required for given phase/effort. 5. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center Submit invoices electronically through https://portal.tungsten-network.com 6. __ I concur ___I non-concur with all terms, conditions, and provisions included in the solicitation. 7. PRICE/COST SCHEDULE 7.A. Project Title: Preventive Maintenance of Ice Machines at the VA Aspire, San Diego CA; the Kearney Mesa Clinic, San Diego CA; and the Oceanside Clinic, Oceanside, CA. 7.B. Schedule of Pricing: For each of the below Contract Line Item Numbers (CLINS), the contractor shall provide twice yearly maintenance for the specified ice machines at their respective sites in accordance with the Statement of Work. The respective dates of service will be established by the appointed government site point of contact after contract award. The first service will be within 120 calendar days of contract award and the second, within 6 months following the first. CLIN 0001 Jul 01, 2021 through Jun 30, 2022 (2) Annual PMIs 1st $_____________ 2nd $_____________ Total $_________________ CLIN 0002 Jul 01, 2022 through Jun 30, 2023 (2) Annual PMIs 1st $_____________ 2nd $_____________ Total $_________________ CLIN 0003 Jul 01, 2023 through Jun 30, 2024 (2) Annual PMIs 1st $_____________ 2nd $_____________ Total $_________________ CLIN 0004 Jul 01, 2024 through Jun 30, 2025 (2) Annual PMIs 1st $_____________ 2nd $_____________ Total $_________________ CLIN 0005 Jul 01, 2025 through Jun 30, 2026 (2) Annual PMIs 1st $_____________ 2nd $_____________ Total $_________________ Total Pricing of Base Period of Performance and Four Option Years (if Exercised) = $_________________ Grand Total 7.C. Statement of Work / Description: CONTRACT TITLE: VA Preventive Maintenance for VA Ice Machines PLACE OF PERFORMANCES and RESPECTIVE MACHINE DATA: VA ASPIRE Entry #: 73959 2121 San Diego Ave Mfr: Oasis Electric Model#: C0366ORT San Diego, Ca. 92110 Serial #: 682018K0233247 / NC AC Kearney Mesa Clinic Entry #: 115443 8825 Aero Drive Mfr: Follett Corp. Model #: 25FB425A San Diego, Ca. 92123 Serial #L47948: Oceanside Clinic Entry #: 115441 1300 Rancho Del Oro Road Mfr: Follett Corp. Model #: 25FB425A Oceanside, Ca. 92056 Serial #: L49115 PERIOD OF PERFORMANCE: This contract is to have one base year and up to 4 option years. CONTRACT TYPE: Firm Fixed Price BACKGROUND: This contract is to perform semiannual maintenance of the ice machines at three CBOC locations. The 3 locations are ASPIRE Center, Kearney Mesa Clinic and Oceanside Clinic. NOTE: The Kearney Mesa Clinic is under construction as this contract is being written. The ice machine for this location is located at the 8810 Rio San Diego Drive, San Diego, Ca.92108. The first maintenance after award of contract may occur at this location or at Kearney Mesa location depending on award date. Following maintenances will be at Kearney Mesa location. GENERAL REQUIREMENTS: Contract shall provide all labor, materials, tools, parts, supervision and transportation to perform semi-annual preventative maintenance and cleaning of the designated ice machines. Process to include but is not limited to: (1) Secure water source and power source the units. (2) Inject cleaning solution into the unit to be serviced and allow to soak in accordance with manufacturers recommendations. (3) Clean and sterilize all areas of the unit including storage bins, agitators, ice bins and ice chutes. (4) Drain solution from the unit and flush with sanitizing agent. (5) Flush adequate amount of water through unit to remove all sanitizing agent. (6) Clean condenser coils. (7) Wipe down the interior and exterior surfaces of unit. (8) Restore power and water to unit. Test for normal operation. Authorized service: The Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs that are outside of the scope of this contract and reimbursement shall not be made unless prior authorization is obtained. CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses required to perform this work. 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 employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. SAFETY REQUIREMENTS: All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS 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. 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. 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 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. VA POLICY: 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. PARKING POLICY: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. IDENTIFICATION BADGES: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. SMOKING POLICY: Smoking is not permitted within the VA Healthcare System facilities campus. NORMAL WORKING HOURS: Contractor will shall be performing services between the hours of 7:30 AM through 4:00 PM Monday through Friday, with exceptions to the below listed Federal Holidays. OVERTIME AND NATIONAL HOLIDAYS: Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January 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 NOTE: - The Service Contract Act is applicable to this contract. Accordingly, Wage determination number #2015-5635, Revision 20 dated Dec 20, 2020 is hereby incorporated into the subsequent contract award. 16. D --Reserved 16. E -- Reserved 16.F. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 16.G. Applicable NAICS code: 811412 Appliance Repair Services 16.H. Small Business Size Standard: $16.5M 16.I. Type of Contract: Firm Fixed Price 16.J. Period of Performance: 365 calendar days from date of award. 16.K. Wage Determination: SCA WD 2015-5635, Rev #20, dated 12/20/2020 17. Key solicitation milestones/Project Site Visit: N/A 17.A. The point of contact for this requirement is Mr. Perry Kyler. He can be reached at 619-339-2577 17.B. Submit any questions regarding this procurement via email to Gregory.Manning1@va.gov no later than 1:00 PM, Wednesday, May 26, 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 to contract opportunities at https://beta.sam.gov/. 17.C. 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 10am Thursday, June 03, 2021 to Gregory.Maning1@va.gov . Ensure the following are completed and/or included in the offer packet: 17.C.1. Vendor Information 17.C.2. Acknowledgement of amendments (if applicable) 17C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 17.C.4. Schedule of service pricing 17.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 18. General Contract requirements: 18.A.1. Contractor shall obtain all necessary licenses required to perform this work. 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 employees fault or negligence. 18.A.2. The Contractor must 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. The Contractor is solely responsible for determining the legal requirements that apply to activities and must ensure safe and healthful working conditions for its employees. 18.A.3. Contractor shall be responsible for any damages to 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. 18.B. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 18.C. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 18.D. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from any of the VA facilities and/or otherwise referred to Government property. 18.E. 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. 18.F. Insurance Coverage. 18.G.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. 18.G.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. 19. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 Effective March 10, 2021. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 19.A. FAR 52.212-1, Instructions to Offerors Commercial Items 19.B. FAR 52.212-2, Evaluation Commercial Items 19.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 19.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 4.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 4.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 4.G. FAR 52.233-2, Service of Protest 4.H. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 4.I. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 4.J. VAAR 852.233-71, Alternative Protest Procedure 4.K. VAAR 852.237-70, Contractor Responsibilities
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9510ab82c27a4700b8d02b846e82e983/view)
- Place of Performance
- Address: Refer to the Statement of Work for the description of all three locations.
- Record
- SN06006871-F 20210521/210519230115 (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 |