SOLICITATION NOTICE
S -- Western Shelter & DLX Maintenance
- Notice Date
- 3/18/2024 11:23:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0649
- Response Due
- 3/26/2024 11:00:00 AM
- Archive Date
- 05/25/2024
- Point of Contact
- Wilfredo Perez, Contracting Officer, Phone: 939-759-6783
- E-Mail Address
-
wilfredo.perez3@va.gov
(wilfredo.perez3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- The purpose of this amendment is to provide answers to the questions made by vendors in response to solicitation no. 36C24824Q0649, and to provide the date for the Site Visit (see answer provided on question 10 for site visit details). The questions made in response to the aforementioned solicitation, as well as the answers are as follows: 1- Question: Is this a new requirement, or a follow-on contract? Answer: This is a new requirement. There is currently no contract in place for Western Shelter and DLX maintenance at the VA Caribbean Healthcare System. 2- Question: What does maintenance as referred to in sections 5.4 and 5.7 of this solicitation s Performance Work Statement (PWS) entail? Answer: Maintenance services entail that after inspection is conducted, the Western Shelter and DLX systems need to be cleaned as needed, in order to maintain these systems at a functional status and avoid and dirt or mold build-up. 3- Question: Does maintenance include preventive maintenance and inspection? Answer: Yes. Preventive maintenance is needed for the Western Shelter and DLX Air Conditioning units. Preventive maintenance is also needed on the trailers on which these systems are mounted. 4 - Question: If deficiencies are found, is corrective maintenance expected as part of this contract to bring units/equipment to a fully operational state? Answer: Deficiencies found shall be reported by the Contractor, for the Government to address and repair through a separate procurement. Repairs on identified deficiencies are not within the scope of this upcoming contract. 5- Question: Section 5.13 of this procurement s PWS states that at least eight (8) personnel should handle the movement per tent system . Does this mean that the services shall be performed by at least eight (8) full time employees on behalf of the Contractor? 6- Question: The requirement of at least eight (8) employees to move these tent systems is based on the recommendations from the manufacturers of these systems. This requirement is only for the movement of these tent systems. Since this is a performance-based procurement, the Contractor may use the personnel he or she deems necessary for the provision of these services. 7- Question: Will the movement of the Heating, Ventilation, and Air Conditioning (HVAC) units be facilitated by Government personnel? Answer: HVAC units, as well as all other components of the Western Shelter and DLX systems shall be moved by Contractor personnel. Keep in mind that these HVAC units have wheels, so they have the capability to be rolled off from the Western Shelter or DLX system, to the area in which they are to be maintained. Furthermore, the only logistical assistance to be provided on behalf of the Government for the performance of these services is that the Government will ensure that the trailers are accessible at the moment the services are to be provided by the Contractor. 8- Question: Will the movement of these HVAC units be facilitated by federal government personnel using federal government-owned forklifts or any other specialized equipment? Answer: As stated in response to the previous question, all movement of the components of the systems to be maintained shall be performed by the Contractor. 9- Question: Similarly, will the federal government provide a vehicle suitable for the movement of the specified trailers, ensuring compliance with safety and operational guidelines? Answer: The Contractor shall provide vehicles for the movement of these trailers, in the even in which they have been used for an event and need to be maintained, disassembled, and transported back to their respective warehouse. 10- Question: Will the Government be performing a Site Visit for this solicitation? Answer: Yes. There will be a site visit conducted at the locations where the Western Shelter and DLX systems are located, which are the VA Warehouses in Carolina, PR. The site visit will be conducted on Wednesday, March 20, 2024 at 2:00 PM Atlantic Standard Time. We will be meeting at the main VA Warehouse (coordinates 18.4313202, -65.9876331).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3de0538f66b24c93a271d75c391e18d8/view)
- Place of Performance
- Address: VA Caribbean Healthcare System (VACHS) 10 Casia Street, San Juan 00921
- Zip Code: 00921
- Zip Code: 00921
- Record
- SN07000241-F 20240320/240318230046 (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 |