Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

H -- Medical Gas Repairs & Upgrades

Notice Date
4/9/2025 7:52:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0379
 
Response Due
4/11/2025 2:00:00 PM
 
Archive Date
06/10/2025
 
Point of Contact
Rosangela Pereira, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
Rosangela.Pereira@va.gov
(Rosangela.Pereira@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular can be found at Acquisition.gov. This solicitation is set-aside for VOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19.0 million. The FSC/PSC is H956 Other Qc/test/inspect- Construction and Building Materials. The Boston Healthcare System is seeking to purchase medical gas repairs / upgrades. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 The vendor shall complete all work in accordance with the Statement of Work for Brockton. 1 JB 0002 The vendor shall complete all work in accordance with the Statement of Work for Jamaica Plain. 1 JB Statement of Work Medical Gas Repairs / Upgrades Boston Healthcare System, Brockton / Jamaica Plain Division BACKGROUND: This work covers all labor, and material to complete medical gas repairs & upgrades at the Brockton and Jamaica Plain campus. STATEMENT OF WORK: This work covers all labor, and materials for the following: Brockton - RETROFIT 3 AREA ALARM PANELS AS FOLLOWS 1-2 GAS OXY/VAC 1-2 GAS OXY/VAC 1-6 GAS OXY/AIR/VAC/OXY/AIR/VAC STANDARD EXCLUSIONS CUT & PATCH WORK LOCATING ELECTRICAL BREAKERS ELECTRICAL WIRING PROVIDE AND INSTALL A RETROFIT MEGA3 AREA ALARM PANEL FOR 2-OXYGEN, 2-MEDICAL 2-AIR AND VACUUM TO REPLACE THE NON CODE COMPLIANT ANALOG OHIO AREA ALARM THAT MONITORS ROOMS A435 & A436. PROVIDE AND INSTALL A RETROFIT MEGA3 AREA ALARM PANEL FOR 1-OXYGEN AND 1-VACUUM TO REPLACE THE NON CODE COMPLIANT ALLIED HEALTHCARE DIGITAL II AREA ALARM THAT MONITORS ROOMS B101, B102, B114-B120, B122, B126, B134, B138, B139 PROVIDE AND INSTALL A RETROFIT MEGA3 AREA ALARM PANEL FOR 1-OXYGEN AND 1-VACUUM TO REPLACE THE NON CODE COMPLIANT ANALOG OHIO AREA ALARM THAT MONITORS ROOMS B201, B202, B214-B220, B222, B226, B234, B238, B239 Jamaica Plain Retrofit of the existing nitrogen control panel in Operating Room 4. Endoscopy Suite Renovations: Installation of (3) MedLok Service Valves to isolate the Endoscopy Suite. Installation of a new zone valve box assembly for the endoscopy Retrofit alarm installation of the existing panel for the endoscopy procedure rooms, and also the recovery bays. Hospital will do all opening of the walls, removing the old zone valve box assembly, and closing of walls. Hospital to take care of all permitting, construction barriers, etc. Place of Performance: Brockton VAMC 940 Belmont St Brockton, MA 02301-5596 Jamaica Plain VAMC 150 South Huntington Ave Boston, MA 02130-48170 � Period of Performance: The anticipated period of performance will be 8 (eight) months. All the work shall be completed during off hours. RECORDS MANAGEMENT OBLIGATIONS A. � Applicability This clause applies to all Contractors whose employees create, work with, or otherwise handle Federal records, as defined in Section B, regardless of the medium in which the record exists. � B. � Definitions Federal record as defined in 44 U.S.C. § 3301, includes all recorded information, regardless of form or characteristics, made or received by a Federal agency under Federal law or in connection with the transaction of public business and preserved or appropriate for preservation by that agency or its legitimate successor as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the United States Government or because of the informational value of data in them. � The term Federal record: includes VHA records.� does not include personal materials. applies to records created, received, or maintained by Contractors pursuant to their VHA contract. may include deliverables and documentation associated with deliverables. C. � Requirements Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.� In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.� In accordance with 36 CFR 1222.32, the Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.� VHA and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VHA or destroyed except in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, the Contractor must report to VHA. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records, and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records, and/or equipment is no longer required, it shall be returned to VHA control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material, and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VHA guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VHA policy.� The Contractor shall not create or maintain any records containing any non-public VHA information that is not specifically tied to or authorized by the contract.� The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.� The VHA owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VHA shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. � All Contractor employees assigned to this contract who create, work with or otherwise handle records are required to take VHA-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.� ** VHA training for contractors is available in Talent Management System (TMS): Records Management for Records Officers and Liaisons, Item #3873736 D. � Flow down of requirements to subcontractors The Contractor shall incorporate the substance of this clause, its terms, and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same.� Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. SECUIRTY REQUIREMENT All contractor personnel shall obtain a short-term identification badge issued by the COR or government designated representative. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. The Contractor shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in standard acquisition guidelines. Per the VA handbook 6500.6, no VA sensitive information will be transferred, shared, or stored with said vendor. As such, no additional mechanisms will be needed to ensure the protection of information. - END - All quoters shall submit the following: Questions: Any questions must be submitted in writing no later than Thursday, April 10, 2025 at 3:00 PM EST. Quote: Offeror shall provide a quote using the table above. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. All quotes shall be sent to the Contract Specialist at Rosangela.Pereira@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Price: Quotes will be compared by price. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.� The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Offerors, attached. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, April 11, 2025 at 5:00PM. All quotes shall be emailed to Rosangela Pereira at Rosangela.Pereira@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Rosangela Pereira, Rosangela.Pereira@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/697479861ed54c9dbb403f2044186932/view)
 
Place of Performance
Address: Please see SOW., USA
Country: USA
 
Record
SN07402358-F 20250411/250409230053 (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.