Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2024 SAM #8369
SPECIAL NOTICE

H -- Water Monitoring Carts Service

Notice Date
10/24/2024 11:23:56 AM
 
Notice Type
Special Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525Q0037
 
Response Due
10/31/2024 2:30:00 PM
 
Archive Date
11/30/2024
 
Point of Contact
Laura Ferguson, Contracting Officer, Phone: 913.946.1962
 
E-Mail Address
Laura.Ferguson@va.gov
(Laura.Ferguson@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs, VISN 15 Contracting Office intends to award a sole source contract under the authority of 41 U.S.C 1901 FAR Part 13.106-1 (b) (2); Soliciting from a Single Source because they are unique services available from only one source Garratt-Callahan, 340 S. La Londe Ave., Addison, IL 60101. Garratt-Callahan will conduct annual service for two (2) water monitoring carts. Service will include full diagnostic and replacement of components that monitor hot and cold water as required by VHA Directive 1061 Appendix A. The evaluation of central systems shall be assessed for compliance, cleanliness of components, correct sizing/demand, operating pressures, redundancies, monitoring systems, communication systems, alarm systems, and documentation of single points of failure for correction. In Accordance with the most current VHA Directive 1061 Appendix A. The place of performance is for the Department of Veterans Affairs Poplar Bluff Medical Center located at the John J Pershing VAMC; 1500 N. Westwood Boulevard, Poplar Bluff, MO 63901. The NAICS code for these items is 541380 (Testing Laboratories and Services). This action will result in a Firm-Fixed Price contract with one (1) twelve-month (12) base year and four (4) twelve-month (12) option years. This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement NLT October 31 at 16:30 PM CST. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THE RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e. small/large), and UEI Number. 2) Statement of Capability that demonstrates ability of providing the item in accordance with the attached Statement of Work (SOW) and past performance in providing this type of service. Include examples of prior completed Government contracts, references, and other related information. This notice is to assist the NCO 15 in determining SOURCES ONLY. This announcement is not a request for proposals or quotations. The Government is not committed to award a contract pursuant to this announcement. The Government will not pay for any costs incurred in the preparation or submission of information in response to this announcement. When responding to this announcement, respondents should refer to Announcement 36C25525Q0037 Notice of Intent. If after October 31, 2024, if no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with Garratt-Callhan. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contracting Officer, Laura Ferguson who can be reached at: Laura.Ferguson@va.gov .The VISN 15 Contracting Office address is: VA Heartland Network 15, Network Business Office, Contracting Office, 3450 South. 4th Street, Leavenworth, KS 66048. B.2 Statement of Work 1.Title of Project: Annual service of the facilities water monitoring carts. The Department of Veterans Affairs, Poplar Bluff, VA Medical Center (VAMC), requires a base plus 4-year service contract to annually service the facility water monitoring carts. 2. Locations of Facilities: John J Pershing VAMC; 1500 N. Westwood Boulevard, Poplar Bluff, MO 63901. 3.Scope of Work: Services: a. Conduct the annual service to the facilities for two (2) water monitoring carts located in the basement of building 7 and building 1. Service shall include full diagnostic and replacement of components that monitor hot and cold water as required by VHA Directive 1061 Appendix A. The evaluation of central systems shall be assessed for compliance, cleanliness of components, correct sizing/demand, operating pressures, redundancies, monitoring systems, communication systems, alarm systems, and documentation of single points of failure for correction. In Accordance with the most current VHA Directive 1061 Appendix A. B. Inspection shall include but are not limited to: a. 2- monitoring carts located in the basement of building 7 and building 1. b. This includes but not limited to, water quality, water pressure, water temperature, PH, Biocide levels. C. The service shall include all necessary testing of all required components of the Water Monitoring System according to the most current VHA Directive 1061 and any other applicable compliance requirements to be a fully functional system. D. The service shall include the replacement of failed components or end of life components in an according to the most current VHA Directive 1061 and any other applicable compliance requirements to be a fully functional system. E. Testing shall be conducted to allow the facility to remain fully functional during normal business hours. Testing of vital components requiring system outages will require the facility be notified a minimum of two (2) weeks prior for planning and notifications. Item Description Quantity 2991903 SERVICE FOR CTEK MODEM ONE 2.00 EA 2998700 MEASURING CELL CL02/CHLORINE 2.00 EA TOPAX MC (44302005) WIRELESS 2998803 pH SINGLE ROD MEASURING CELL 2.00 EA PE110 (44101004) MC 2998804 MAINTENANCE SET FOR FLOW CELL 2.00 EA FPM (41510) 2998808 MAINTENANCE SET FOR SAMPLE 2.00 EA WATER FILTER (38702) 2998809 MAINTENANCE SET FOR FLOW 2.00 EA MONITOR (41509) 2988170 79801 COUNTER ELECTRODE FOR 2.00 EA DISINFECTION MEASURING CELL 2988283 80961 O-RING COUNTER ELECTRODE 2.00 EA INNER 2994120 97751533 PUMP SERVICE KIT 2.00 EA 4100011 Labor 1.00 EA 4. Privacy and Security a) The contractor shall ensure that all service personnel have access to the Talent Management System, and have taken the required Privacy courses as directed by the COR. b) The contractor shall ensure that all service personnel acquire a contractor badge or flash pass, as directed by the Police or COR. Service personnel shall check-in with the Police upon entering the facility, and then move to meet with the COR before beginning work. SECURITY INCIDENT INVESTIGATION a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 5. Hours of Coverage a. The contractor will provide all required services within the normal business hours (8:00 AM to 5:00 PM (CST) M-F). b. All services shall be performed during these normal hours of coverage unless one of the following conditions exists: i. The contractor wishes to furnish services at a time that is outside of the normal hours of coverage, at no additional cost to the Government, the contractor submits a request to the COR prior to the proposed start of the work, and the request is approved in writing by the COR before work is begun. ii. The COR directs that the services be furnished at a time that is outside the normal hours of coverage and the additional cost is recommended by the COR and authorized by the CO. c. Work performed outside the normal hours of coverage at the request of contractor shall be considered service performed during normal hours of coverage. d. There will be no additional charge for time spent waiting at the site during or after the normal hours of coverage for delivery of parts. Note: Hardware/software update/upgrade installations shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays Observed by the VA Medical Center New Year s Day, Martin Luther King, Jr. Day, President s Day (Washington s birthday), Memorial Day , Juneteenth Independence Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically designated by the President of the United States. 6. ADDITIONAL REQUIREMENTS a. The COR is responsible for coordinating with the Police prior to contractor arrival to identify the names of contractor personnel so that Police can ensure sufficient number of contractor badges are available for issuance prior to beginning work. COR is also responsible for signing out and signing in temporary contractor badges. b. The COR is also responsible for maintaining copies of signed Privacy training for all contractors according to RCS 10-1. c. Any work performed outside of official VA business hours after hours will require escorts. d. Escort duties for un-cleared contractors are strictly limited to government officials, specifically VA employees. At no time are contractors allowed to escort other contractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3cfbd22847a64b30a74780e90c0300e5/view)
 
Record
SN07248039-F 20241026/241024230106 (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.