Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2022 SAM #7456
SOURCES SOUGHT

J -- Heating, Ventilation, Air Conditioning and Refrigeration (HVAC/R) maintenance, repair and installation

Notice Date
4/28/2022 5:49:37 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0521
 
Response Due
5/2/2022 2:00:00 PM
 
Archive Date
07/01/2022
 
Point of Contact
Issa Shawki, Contracting Officer, Phone: 774-826-3192
 
E-Mail Address
issa.shawki@va.gov
(issa.shawki@va.gov)
 
Awardee
null
 
Description
THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATON AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this source sought/RFI is to gain knowledge of businesses that are capable of satisfying the following work requirements: STATEMENT OF WORK General Contractor shall provide all labor, transportation, materials, apparatus, tools, equipment, supervision, disposal and permits necessary for performing miscellaneous Heating, Ventilation, Air Conditioning and Refrigeration (HVAC/R) maintenance, repair and installation projects, as well 24-hour HVAC/R emergency service call response. The general limit of the specified work area will be located in the VAMC, 830 Chalkstone Avenue, Providence, RI 02908. Off-site locations may include, but not be limited to, Eagle Square 1, 2, 3, 4, 5 & 6 and the Community Based Outpatient Clinics (CBOC) Middletown, RI, New Bedford, MA and Hyannis, MA. This will be a blanket purchase agreement (BPA) that will use Task Orders to order work as needed. Technical performance will be supervised by the Contracting Officer s Representative (COR). The COR will be appointed by the Contracting Officer (CO), who has sole authority to change the PWS, commit funding, and any other actions by the VA. Miscellaneous HVAC/R maintenance, repair and installation projects The contractor will be tasked to do the following types of HVAC/R work: Repair, maintenance, and installation of Air Handling Units (AHU), Air Cooled Condensing Units (ACCU), Split system air conditioning/heat pumps, fan coil units, PTAC s, Variable Air Volume, Constant Volume boxes and other associated HVAC/R equipment. All work must meet the State and federal mechanical codes. Contractor must have a valid State of Rhode Island and State of Massachusetts Masters HVAC/R license and for each project assigned will have at least one Journeyman HVAC/R mechanic on site at all times. Contractor will be provided HVAC/R work assignments by VAMC personnel. For each work assignment the Contractor will submit a proposal with a breakdown of the work to be done, the material required, and its cost and the labor hours needed for the work. The materials may be provided by the VAMC, or the contractor will be asked to purchase the materials. Contractor will provide an hourly rate for overtime work. Contractor must be able to utilize Metasys Controls in order to troubleshoot, repair and maintain HVAC equipment as outlined in section 2.1. 3.0 Proposed Schedule 3.1 Routine project work can start as early as 7:00 am and work to 4:30 pm weekdays. Weekend work needs to be approved by the VA FMS Supervisor. 3.2 Emergency Service work will occur as conditions dictate. Response time will be with-in one (1) hour. 3.3 When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the Project Manager. 4.0 Work Locations The work site locations include: VA Medical Center, Providence, RI, Eagle Square, Providence, RI, Community Based Outpatient Clinics (CBOC) Middletown, RI, New Bedford, MA and Hyannis, MA. All work shall be done between the hours of 7:00 am and 4:30 pm Monday through Friday; weekend work if required must have approval by the VA FMS Supervisor.  5.0 Period of Performance Five years. There are no options. Task orders will be issued of the Blanket Purchase Agreement (BPA). 6.0 Parking Parking is rigidly controlled throughout the Medical Center.  Contractor parking is only allowed on Air Force Drive, the Valley Street parking lot at the Davis Park location off Chalkstone Avenue.  Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited.  Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Parking passes will be issued by the VA Police. 7.0 Storage of Equipment & Materials The contractor shall arrange with the Project Manager for allocation of required workspace and for the storage of equipment and material to be used for this project.  Storage space is very limited.  There are no exclusive areas within the campus that can be given to the contractor for their storage needs.  Additionally, no space will be made available for the placement of a contractor trailer for this project.   The Contractor should schedule delivery of materials to limit the amount of storage space and time. 8.0 Debris Removal The Contractor shall be required to remove waste materials and debris daily from the campus.  All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. 9.0 Site Utilities The Contractor should note this scope of work does not detail all existing structures, utilities, or components that may potentially interfere with the contract work required.  The contractor shall note any obstruction, utility, or condition that may hinder or interfere with the execution of this contract and the contractor shall make provisions in their contract price to resolve such interferences and other conditions that may hinder the proper completion of the work.  All proposed utility relocations, reallocations, and shutdowns shall be approved by the Project Manager prior to commencing such work.  The contractor shall verify all existing utility installations and take appropriate action prior to working around any potential utility installation. In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 1 week in advance) and approved by the VA Project Manager.  All utility shutdowns must be reviewed and approved by the VA. 10.0 Infection Control All work shall be performed in accordance with the Construction Specifications for Infection Control of the Providence VA Medical Center, which is attached (Attachment B).  For purposes of this project, the work shall be considered Class 2 and shall be accomplished using the controls indicated in the specifications and on the Infection Control Construction Permit attached.  No work will be allowed to proceed until an Infection Control Construction Permit has been completed and signed and all protective measures required by the permit are in place. 11.0 Project Safety Contractor shall comply with the Contractor Safety Manual of the Providence VAMC, dated January 2009(Attachment A). 12.0 Penetrations of Fire and Smoke Barriers Prior to any installation of equipment, cables, power connections, conduit, piping or other work that penetrates a smoke or fire barrier, all such work must be approved by Facilities Management Service (FMS) of the VAMC Providence.  A penetration permit must be secured from FMS prior to disturbing the integrity of the barrier.  The permit must be available for inspection at the project location (Attachment D).  After the work is completed, the penetration must be repaired (sealed) according to accepted practice and utilizing materials (including UL/FM-listed through penetration fire stopping materials) that meet the original barrier construction requirements in order to restore the designed specifications for smoke and fire compartmentalization.  All penetrations and miscellaneous openings must be protected according to NFPA 101, Chapter 8.  Upon completion of any penetration repair, a visual inspection for approval must be requested from, and completed by FMS. 13.0 Interim Life Safety Protection Measures Contractor shall participate with the VA in the preparation of an Interim Life Safety Measures (ILSM) Assessment and fire protection Plan (Attachment E) that will be implemented during this contract. If and ILSM is required, the contractor will be required to implement some or all of the following requirements; Ensure exits provide free and unobstructed egress for all building occupants. If required by contractor s operations, establish and mark alternate means of egress for all building occupants. Contractor shall maintain escape facilities from the work area for construction workers at all times.  Means of egress in construction areas will be inspected daily.  Ensure free and unobstructed access to all areas of the project site for emergency services and for emergency forces. Ensure that means of egress and existing fire alarm, detection, and suppression systems are not impaired by contractor s operations.  When required, a fire watch shall be by a qualified person provided by the contractor who shall maintain constant observation of the affected area and have no other duties. The person providing the fire watch shall be trained in fire prevention and in the use of fire extinguishers, occupant hose lines, occupant fire protection system, in sounding the building fire alarm and in notifying the local fire department, and in understanding the particular fire safety situation for the project. Provide written procedures and guidelines for construction personnel and post in the immediate areas of construction detailing what to do and who to call in the event of fire or emergency. Maintain the construction area to minimize the potential for fire or safety hazards resulting from storage of construction material, construction waste and debris during construction operations. All temporary construction shall be built of noncombustible/fire retardant materials and shall be smoke tight. 14.0 Prevention of False Fire Alarms Contractor shall comply with the requirements to prevent false fire alarms as provided in Attachment F. Contractor shall provide a fire watch when impairment of the fire alarm system exceeds 4 hours in a 24-hour period. 15.0 Material & Workmanship Quality All materials and workmanship shall comply with all codes, standards, and recommendations of all Authorities Having Jurisdiction (AHJ).  All work shall be done in a first-class manner according to the best trade practices and to the satisfaction of the Project Manager. 16.0 Refrigerant Management Program Contractor shall comply with the PVAMC Facilities Management Service SOP No. 6, Refrigerant Management Program (Attachment G). The SOP is subject to change as State DEM and EPA requirements change. Pricing Schedule Base Year Task Proposed rate/amount Emergency call response hourly rate charged during normal working hours Routine hourly rate charged (7:00am to 5:00pm) Monday-Friday Emergency call response overtime hourly rate charged after normal working hours, on weekends, and holidays Routine scheduled overtime hourly rate charged during afterhours (5:00pm to 7:00am) Monday-Friday, on weekends and holidays Minimum hours charged per emergency call Materials will be charged at cost plus Year two Task Proposed rate/amount Emergency call response hourly rate charged during normal working hours Routine hourly rate charged (7:00am to 5:00pm) Monday-Friday Emergency call response overtime hourly rate charged after normal working hours, on weekends, and holidays Routine scheduled overtime hourly rate charged during afterhours (5:00pm to 7:00am) Monday-Friday, on weekends and holidays Minimum hours charged per emergency call Materials will be charged at cost plus Year three Task Proposed rate/amount Emergency call response hourly rate charged during normal working hours Routine hourly rate charged (7:00am to 5:00pm) Monday-Friday Emergency call response overtime hourly rate charged after normal working hours, on weekends, and holidays Routine scheduled overtime hourly rate charged during afterhours (5:00pm to 7:00am) Monday-Friday, on weekends and holidays Minimum hours charged per emergency call Materials will be charged at cost plus Year four Task Proposed rate/amount Emergency call response hourly rate charged during normal working hours Routine hourly rate charged (7:00am to 5:00pm) Monday-Friday Emergency call response overtime hourly rate charged after normal working hours, on weekends, and holidays Routine scheduled overtime hourly rate charged during afterhours (5:00pm to 7:00am) Monday-Friday, on weekends and holidays Minimum hours charged per emergency call Materials will be charged at cost plus Year five Task Proposed rate/amount Emergency call response hourly rate charged during normal working hours Routine hourly rate charged (7:00am to 5:00pm) Monday-Friday Emergency call response overtime hourly rate charged after normal working hours, on weekends, and holidays Routine scheduled overtime hourly rate charged during afterhours (5:00pm to 7:00am) Monday-Friday, on weekends and holidays Minimum hours charged per emergency call Materials will be charged at cost plus VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: 1) If fully vaccinated, shall show proof of vaccination i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination 2) If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the following website: COVID-19 Screening Tool. Regularly check the website for updates. a. Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 5 pm EST time on May 2, 2022. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 811310 and a small size standard of $8,000,000.00
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7c59ee51823437ca85189a5f0dfeaa7/view)
 
Place of Performance
Address: See the Statement of Work for place of performance, USA
Country: USA
 
Record
SN06311902-F 20220430/220428230107 (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.