Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2005 FBO #1216
SOLICITATION NOTICE

J -- Preventive Maintenance and Repairs to Water Treatment Systems

Notice Date
3/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Business Office, Purchasing & Contracting, Tres Rios Building - San Patricio, 27 Ave. J Gonzalez Giusti, Suite 600, Guaynabo, Puerto Rico 00968
 
ZIP Code
00968
 
Solicitation Number
672-397-05
 
Response Due
4/6/2005
 
Archive Date
5/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs (VA) Medical Center, San Juan, Puerto Rico has the requirement to furnish all necessary labor, material, equipment and repair parts (as required) in the performance of preventive maintenance and repairs for the equipment listed below. This is a combined sypnosis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect thrrough Federal Acquisition Circular 2005-01. Offerors shall have an established business in Puerto Rico to provide local services at the time when the solicitation will be issued. Solicitation number RFQ672-397-05 is 100% set-aside for small business under NAICS 811310 with a business size of $5.0M. The Government contemplates award a firm fixed-price contract with a Base year and four (4) Options. Base period (05/01/05 _ 09/30/05) include Contract Line Item (CLIN) 0001 PM and Santation Services for Water Treatment System including sodium Bisulfate and Solution A#4428-63 for 22 weeks; Line Item 0002 Part and labor for PM Services including Depth Filter, Water Softener and Reverse Osmosis System for 5 months; Line Item 0003 PM for Aqua Summa II, Model 32, Culligan Water System including Carbon, Catridge Prefilter, Cartridge Prefilter 5MIC, Cartridge Prefilter 2MIC and RO Membrane for 5 months. Option years are the same as described in the Base period, but for 52 weeks (CLIN 0001) and 12 months (CLINS 0002 and 0003). Bidders shall submit pricing on a separate sheet for Base period (05/01/05 _ 09/30/05) and First option (10/01/05-9/30/06; Second option (10/01/06-9/30/07); Third Option (10/01/07-9/30/08); and Fourth option (10/01/08-9/30/09). Quotation sheet must include period of each year, description of each CLIN, quantity, unit price and total price. Contractor shall ensure that the equipment is in conformance with the latest published edition of NFPA-99 and OSHA in accordance with VA National Acquisition Centers. Contractor shall maintain the equipment in accordance with the conformance standards. The contract should cover parts and labor for PM services including all filters, media components, carbon, sand and resin as needed. This maintenance can only be performed when the system is not in operation therefore, contract must cover after working hours and Sundays provision. PREVENTIVE MAINTENANCE: Includes the routine PM service for the period herein specified consisting of cleaning, inspection, lubrication, adjustment, calibration, replacing parts, operational tests and routine diagnosis to maintain equipment in an operational status. Contractor shall maintain the equipment in accordance with the manufacturer_s recommendations. The Contractor shall provide, within fifteen (15) days after notification of award, but not later than the performance of the first servicing of the equipment, one (1) copy of its Preventive Maintenance Procedures to be used during the PM services of the contract. These procedures are required by VA as a condition of the facility's JCAHO Accreditation and MUST be received before the invoice can be certified for payment. PM service shall include as a minimum the following: cleaning of the equipment, reviewing operating system to ensure that the system is operating to the manufacturer_s specifications, inspecting, calibrating and lubricating the equipment, leak checks according to manufacturer_s service manuals, perform remedial maintenance of non-emergent nature, testing and replacing faulty and worn parts or parts which are likely to become faulty, fail or worn, inspecting all components as necessary, measuring, adjusting and calibrating as necessary, inspecting and replacing where indicated, electrical wiring and cables for wear and fraying, inspecting and replacing where indicated, all mechanical components, returning the equipment to operating condition as defined, Provide documentation of services performed. REPAIR SERVICE: Includes the priority maintenance routine on a call basis for inoperable equipment consisting of initial diagnosis, testing and diagnostic, replacement of repair parts (as required), corrective action and necessary repairs of all malfunctions to ensure equipment is in an operational status. EMERGENCY REPAIR SERVICES: include the immediate repair services on a call basis for inoperable equipment and responds within the time specified in response time. Service includes all required repair to bring the equipment to an operational status considering malfunction is causing immediate work stoppage to the service. SERVICE HOURS: Government regular working hours will be Monday through Friday, 8:00 AM to 4:30 PM except for Federal Holidays. Government Federal Holidays observed by the VAMC are: New Years' Day, Labor Day, Martin Luther King Day, Columbus Day, Presidents' Day, Veterans' Day, Memorial Day, Thanksgiving Day, Independence Day and Christmas Day. RESPONSE TIME: Contractor shall respond to all repair service for routine priority maintenance within 4 hours after an authorized repair call notification was made. For emergency repair service contractor shall respond within 2 hours after notification. All service calls are unlimited for all priority maintenance repair service and emergency repair service. Contractor shall provide a 24-hour on call emergency service response, 7 days a week. All work shall meet the standards specified and accepted standard of the equipment specified for the industry, the equipment manufacturer_s state, and federal standards as well as applicable safety and all other applicable codes. FREQUENCY OF SERVICE: PM services for equipment located at Hemodialysis Room 618 shall be scheduled on weekly basis to perform the required inspection, test, diagnosis and repairs as required ensure equipment functioning and operational status. Contractor shall schedule PM for every Sunday and/or after working hours. In case a repair service is performed, the PM inspection can be performed simultaneously. PM services for equipment located at Laboratory A127 shall be scheduled every 4 months to perform the required inspection, test, diagnosis, and repairs as required to ensure equipment functioning and operational status. Replacement of cartridge prefilter 5MIC shall be replaced every 2 weeks. Contractor shall schedule PM services for every Sunday and/or after working hours. In cases a repair service is performed, the PM inspection can be performed simultaneously. PAYMENT: Invoices will be paid in arrears on a MONTHLY basis. Invoices must include the following information: contract number, purchase order number, CLIN and covered period of service. Invoices shall be send directly to: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, Texas 78714-8971. CONTRACTING OFFICER TECHNICAL REPRESENTATIVE (COTR): Eng. Manuel Bou, FMS at 787-641-7582, extension 10240. CONTRACTOR QUALITY CONTROL PROGRAM (QCP): Contractor shall establish and maintain a QCP in accordance with the FAR 52.246-4, Inspection of Services _fixed-price clause, to ensure that the work performed under the contract conforms to the contract requirements. Contractor shall submit to the CO a QCP for approval 10 calendar days after award of the contract. The Plan must cover all contract services, specify work to be inspected on either a scheduled or unscheduled basis and describe how inspections are to be conducted; the name (s) and qualifications of individuals(s) responsible for performing the quality control inspection and the extent of their authority; provisions for recording the results of inspections and for recording corrective action taken; provisions to update and revise the QCP during the performance of the contract. The Contractor shall maintain a file of all QCP inspections both performed and scheduled, inspection results and date and details of corrective actions taken on deficiencies. The file shall be the property of the Government and made available to the Contracting Officer on a monthly basis. PARTS AND MATERIALS: No parts shall be utilized for any purpose other than for which it has been designed and manufacturer and shall be completely compatible with the existing equipment in the schedule. Contractor shall retain original parts and replace equipment for at least 10 working days after removal and deliver this equipment to the COTR for inspection upon request. Contractor shall provide and bear the cost of labor and parts under the contractor for maintain the specified equipment in good operating conditions when such labor and parts are required because of normal wear and tear. COMPETENCY REQUIREMENTS: The contractor shall comply with Joint Commission Accreditation of Health Care Organizations (JCAHO) requirements. To comply with JCAHO requirement the contractor shall provide written confirmation that employees are competent to perform the task as described in the statement of work assigned on this contract. This written confirmation shall specify in which areas each contract employees are competent. Contractor shall provide to the CO and/or COTR and/or designee any necessary documentation pertaining to contract employees as requested. CONDUCT OF CONTRACTOR'S EMPLOYEES: The Contractor shall require his employees to comply with the instructions, pertaining to conduct and building regulations, issues by duly appointed officials, such as the Contracting Officer's Technical Representatives (COTR), guards, inspectors, etc. Contractor personnel working in or around buildings designated under this contract shall wear distinctive uniform clothing. SAFETY REQUIREMENT: The contractor while is performing the services described in the statement of work shall take all safety precautions and safety measurement necessary to protect the lives and health of occupants of the building. SERVICE REPORTING REQUIREMENTS: The Contractor is required to contact the Contracting Officer Technical Representative (COTR) upon arrival at VAMC San Juan. This check-in is MANDATORY. After all work is completed, the Contractor must submit a report of services rendered to the COTR or his/her designee detailing the services performed, including a summary of repairs and a listing of replacement parts, when applicable. The reports shall also include all of Contractor's recommendations necessary to maintain the equipment in first class operating condition. Report must have, as a minimum, the following data: Name of the Contractor, Name of the technician who performed the services, date/time (starting and ending), identification of the equipment, and signatures. CONDITION OF THE EQUIPMENT: the Contractor accepts responsibility of the equipment in _as is_ condition. Failure to inspect the equipment prior will not relieve the Contractor from performance of the requirements of this equipment. TEST EQUIPMENT: Prior to commencement of work the Contractor shall provide the COTR a copy of the current calibration certification of all equipments listed in the Schedule. This certification will be performed and provided on a periodic basis. Test equipment calibration shall be in accordance with industry standards. HAZARDOUS MATERIALS: Contractor shall be responsible for the proper disposal of all hazardous materials. Contractor shall provide copies of all manifest and or bill of lading related to the disposal of hazardous wastes generated during the performance of the contract. MATERIAL SAFETY DATA SHEETS (MSDS): Contractor shall have available MSDS for all chemicals brought into VAMC San Juan site. LOCKOUT/TAGOUT PROGRAM: Contractor shall provide copy of his/her lockout/tagout safety program for review and acceptance. The Contracting Officer (CO) is responsible for the administration of this contract. The Contractor is advised that only the CO, acting within the scope of the contract and, after advice and consultation with the Contracting Officer_s Technical Representative (COTR), has the authority to make changes that affect: contract prices and pricing issues, estimated quantities, delivery terms and conditions, and term of the contract. In no event shall any understanding, agreement, modification, or change order between the Contractor and a person other than the Contracting Officer that deviates from the terms of this contract, be effective of binding upon the Government. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. SUPPLEMENTAL INSURANCE REQUIREMENTS: In accordance with FAR 28.307-2 and the previous clause, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. FAR Clause 52.212-2, Evaluation _ Commercial Items applies to this solicitation. FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL QUALIFICATIONS: (1) Experience of the Company in performing this type of work, Qualifications of Technical Personnel (training, experience, certifications), Availability of test equipment and spare parts, Availability of obtaining original equipment manufacturer (OEM) Parts; (2) Past Performance: provides at least three (3) other contracts for similar work including description of work, customer, point of contact and phone number; (3) Describe the company_s quality control program; and (4) Price, include sufficient information to show that price submitted is comparable to or less than published catalog prices. Technical capabilities, past performance, and Quality Control, when combined, are equal to price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined necessary. The following provisions and clauses are hereby incorporated into this solicitation by reference. FULL TEXT OF CLAUSES MAY BE OBTAINED BY ACCESSING THE WEB SITE www.arnet.gov/far. OFFEROR SHALL SUBMIT A COMPLETED COPY OF PROVISION 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS _ COMMERCIAL ITEMS (JAN 2005). FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003); 52.212-1, INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS; 52.203 3, GRATUITIES (APR 1984); 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999); 52.222 1, NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997); 52.222-48, EXEMPTION FROM APPLICATION OF SERVICE OF CONTRACTS FOR MAINTENANCE, CALIBRATION AND MEDICAL AND/OR OFFICE (SEE 22.1003-4 FOR EXEMPTED CATAGORIES)(AUG 1996); 52.223-3, HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA SHEET (JAN 1997); 52.232 18, AVAILABILITY OF FUNDS (APR 1984); 52.232 19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.232 38, SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999); 52.237-1, SITE VISIT (APR 1984). 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2003) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2005) 52.217 9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000). FULL TEST OF THE FOLLOWING CLAUSES MAY BE OBTAINED BY ACCESSING THE WEB SITE www.vawww1.va.gov/OAMM/VAAR. VAAR clause 852-270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (APR 1984); 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) ; 852.270-4 COMMERCIAL ADVERTISING (NOV 1984). Facsimile proposals shall not be accepted. Proposal shall be mailed to the CO at VA Medical Center, Business Office (BO-3), Attn: Mary Jane Gugliano, 27 Avenue J. Gonzalez Giusti Suite 600, Tres Rios Building, San Patricio, Guaynabo, Puerto Rico 00968 and received by 2:00p.m. (local time) on April 6, 2005. Point of contact is Mary Jane Gugliano at 787-781-8700, extension 4745 or Paula Claudio at extension 4703.
 
Web Link
RFQ 672-397-05
(http://www.bos.oamm.va.gov/solicitation?number=672-397-05)
 
Place of Performance
Address: Department of Veterans Affairs, VA Medical Center, FMS, 10 Casia Street, San Juan, Puerto Rico
Zip Code: 00921-3201
Country: United States
 
Record
SN00775476-W 20050326/050324212041 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.