Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOLICITATION NOTICE

J -- 36C249-22-AP-1338 - 626-22-2-4148-0027 - containment tech contract (VA-22-00034921)

Notice Date
3/24/2022 12:29:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0257
 
Response Due
4/18/2022 6:00:00 AM
 
Archive Date
06/17/2022
 
Point of Contact
Ramona Bonness, Contract Specialist, Phone: 615-225-5843
 
E-Mail Address
ramona.bonness@va.gov
(ramona.bonness@va.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Solicitation Number: 36C24922Q0257-1 Posted Date: March 24, 2022 Response Date/Time: April 18, 2022, at 8:00am CST Set Aside: WOSB NAICS: 811219 PSC: H366 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 Effective 1/30/2022. This solicitation is set-aside for Woman Owned Small Businesses (WOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. The Tennessee Valley Healthcare System is seeking a vendor to provide Fume Hood and ventilation system inspections and maintenance services. STATEMENT OF WORK TVHS Fume Hoods and Air Filtration Systems (Laminar Flow Equipment) INTRODUCTION AND SCOPE OF WORK: Contractor shall furnish service as specified for the fiscal year period of April 1 through March 30, to ensure that the equipment functions in conformance with NCI Specification General Purpose, Clean Air, Biological Safety Cabinet, revised August 19, 1975 , NIH specification NIH-03-11ZC dated Sept 17, 1974; National Sanitation Foundation-Class II, (Laminar Flow) Biohazard Cabinetry-Standard Number 49 [NSF 49]; Federal Standard No. 209E-April 24, 1973, Clean Room And Work Station Requirements, Controlled Environment ; SAMA Standard LF10-1980 Laboratory Fume Hoods. Quarterly work: Nashville Room air change certifications performed quarterly. Measure and calculate room air changes and pressure differentials per hour. Biannual work: Hood certifications performed every 6 months at the Nashville VA, Murfreesboro VA, Clarksville Clinic and Chattanooga Clinic locations. (1 hood at this last location) REQUIREMENTS: a. Equipment is identified on the attached listing to include amendment FY 2021 for Acre Bldg. Research Hoods (24) - these hoods are sometimes replaced so it is the specific hood or a replacement hood. b. Scheduled Maintenance (PM): This contract covers one scheduled preventive maintenance inspection Monday through Friday between the hours of 7:00 a.m. and 3:30 p.m. during the months of: April, July, October, and January at the Nashville Campus. April and October at each the Murfreesboro Campus, Clarksville Clinic and Chattanooga Clinic. c. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the Contracting Officer (CO) and Contracting Officer s Representative COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. d. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment identified in Attachment A, in ""as is"" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. e. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: (1) Each respondent must have an established business, with an office and full-time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on Laminar Flow Hoods and Air Filtration Systems. (2)""Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on Laminar Flow Hoods and Air Filtration Systems. (3) All work is provided by a highly trained member of CTG's Certification and Service Network. The highest level of service, professionalism, and integrity is expected and will be delivered at all times. (4) The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by ""Fully Qualified"" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the Veterans Affairs Medical Center (VAMC). The CO or COR may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission. f. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. REFERENCES: Contract service shall ensure that the equipment functions in conformance with NCI Specification General Purpose, Clean Air, Biological Safety Cabinet, revised August 19, 1975 , NIH specification NIH-03-11ZC dated Sept 17, 1974; National Sanitation Foundation-Class II, (Laminar Flow) Biohazard Cabinetry-Standard Number 49 [NSF 49]; Federal Standard No. 209E-April 24, 1973, Clean Room And Workstation Requirements, Controlled Environment ; SAMA Standard LF10-1980 Laboratory Fume Hoods, testing compliant with USP 747 doing variable air sampling. DELIVERY: a. Scheduled Maintenance (PM): This contract covers one scheduled preventive maintenance inspection during the months of: April, July, October, and January for the Nashville Campus April and October Murfreesboro Campus Monday through Friday, between the hours of 7:00 a.m. and 3:30 p.m. b. REPORTING REQUIREMENTS: The Contractor shall be required to report to Engineering Office to log in for all services at the Nashville and Murfreesboro Campuses. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with the supervisor of the Air Conditioning Shop (Engineering) and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an ""acceptance signature"" and to the COR for an ""authorization signature"". If the COR is unavailable, a signed copy of the ESR will be sent to the COR after the work is performed. Veteran Affairs (VA) Contact Person(s): Nashville and Clarksville: Velton Salazar, Building 1, Room E-06, Phone 615-873-8798, Cell 615-456-9925. Murfreesboro and Chattanooga: Al Hernandez, Building 15, Phone 615-225-3982, Cell 615-428-5659, Fax 615-225-6411 Contractor -- Provide telephone number(s) to call for your Service Department: ______________________________ Provide name(s) of authorized contact person(s): __________________________ PROGRESS AND COMPLIANCE a. DOCUMENTATION/REPORTS: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed (i.e., Emergency repairs), including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the manufacturer s specifications. Such documentation shall meet the guidelines as set forth in paragraph 3, References. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: (1) Name of contractor. (2) Name of FSE who performed services. (3) Contractor service ESR number/log number. (4) Date, time (starting and ending), equipment downtime, and hours on-site for the service call. (5) VA purchase order numbers(s) covering the call if outside normal working hours. (6) Description of problem reported by COR (If applicable). (7) Identification of the equipment to be serviced: Inventory ID number Manufacturer s name Device name Model number Serial Number Any other manufacturer s identification numbers (8) Itemized Description of Service Performed (including Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. (9) Total Cost to be billed (If Applicable -- i.e., part(s) not covered, or service rendered after normal hours of coverage). (10) Signatures: - FSE performing services described. -VA Employee who witnessed service described. b. PAYMENT: Invoices will be paid in arrears on a quarterly basis upon receipt of service reports. NOTES AND OTHER INFORMATION: a. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. Note: Any additional charges claimed must be approved by the COTR before the service is completed! b. Security Issues: There are no known security issues associated with this Statement of Work. c. DEFINITIONS/ACRONYMS: (1) Biomedical Engineering - Supervisor or designee. (2) CO - Contracting Officer (3) COR - Contracting Officer's Representative (4) PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. (5) FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. (6) ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. (7) Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR (8) Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. (9) NFPA - National Fire Protection Association. (10) CDRH - Center for Devices and Radiological Health. (11) VAMC - Department of Veterans Affairs Medical Center (12) VAH - Department of Veterans Affairs Hospital d. There are no known security issues with this Statement of Work. e. Contractors are responsible for finding their own parking. Currently, contractors cannot park at the VAMC Nashville Campus. Contractors may park temporarily to drop off tools and supplies only. f. Contractors required to obtain Temporary ID Badge from Engr Svc, Bldg. 18 Murfreesboro, or Room D73 Nashville, while on VA property if not escorted during entire visit by an Engineer Service employee. SCHEDULE: All interested parties shall provide a quotation for the following: CLIN Description: Service contract for the period of 4/1/2022 through 3/31/2023 for: Unit Unit Price Quantity Total Item Cost 0001 Biannual hood certifications: LAFW/LFCB Nashville Hour 30 0002 Biannual hood certifications: chemical fume hood/grossing table Hour 42 0003 Biannual hood certification: biological safety cabinets Hour 58 0004 Quarterly certifications: room air changes (per room) Hour 328 0005 Quarterly certification: certification travel for Chattanooga location JOB 1 Place of Performance: Nashville Campus York VAMC-Murfreesboro 1310 24th AVE S. 3400 Lebanon Pike Nashville TN 37212 Murfreesboro TN 37129 Clarksville VA Clinic Chattanooga VA Clinic 782 Weatherly Dr. 6098 Debra Rd Clarksville TN 37043 Chattanooga TN 37411 EVALUATION OF QUOTES: Award will be made to the lowest price offeror that is determined to bring the BEST VALUE to the Government and meets the technical requirement of the solicitation. Award shall be made to the vendor whose quotation offers the best value to the government, considering technical acceptability, past performance, and price. QUOTE FORMAT AND SUBMISSION REQUIREMENTS: a. Offerors shall provide only one quote. Quote should be emailed to ramona.bonness@va.gov NLT 4/18/2022 at 8:00 AM CST. Non-compliance with this requirement may result in disqualification of the quote. b. All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM c. All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. d. The government intends to award a Firm Fixed Price contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Point of Contact Any questions or concerns regarding this solicitation shall be sent in writing only via email addressed to ramona.bonness@va.gov subject line: 36C24922Q0257. Questions shall be submitted NO LATER THAN APRIL 7, 2022 @ 8:00am CST. Reference the following wage determinations applicable to this requirement: Service Contract Act WD #2015-4647 Revision #18 December 27, 2021. https://sam.gov/wage-determination/2015-4647/18.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/452f0cf093214522853c06170d42365d/view)
 
Place of Performance
Address: Department of Veterans Affairs Tennessee Valley Healthcare System 1310 24th Ave. S., Nashville, TN 37212, USA
Zip Code: 37212
Country: USA
 
Record
SN06277735-F 20220326/220324230106 (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.