Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SPECIAL NOTICE

J -- NOTICE OF INTENT TO SOLE SOURCE DAIKIN APPLIED Daikin Cooler PM Service Contract FY24-FY29 512-24-2-641-0039

Notice Date
2/7/2024 11:49:52 AM
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0255
 
Response Due
2/14/2024 7:00:00 AM
 
Archive Date
03/15/2024
 
Point of Contact
William Chris Galletta, Contracting Officer, Phone: Services Team One
 
E-Mail Address
william.galletta@va.gov
(william.galletta@va.gov)
 
Awardee
null
 
Description
Daikin Applied Statement of Work 512-24-2-641-0039 REFERENCE: VA Maryland Health Care System Baltimore VAMC PURPOSE: This request is for contract services for FY24-FY29 to perform (6) planned inspections, including one annual/shutdown service. All work will be performed by factory-trained technicians who specialize in HVAC, refrigeration and electronic system maintenance and repairs. The Contractor will provide labor and material for (3) Daikin Air-Cooled Chillers. This will include annual inspections, seasonal startup, and operational inspections. This contract will be for a period: 3/01/24-2/29/29. During normal working hours Daikin Applied will provide the preventive maintenance on the equipment listed unless otherwise specified: Daikin Air Cooled Chillers: Model Number: Serial Number: AWS210 STNU100800023 AWS140 STNU100800004 AWS140 STNU100800009 Government Requirements: Inspect for refrigerant and oil leaks Inspect and tighten electrical connections Meg hermetic motor Check operation of expansion valve Inspect vibration eliminators and water piping for leaks Check refrigerant and compressor oil presence in sight glass Check relays and operating/safety controls Clean debris around condenser, coils, and Model ALS/AGS cooled units Check freeze protection, piping heaters, evaporator, and glycol content Check and blow down water piping strainers Check crankcase heater operation Check condenser fan operation, Model ALS air cooled units Perform last fault analysis, Micro Tech check, log, and analyze performance. Take and record water side pressure drops across vessels. STANDARDS: Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government. Follow all Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. Temporary dust barriers may be installed based on this assessment. Bi-weekly inspections of barriers and work areas will be conducted by Infection Control Nurse, Safety Manager, and COTR to enforce implementation of risk assessment. Follow Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. Provide interim life safety measures (ILSM) where fire protection, fire suppression or smoke/fire partitions will be shut down or rendered ineffective during construction. Coordinate with VA safety office through VA COTR. ILSM must be posted outside work area at all times All equipment and materials shall be approved prior to being brought on job site. Although normal work hours are Monday through Friday 8:00 a.m. to 4:30 p.m., for critical areas that will require shut-downs, work shall be completed on normal weekday afterhours. Contractor shall make prior arrangements with the COTR to coordinate shut-down periods. Also, contractor shall make arrangements for sub-contractors to work in secured areas. VA will not grant access to subs; it is the responsibility of the contractor. Contractor must obtain a burn permit from VA Safety Office prior to any welding, soldering work and burning. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police. The work is in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn at all times. Contractor shall provide general clean up to construction area daily to the satisfaction of the VA Project Manager. Hospital smoking policy (NO SMOKING IN THE BUILDING), smoking must be done in approved smoke shelters or at least 35 feet from any building. OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. Contractor must have 30-hour OSHA Construction Safety course. Start up, test, check and adjust all new units in the presence of the VA COTR. Preventive Maintenance (PM): 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. To clean, lubricate, calibrate, test and replace faulty or worn parts and/or parts which are likely to become faulty, fail or become worn, repair or adjust components, or assemblies of components as necessitated by wear, tear, damage, or failure of parts, returning the equipment and/or instrument to the operating condition defined in the manufacturer s specifications. Rework: Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government IT SECURITY / PRIVACY: In accordance with VA Handbook 6500.6 titled Contract Security, this statement of work does not include any activity that pertains to VA sensitive information which is stored, generated, transmitted or exchanged by VA, a contractor, subcontractor or a third party, or on behalf of any of these entities regardless of format or whether it resides on a VA system or contractor or subcontractor s electronic information system(s) operating for or on the VA s behalf. INSPECTION AND ACCEPTANCE: Final inspection and acceptance by the Government shall be made at the site of each system. However, final inspection and acceptance do not preclude the Government's right to inspect completed work prior to shipment from the Contractor's shop nor does it waive any rights of the Government. Unsatisfactory service will be reported in writing by the CO to the Contractor. Telephone Answering Service: The Contractor shall maintain, at his own expense, a dedicated (tie-line) toll-free telephone answering service for the exclusive use in the performance of this contract. This answering service shall be monitored during normal work hours as identified in the specifications. Personnel Experience: All work shall be performed by competent mechanics, experienced and qualified to work on the specific makes and models of equipment listed in this contract. The Contractor shall submit to and for the approval of the Contracting Officer, certification and a list of credentials of the approved mechanics. Personnel shall have a minimum of three (3) years recent experience related to this work. The contractor must provide a list of three (3) reference contacts that have been provided service on similar or identical equipment. The contractor must provide authenticated factory training certificates or credentials (or acceptable substitute as approved by the COTR) for any personnel who are working on any VA equipment. The VA specifically reserves the right to reject any of the contractor s personnel and refuse them permission to work on VA equipment. Conduct of Personnel: The Contractor shall ensure that his personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this facility or the Department of Veterans Affairs. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. All employees shall be legal residents of the United States and be able to understand, speak, read and write the English language. Identification of Employees: The Contractor shall within 10 calendar days before beginning performance of work provide the Contracting Officer a list of all employees who will perform under this contract. The list shall include the full name, and work assignment of each employee. The Contractor shall notify the Contracting Officer in writing of any addition, deletion or change in work assignment within 10 days of such change. Each of the Contractor's employees shall conspicuously display on their person a badge provided by the Contractor that shall include the full name of the employee, the name under which the Contractor is doing business and a badge serial number. LOCATION: VA Medical Center, 10 N. Greene Street, Baltimore, Maryland 21201 PERIOD OF PERFORMANCE: This contract will be for the period: 3/01/24-2/29/29. VA POINT OF CONTACT: Alfred Webb, HVAC Supervisor.410-605-7000 Ext.56067 BILLING AND PAYMENT: Each invoice shall contain the documentation required by this contract. The invoices shall be itemized to contain the equipment s identifier. When parts are furnished by the Government, they shall be itemized on Contractor's invoice at no-cost and indicated as Government-furnished parts. Contractor will forward invoices to the following address: VA FSC P.O. BOX 149971 AUSTIN, TX 78714 Payment will be made 30 days in arrears upon receipt of properly prepared invoice. Invoice must contain the contract number and the appropriation number.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb1b6f1c63e74e5ba4dc60a28e71d172/view)
 
Record
SN06957669-F 20240209/240207230044 (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.