Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
DOCUMENT

J -- VENTILATION DUCT CLEANING SERVICES- SAVAHCS BUILDING 57 - Attachment

Notice Date
8/21/2015
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Contracting Section;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
VA25815Q0585
 
Response Due
9/16/2015
 
Archive Date
12/24/2015
 
Point of Contact
Lillian D Sepulveda
 
E-Mail Address
9-4614<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. This combined synopsis/solicitation is issued as a RFQ solicitation number VA258-15-Q-0585. Submit written quotes only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM) and if applicable to received Veteran Owned status be verified in the vendor information pages database www.vetbiz.gov. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm This procurement is being issued as a total small business set-aside. North American Industrial Classification Standard: 561790; Small Business Size Standard: $7.5 Million. Contractors are strongly urged to inspect the work area before providing a quote. The only site visit will be held on Wednesday September 2, 2015 at 0630. Interested vendors should register with the Contracting Officer no later than Tuesday September 1, 2015 by 1500. Contract Line Items: CLIN 0001 One-Time Cleaning of the air condition supply duct system and exhaust duct for the second floor of Building 57. Scope: The Contractor shall furnish all labor, materials, parts, equipment, tools, travel time, and transportation to provide a one- time cleaning to the air conditioning supply duct system and the exhaust duct for the second floor to building 57. This system supplies air into seventeen operating rooms (OR); and Post-Anesthesia Care Unit. Building 57 on the SAVAHCS campus is tasked with primarily surgery and recovery clinics it is imperative that the air in these areas is clean to prevent contamination. By cleaning the ductwork this will ensure both patients and staff have the cleanest possible environment. The duct system was last cleaned winter 2009. The scope of this project is for the cleaning of the HVAC ductwork and coils. The system includes air handler units, fan sections, turning vanes diffusers, and clean VAV/Heating coil units, duct starting at the air handler unit and ending at the supply diffusers, damper sections, and filter banks. System is total outside air with three filter banks between the outside air intake and the supply diffusers located in the OR units. The exhaust system includes the exhaust fan, exhaust duct, two exhausts grills per OR room, exhaust grills in each control rooms and the storage rooms. This equipment needs to be cleaned to ensure highest quality standards for patients and staff. Services to include: disconnect electrical energy to HVAC system per OSHA regulations, Lock Out/Tag Out equipment's power source, prepare work area by covering equipment & set containment, remove diffusers & hook up HEPA collector vac and ensure duct system is under negative pressure, take diffusers to an assigned area for cleaning, begin agitation of ductwork and move downstream, cleaning turning vanes, etc., repeat process for the return and exhaust ductwork, clean VAV/Heating Coil Units, replace diffusers and grilles, remove protective covering, reconnect energy & purge system. Contractor will provide during work active means to prevent airborne dust from dispersing into atmosphere, water mist work surfaces to control dust while cutting, contain construction waste before transport in tightly covered containers, and cover before transporting. Upon completion of project: Wipe work surfaces with disinfectant, contain waste before transport in tightly covered containers, wet mop and/or vacuum with HEPA filtered vacuum before leaving work area. WORK HOURS: Work must be performed during other than normal business hours 0500-1900 Monday through Friday. The Contractor shall work other than normal hours during this project due to not being able to shutdown surgery during the day time. Hours of operation will be from (2000-0400) Monday through Friday. The COR must approve any deviation from these hours and the contractor shall note all such deviations. No work shall be performed on Saturdays, Sundays, Holidays, or Federal Holidays without prior approval from the COR. The government reserves the right of refusal with no impact to the contract. WORK SCHEDULE: The Contractor shall submit a detailed schedule for maintenance with its quote for evaluation. PLACE OF PERFORMANCE: Southern Arizona VA Health Care System, 3601 S. 6th Ave, Tucson, AZ 85723, building 57. PERIOD OF PERFORMANCE: 10-01-2015 through 12-31-2015. WAGE DETERMINATIONS: WD 05-2024 (Rev.-20) was first posted on www.wdol.gov on 07/14/2015 The following FAR and VAAR Clauses Applies: 52.212-4Contract Terms and Conditions-Commercial Items (MAY 2015) 52.232-18Availability of Funds (APR 1984) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70Commercial Advertising (JAN 2008) 852.215-71Evaluation Factor Commitments (DEC 2009) 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 001AL-11-15-ALimitations on Subcontracting - Monitoring and Compliance (JUNE 2011) Limitations on Subcontracting - Monitoring and Compliance This solicitation includes 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "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's compliance with the limitations on subcontracting or percentage of work performance requirement. 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984) *Arizona The following FAR and VAAR provisions apply: 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Common Confidentiality Agreements - Representation (DEVIATION 2015-02) 52.204-16Commercial and Government Entity Code Reporting (NOV 2014) 52.204-17Ownership or Control of Offeror (NOV 2014) 852.270-1Representatives of Contracting Officers (JAN 2008) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) Heating, Ventilation and Air Conditioning Mechanic $19.83 The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 52.212-1Instructions to Offerors-Commercial Items (APR 2014) ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS QUOTE/PROPOSAL INSTRUCTIONS: Vendors shall provide supporting documentation to allow for thorough evaluation of quote. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Quote shall specify the Total Price. Quotes will be evaluated for completeness. The Government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the synopsis/solicitation will be most advantageous to the Government, technical price considered. Vendors shall submit firm-fixed pricing for all above requirements. Include commercial price lists if applicable. Include any applicable discounts to the Government. The provision at FAR 52.212-2 Evaluation -- Commercial Items EVALUATION PROCEDURES TO BE USED: A comparison of proposed firm-fixed price quotes received in response to the solicitation shall determine lowest overall price and the rating of non-priced factors will determine the contractor that represents the lowest price, technically acceptable offer to the government. Only one award will be made. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation by evaluating the following factors: "Price "Non-priced Factors - Technical and Past Performance Lowest Price Technically Acceptable (LPTA) Offer: In order to be considered for award the following factors/sub factors must receive an "acceptable" rating in every non-price factor/sub factor: Non-price Factor 1: Technical (in accordance with CLIN requirements) Non-price Factor 2: Past Performance (as defined below) Technical: To meet the technical standards of this requirement the contractor must be certified and authorized to perform all services pertaining to this contract. The contractor will be required to provide documentation of such certifications with their submitted offer plus the availability of original manufacturer equipment (OEM or equivalent) for any/all repairs. Offerors should provide a narrative addressing its relevant technical capabilities and methodology for completing the requirements of this procurement in accordance with the Statement of Work. The following table describes the Technical Acceptable/Unacceptable Ratings: RATINGDESCRIPTION AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. "Past Performance: Offerors shall provide evidence of satisfactory past performance within the last (3) three years from the date of issuance of this RFQ for (3) three projects of a similar scope to that described by this SOW. This information will be evaluated for relevance to this procurement in relation to Non-priced Factor 1. The past performance information may be retrieved from previous clients surveys and/or letters, performance awards, or other written documentation of past performance from previous clients. The following table describes the Past Performance Acceptable/Unacceptable Ratings: RATINGDESCRIPTION AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (see note below). UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. SOLICITATION RESPONSES must be received no later than 11:00 am Mountain Daylight Time 09-16-2015 at Southern Arizona VA Health Care System, Contracting Section (9-90C), 3601 S. 6th Ave., Tucson, AZ 85723. Quotes received after the submission deadline will not be considered. Mail or e-mail response to Lillian.Sepulveda@va.gov. An official representative of your company shall submit the quote. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. Point of Contact: L. Danielle Sepulveda, Contracting Officer, Ph. 520-629-4614; e-mail: Lillian.Sepulveda@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/VA25815Q0585/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-15-Q-0585 Combined VA258-15-Q-0585.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2269380&FileName=VA258-15-Q-0585-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2269380&FileName=VA258-15-Q-0585-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03849455-W 20150823/150821234940-a910167fe4bc3ef11ea42a39c250f263 (fbodaily.com)
 
Source
FedBizOpps 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.