J065--Repair Medical Gas Deficiencies

expired opportunity(Expired)
From: Federal Government(Federal)
36C25220Q0440

Basic Details

started - 03 Apr, 2020 (about 4 years ago)

Start Date

03 Apr, 2020 (about 4 years ago)
due - 09 Apr, 2020 (about 4 years ago)

Due Date

09 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25220Q0440

Identifier

36C25220Q0440
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103303)VETERANS AFFAIRS, DEPARTMENT OF (103303)252-NETWORK CONTRACT OFFICE 12 (36C252) (4676)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to Repair Medical Gas Deficiencies at the Jesse Brown Veterans Medical Center (VAMC) in Chicago, Illinois. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811219 Other Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $22 million in revenue. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Requirements: The contractor shall furnish all tools,
materials, components, labor and supervision to repair medical gas deficiencies found in inspection report that fails to meet National Fire Protection Association (NFPA) 99 codes in accordance with the attached draft Statement of Work (SOW). The contractor shall complete all work within 30 calendar days of contract award. Capabilities Statement: Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feel is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Tailored capability statements addressing the particulars of this effort and documentation supporting claims of the company and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. - Include a statement indicating whether you intend to submit a quote/proposal in response to a future solicitation for these services. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM local time on Thursday, April 9, 2020. All responses under this Sources Sought Notice must be emailed to Naqikah Greenfield, Contracting Officer at naqikah.greenfield@va.gov. DRAFT STATEMENT OF WORK REPAIR MEDICAL GAS DEFICIENCIES Part 1: Project Scope of Work Overview: Contractor shall provide all tools, materials, components, labor and supervision to repair medical gas deficiencies found in inspection report that fails to meet National Fire Protection Association (NFPA) 99 codes. Part 2: Detailed Project Scope of Work: The contractor shall provide the following: Repair medical gas outlet/inlet (Qty - 319 each) Replace medical gas alarm sensors (Qty - 2 each) Install retrofit medical gas alarms (Qty - 2 each) Replace medical gas zone valve gauges (Qty - 6 each) Install medical gas gauges (Qty - 3 each) Retrofit Amico alert 3 area alarm (Oxy, Air, Vac) (Qty - 2 each) Replace Beacon medical gas alarm module (Qty - 1 each) Replace Chemetron Digital 2 alarm module (Qty - 1 each) Replace Amico 0-100 psi gauge (Qty - 2 each) Replace 0-30 psi gauges 1-1/2 Dial 1/8 CBM (Qty 4 - each) Install medical gas valve tag (Qty - 3 each) Detailed locations of failures listed on annual medical gas inspection report for Jesse Brown VAMC 2019 Part 3: Submittals and Milestone Deliverables: Acceptance and Close Out Acceptance Criteria for the work: Demonstrate the operation of the system Part 4: Applicable Performance Standards All work shall comply with all VA Policies including and not limited to: VA Construction Safety and VA Infection Control Policies. The Prime Contractor shall have a Competent Supervisory Person on site at all times when any worker(s) or sub-contractors are present. All persons working on any electrical systems rated 50 volts or more shall have the minimum qualification as a State Licensed Master Electrician or Registered Journeyman Electrician, all activities shall follow the safe work practices in compliance with NFPA 70E Electrical Safety in the Workplace. The Contractor shall provide mitigating activities as outlined in the CONSTRUCTION SAFETY PRECAUTIONS and CONSTRUCTION INFECTION CONTROL RISK ASSESSMENT / DUST CONTROL PRECAUTIONS including but not less than the following: Fire extinguishers, pedestal mounted in the area of work Walk off dust mats, inside and outside all entry / exit points to the workspace, changed not less than daily or more as required by the construction or COR. Block off all HVAC return ductwork and lovers so not to introduce dust into the HVAC system. Provide a plastic dust tight temporary construction barrier to isolate the area of work. Provide dust containment tent or portable containment cube, with HEPA filter negative air system when working above ceilings. High-Efficiency Particulate Arresting / High-Efficiency Particulate Air Filtration (HEPA) recirculating air equipment inside the workspace Seal the area of work and provide HEPA exhaust equipment to make the area of work negative air pressure with respect to the surrounding area HEPA recirculating air equipment outside the workspace at every entry / exit point No trash, used packaging or construction spoils shall be stored on site. Remove each day using covered gondolas. Broom sweep the work area at the end of each day. Provide HEPA vacuum and wet mop daily where broom sweeping creates undesired dust. All work will be provided with 1 year parts and labor guarantee from date of acceptance by the VA. Part 5: Jesse Brown VAMC Additional Requirements Comply with all Jesse Brown VAMC site specific requirements and SOPs including and not limited to: Key Policy, Badging Policy, Rules of Behavior, and Smoking Policy. Normal construction work hours are 7:00 am to 3:30 pm Monday through Friday. Normal work hours can be modified only by written approval of the COR. No work by the Contractor on Federal Holidays and no work on the weekend when the Federal Holiday is on the respective Monday or Friday. Work in stairs, interior / exterior public areas shall be between 6:00 pm through midnight concluding by 6:00 am on the following day. Any work including and not limited to: noise, vibration, dust, odors, core drilling, hammer drilling, saw cutting, equipment moving in public corridors, soil compaction shall performed between 6:00 pm through midnight concluding by 6 am on the following day. Crane lifts, any work that closes drive isles, closes building entries or closes public corridors shall be during low patient time and performed Sundays. The Contractor shall check in (in person) with the Administrative Officer of the Day (AOD) which is located in Patient Admitting for any work between 6:00 pm through midnight to 6:00 am or any time on weekends. Provide the name and cell number of the on-site supervisor to the AOD. At the completion of the work, check out with the AOD. All building systems will be maintained in full operation at all times: Request system shutdowns in writing not less than 21 calendar days in advance. Shutdown work shall be during low patient time and performed between Saturday 6 pm through midnight concluding by 6 pm on the following Sunday. Place of Performance: Jesse Brown VA Medical Center 820 S. Damen Ave Chicago, IL 60612 Period of Performance: The contractor shall complete all work within 30 calendar days of contract award.

Department of Veterans Affairs;Jesse Brown VA Medical Center;820 S Damen Ave.;Chicago, IL    60612  USALocation

Place Of Performance : Department of Veterans Affairs;Jesse Brown VA Medical Center;820 S Damen Ave.;Chicago, IL

Country : United States

You may also like

J065--MEDICAL GAS TESTING

Due: 28 Apr, 2024 (in 2 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

BACKFLOW PREVENTER TESTING AND REPAIR SERVICES - WALLA WALLA VAMC

Due: 30 Jun, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 811219
pscCode J065Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies