DOCUMENT
J -- Service-Research-Safety Testing - Attachment
- Notice Date
- 10/3/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q0009
- Response Due
- 10/10/2017
- Archive Date
- 12/9/2017
- Point of Contact
- Danielle L. Carroll
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 4 of 4 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 811219 Other Electronic and Precision Equipment and Repair and Maintenance 3. Interested and capable Contractors should respond to this notice not later than October 10th, 2017 by providing the following via email only to danielle.carroll4@va.gov (a) Company Name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor to provide management, personnel, supervision, equipment and supplies for annual maintenance, repair, inspection and certification to Biological Safety Cabinets at Department of Veteran Affairs in the San Diego area (VASDHS) 3350 La Jolla Village Drive, San Diego, CA 92161. Please refer to the Statement of Work for the specifications for the required specifications. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127. 7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement 664-18-1-8143-0007 Statement of Work (SOW) 1. The contractor shall provide management, personnel, supervision, equipment, and supplies for annual maintenance, repair, inspection, and certification to Biological Safety Cabinets located throughout the VA San Diego Health Care System (VASDHCS). The equipment is located at VA facilities in San Diego, CA. The period of performance is base period with four option years. 2. The certification will include but is not limited to decontamination services for various types of hoods, replacement of motors, fans, sashes, circuit breakers and wiring, and/or any other devices that may need replacement to ensure Biosafety cabinets are within certification parameters for Joint Commission, Office of the Research Oversight (ORO) and CDC inspections. Emergency maintenance and repairs shall be conducted within one (1) hour of notification of biological safety cabinet operation failure under a separate P.O. Upon each maintenance visit Ultraviolet (UV) lights and Alarm Flow Systems shall be inspected. 3. Testing and/or Certification is required of HEPA Filtration Devices on Biological Safety Cabinets, Laminar Flow Clean Benches, Animal Condos, Terminal HEPA Filters. These are required by the VA Handbook 1200.08 (page 9, 3.e) to be certified every 6 months (December and June) because our research involves airborne pathogens. 4. At present, at the VA San Diego there are sixty five (65) Biological Cabinets, three (3) Clean Benches, two (2) In-Line HEAP Filters, six (6) Animal Change Stations, three (3) Laminar Flow Hoods, and two (2) gloveboxes that require ISO/10K and/or ISO5/100 Viable Particle Count Tests, one (1) single pass station, two (2) class iii glove boxes, and five (5) decontaminate procedures. At the UCSD Stein Bldg. leased space there are twelve (12) Biological Cabinets, one (1) Clean Bench, and six (6) decontaminate procedures. 5. Upon each service Contractor will check in with Research Service and will provide written documentation of service, repairs, cost, and recertification procedures. The Contractor will advise the VA of any cost prior to replacing any parts or additional service. 6. A Contracting Officer s Representative (COR) will be appointed to monitor this contract at the time of award. 7. COMPLIANCE AND BUSINESS INTEGRITY (CBI) TRAINING: a. AWARENESS TRAINING: Contractor employees shall complete initial compliance awareness training within thirty (30) days of commencing work under this contract as well as complete annual compliance awareness refresher training. At the minimum, CBI awareness training will include the following topics: 1) the revenue cycle, 2) seven elements of an effective compliance program, 3) definition of high risk areas, and 4) definition of a compliance concerns and how to address a compliance concern. This requirement can be fulfilled by completing the training module available via the following Internet site: http//www.visn21.med.va.gov/GBI.asp. b. REMEDIAL TRAINING: When notified, contract employees must complete remedial training and education to address any detected compliance exceptions. c. PROOF OF TRAINING: Contract employees are responsible for submitting proof of awareness and remedial training completed to the Contracting Officer s Representative (COR) for this contract. The COR will retain proof of training in accordance with applicable Reds Control Schedule. 8. Contractor Personnel Security Requirements Upon contract award, all key personnel shall be subject to the appropriate type of background investigation or screening per VA/VHA policy as delineated below, and must receive a favorable adjudication from the local VA facility or VA Security and Investigations Center (SIC) depending on the type of investigation/screening required. This requirement is also applicable to all subcontract personnel. If the investigation or screening is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Contract personnel who previously received a favorable adjudication as a result of a Government background investigation or screening may be exempt from this contract requirement provided that they can provide documentation to support the previous adjudication. Proof of previous adjudication must be submitted by the Contractor to the VA Contracting Officer. Proof of previous adjudication is subject to verification. Some positions maybe subject to periodic re-investigation/screening. 9. Information security: Security certification and accreditation requirements do not apply. Security Accreditation Package is not required. All VA policies shall be followed and the contractor shall not come into contact with VA sensitive information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0009/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q0009 36C26218Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3832594&FileName=36C26218Q0009-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3832594&FileName=36C26218Q0009-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q0009 36C26218Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3832594&FileName=36C26218Q0009-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;3350 La Jolla Village Drive;San Diego, CA
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN04703865-W 20171005/171003231055-7975aaf8aebf75349754d437a355cfb7 (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 |