SOURCES SOUGHT
J -- FY23: Oxygen Tanks PM and Repair at VACHS; FMS O&M
- Notice Date
- 5/3/2022 8:48:21 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822Q0910
- Response Due
- 5/10/2022 9:00:00 AM
- Archive Date
- 07/09/2022
- 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
- REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE This not a request for quotes; the Government is seeking information for market research purposes only. The Department of Veterans Affairs, Network Contracting Office 8 San Juan, Puerto Rico is currently conducting a market survey for potential small business qualified firms capable of providing the necessary personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the required Oxygen Tanks System Maintenance and Repair Services for the VA Caribbean Healthcare System (VACHS) facility located in San Juan. The North American Industry Classification System (NAICS) is 238990- All Other Specialty Trade Contractors, and Product Service Code (PSC) is J065 Maintenance, Repair, an Rebuilding Equipment- Service and Trade Equipment. Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statemen, Unique Entity Identifier (UEI) number, address, point of contact and examples of similar facilities to which similar services have been provided. Contractors should provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. Contractor must be registered in System for Award Management (SAM) (see internet site: https://www.sam.gov). A solicitation is not currently available. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov/content/opportunities later, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Specific areas to be addressed in capability packages submitted by respondents are as follows: 1. Capability Statements, if considering sub-contracting state so in your response and include sub-contractor information to include UEI and name. 2. SERVICES REQUIRED Description of Major Equipment: One (1) 1,500 gal Taylor-Wharton Liquid Oxygen Tank Two (2) 6,000 gal Taylor-Wharton Liquid Oxygen Tank The Contractor shall perform and provide the following services within the Bulk Oxygen System: 1. Verify and/or inspect tanks pressure and levels. 2. Verify and/or inspect pipe pressure. 3. Verify and/or inspect leakage from valves, relief valves or piping connections. Standard maintenance practices apply to the replacement of seats and discs in globe and gate valves. Replace and repair all valves within the Bulk Oxygen system as needed. Replacement parts may be ordered from the valve manufacturer. Provide the factory part number marked on the valve for identification. Replacement parts shall be exact match to the ones being replaced or specific for the oxygen service. 4. Contractor shall provide a certification of work in compliance NFPA 50 and 99, when repairs are performed prior to place oxygen system back on service. 5. Verify and/or inspect Barton Gauges. Pressure and level readings shall be within +I- 1 psig or +/- 1 inch, respectively. Do not allow unqualified persons to attempt repairs on this equipment. Field repairs to instruments and controls must be made by a qualified instrument specialist. Rep1ace Barton gauges as required. 6. Paint of bollards, tanks, and lines as needed. 7. Pressure wash tanks and concrete area delimited by the fence. 8. Stainless steel control panel shall be cleaned. 9. Keep a permanent log of all inspections, maintenance services, and repairs performed. All service reports must be provided to the Operations Control Center. 10. Test all local bulk oxygen alarms. Test shall be coordinated with VA personnel and with at least 3 weeks in advance. 11. Complete Final Report - not limited to above mentioned items, plus other inspections and recommendations regarding operation and maintenance from tank manufacturer. 12. Maintain and repair all local bulk oxygen tanks piping system. including, but not limited to: tanks, piping, controls, signs, flow indicators, etc, and general area. 13. Provide annual replacement of safety relief valves for each tank. 14. The Contractor personnel shall have all the required training and certifications to perform duties as delineated in this contract All certifications and training requirements shall be provided upon request to VACHS personnel. 15. The Contractor will be responsible for maintain and providing all required markings, labels, and placards that are necessary to be posted on the government owned tanks per Federal and State regulations. 16. During disassembly and reassembly of any equipment, procedures shall be followed to ensure tools and parts are kept clean and free of contamination in the form of dust. dirt, grease or oil. 17. After reassembly of any equipment, the equipment shall be tested prior to being returned to service for gas flow, pressure and cross connection. 18. When a bulk tank piping system has been breached, reference shall be made to all appropriate sections of NFPA 50, NFPA 99, NFPA 99C, or CSA Z305.1 to ensure procedures as specified for new installation are followed. 19. Maintain labeling of the following equipment 1. Valves- a. Proper gas label. b. Correct directional arrow (if installed). c. Proper color code (if applied). d. Rooms (area) controlled. e. Warning signs stating: ""Do not close/open except in case of emergency"". 2. Pipeline- a. Proper gas labeling. b. Correct directional arrow (if installed). c. Proper color code. d. Maximum spacing of 20 feet (6m) or at least one in each room. e. Each side of pipe penetration of wall. 20. The Contractor shall conduct and maintain all bulk oxygen equipment and components in accordance with NFPA 50, NFPA 99 and manufacturer's recommendations. Schedule of inspection must be provided l 0 working days after the contract award. 4. Identify any other companies owned (wholly or in part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 5. If you are in GSA, please provide schedule and contract number. 6. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. 7. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. It is anticipated that the contract will be a Firm Fixed Price with a base period and four option periods of twelve (12) months each. Responses to this notice must be submitted to rafael.rodriguez2@va.gov no later than May 10, 2022, at 1:00 PM AST. No telephone inquiries will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc6cc0af9bbe4a888fafe30c7a3668c1/view)
- Place of Performance
- Address: 10 Casia Street, San Juan 00921
- Zip Code: 00921
- Zip Code: 00921
- Record
- SN06316146-F 20220505/220503230110 (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 |