J041--Medical Air and Vacuum Service

expired opportunity(Expired)
From: Federal Government(Federal)
36C24124Q0452

Basic Details

started - 19 Apr, 2024 (10 days ago)

Start Date

19 Apr, 2024 (10 days ago)
due - 24 Apr, 2024 (5 days ago)

Due Date

24 Apr, 2024 (5 days ago)
Bid Notification

Type

Bid Notification
36C24124Q0452

Identifier

36C24124Q0452
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103459)VETERANS AFFAIRS, DEPARTMENT OF (103459)241-NETWORK CONTRACT OFFICE 01 (36C241) (3849)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (2)

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.

Combined Synopsis Solicitation White River Junction VAMC Medical Air and Vacuum Service (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. (iv) The Government intends to award a firm-fixed price award for Medical Air and Vacuum Service at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (v) The Contractor shall provide all resources necessary for Medical Air
and Vacuum Service IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details. (vi) The Place of Performance is White River Junction VAMC as described per the PWS. (vii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (viii) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Monday, 15 April 2024 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021), 852.203-70 Commercial Advertising (MAY 2018), 852.219-73 VA Notice to Total Set-Aside for Certified Services-Disabled Veterans-Owned Small Business (JAN 2023), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Massachusetts Middlesex County WD #2015-4047 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due Friday, 19 April 2024 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted. (xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Medical Air and Vacuum Service Contract Period: Base 1.00 JB __________________ __________________ GRAND TOTAL __________________ PAST PERFORMANCE WORKSHEET (Provide 3) 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: PERFORMANCE WORK STATEMENT DEPARTMENT OF VETERANS AFFAIRS Project Name: Medical Air and Vacuum Service Place of Performance: White River Junction VAMC 163 Veterans Drive White River Junction, VT 05001 Period of Performance: Work to be performed within 30 Days of contract award. Work Schedule 1. Normal working hours are from 7:30 AM to 4:30 PM. 2. Work performed after hours may be scheduled if deemed necessary. 3. In order to maintain schedule, work performed over the weekend, may be allowed. Contractor to coordinate these efforts with VA COR with a minimum 48-hour notice. Project Scope The White River Junction VA Healthcare System requires the services of a qualified firm to provide a one-time service on White River Junction VA Medical center Medical Air Systems and Medical Vacuum systems. The Medical air system consist of 3 compressors and a desiccant air dryer system Parker model: DME030 Serial number:65945A P/N618330 and Parker The Vacuum system consist of 3 racked Claw pumps in a serial numbered unit model: DME030 Serial number: 65947A P/N618330154 pictures of these units and data plates attached. Provide all manufacturer recommended maintenance items for monthly, 3 month, 6 month, yearly, 12 month, and 36 month intervals. MFG Beacon Medaes Model Number: 4107108578 Serial Number:HOP311100 Ship date 03/17/2017 Type: Medical Vac Reference Drawings: 4107 8527 11 VHM07T-00X-TCV SPL Provide all manufacturer recommended maintenance items for monthly, 6 month, yearly, 2 year, and 3 year intervals. Pictures of this equipment are also attached. Contractor shall perform complete one time maintenance service to specified equipment. Service shall include, but not be limited to, all manufacturer required maintenance parts, material replacement, and labor. Contractor shall provide full written report of maintenance performed. Include parts, material, observations, and any additional deficiencies identified beyond maintenance requirements. Existing Site Conditions. The service will occur within Granite Building 31 (Penthouse for Med air and Room B-17 for Med Vacuum) The service will take place in an occupied healthcare facility. Infection Control measures will be always required as defined in ICRA assessment, Class III, Group 2, Type C. Service activity will require constant coordination with VA personnel. Site Investigation is required for this project to ensure accuracy of the service element. The Contactor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to check in with the VA Facilities Management Services department and will be escorted to review the project. The final service shall conform to all VA requirements outlined in the FGI Guidelines for Design 0f Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) or Resident Engineer (RE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. General Contractor Requirements Submittals must be reviewed and approved by the VA prior to the start of work. Contractor shall be required to remove trash and residual spent filters, desiccant material, spent rags, consumables and cleaning supplies including waste oil and lubricants. All service shall be completed by Equipment Manufacturer recommendations and service requirements. All service parts shall be provided by the contractor, parts shall meet or exceed manufacturer recommendations, parts shall also meet JAHCO requirements. Contractor shall provide necessary submittals and plans for approval prior to commencing with any new work not shown/provided in the service documents. All damage to floors, walls, ceilings, or any other VA property to be repaired/replaced by the contractor at their expense. The Contractor shall also be responsible for all damages to persons or property that occurs because of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Privacy Statement Information Security: The C&A requirements do not apply; a Security Accreditation Package is not required. Incidental exposure to protected health information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures. Record Management The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: 1. Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C.552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of theU.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. 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 by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 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, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

White River Junction VAMC  White River Junction ,
 VT  05001  USALocation

Place Of Performance : White River Junction VAMC

Country : United StatesState : VermontCity : Hartford

Office Address : ONE VA CENTER TOGUS , ME 04330 USA

Country : United StatesState : MaineCity : Chelsea

You may also like

MEDICAL AIR SYSTEM MAINTENANCE

Due: 31 Jan, 2028 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

J041--603-24-105 - Replace Medical Air and Vacuum Pumps

Due: 15 May, 2024 (in 14 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MEDICAL GAS/VACUUM INSPECTION, TESTING AND MAINTENANCE

Due: 10 Oct, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J041Maintenance, Repair and Rebuilding of Equipment: Refrigeration, Air Conditioning, and Air Circulating Equipment