Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
DOCUMENT

H -- SAVAHCS Fume Hood Certification and Maintenance Contract - Attachment

Notice Date
10/6/2017
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Contracting Section;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25818Q0006
 
Response Due
10/20/2017
 
Archive Date
12/19/2017
 
Point of Contact
Michael Williams
 
E-Mail Address
l.williams48@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. DRAFT STATEMENT OF WORK The contractor shall provide all labor, personnel, equipment, tools, materials, supervision, transportation, lodging, and all other items necessary to provide annual on-site preventive maintenance and corrective repair service for the equipment and systems listed below for the Southern Arizona VA Health Care System (SAVAHCS) as defined in this Statement of Work (SOW). SERVICE/WORK TO BE PERFORMED: The contractor will perform on-site certification testing on equipment/systems as provided for in the contract agreement. Certifications will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations and associated ISO and ANSI current standards. Must use OEM certified parts and service engineer/technicians must be CETA registered cleanroom certification professionals. Cleanroom testing and certification testing to ISO 14644-1, USP 797, FS 209E Chemical Fume Hood testing to ASHRAE 110 current standard, ANSI Z9.5, SEFA 1 current standard. Biological Safety cabinets certified to meet NSF-49, OSHA, NIH/CDC, and the manufacturer s specifications All parts covered including sleeve and filter replacements (Hepa and Charcoal). All test equipment requiring calibration is traceable through the National Bureau of Standards. Extensive Certification twice a year to be completed within the calendar month requested (January and July). Emergency Line Item: Service calls with on-site response within 48 hours (Monday to Friday 8:00 AM to 5:00 PM).Emergency Designated Response time 48 hours unless otherwise agreed upon by COR or designee : Completed as needed and price added separately. Response: All requests for repair service will be considered requests for emergency service unless a statement to the contrary is made by the COR, POC or designee. A competent service representative adequately equipped with tools, test instruments, service manuals, and repair parts will arrive at the SAVAHCS within the designated response time. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering. PERFORMANCE: Hours: Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension "0" can contact the USRO operator via radio. Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. This PM work must be completed in the month specified during the request unless another date is agreed upon by COR or designee. The Biomedical Engineering Manager can be contacted at (520) 629-4675 or (520) 629-1749. All contractor personnel (without exception) must report to the Engineering Department, Bldg. 38-room A22, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented service report (as described in section 5, DOCUMENTATION) for the service performed. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at SAVAHCS. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. DOCUMENTATION: Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Last calibration date of service equipment. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering (see section 3, above). GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. EQUIPMENT: MANUFACTURER MODEL SN NUAIRE Series 26 77388 AFR NUAIRE Series 26 82675 AGR Air Clean Sys AC648LFUVC 2356 MOPEC MB600 MB600D08004 TB Ante Room     ACH-Extraction     CR-Extraction     TB Hood Room     NUAIRE 425-600 1.40865E+11 MOPEC MB600 MB600A11004 Air Science P5-36 P66066 Air Science USA Purair P5-36 P67929 TBS SC-DD 21202SCDD0009-02 Labconco 3440001 130171290 MOPEC MB600 BF100H14006 Hold Room     COMECER FHR1 50 LAR 40C1C\0111\V11246 PCI G32   PCI G14KA   AIR SCIENCE P-30 P70084 BAKER CS-600 87631 BAKER SS-500 87450 BAKER SS-800 88783 BAKER SS-800 88782 Chemo CR     Ante CR     Ante ACH     Buffer ACH     Buffer CR     Ante Room     Chemo ACH     LABCONCO 6900000 255087 CAPTAIR LABX E54522 ULE54522 NUAIRE NU-S437-500 163687061014 NUAIRE NU-435-400 163694061014 BAKER SG403A 94852 BAKER SG403A 94853 LABCONCO 36209 020722983E NUAIRE NU-S437-500 163685061014 NUAIRE NU-435-400 163692061014 NUAIRE NU-430-600 163698061014 NUAIRE NU-S437-400 163682061014 NUAIRE NU-S437-400 163684061014 LABCONCO CFH   Thermo Electron C8004055 68013 LAB PRODUCTS 30109 110188 LABCONCO 69200-00 000593177K LABCONCO 2247300 80384486W LABCONCO 2247300 80383730W TECHNIPLAST 9STVGS^US 2591007 NUAIRE NU-S437-500 163686061014 NUAIRE NU-430-400 163695061014 NUAIRE NU-435-600 163696061014 NUAIRE NU-S437-400 163683061014 Fisher Scientific 115V 80383682 NUAIRE NU-S437-500 163688061014 NUAIRE NU-S437-500 163689061014 NUAIRE NU-S437-600 163690061014 NUAIRE NU-S437-600 163691061014 NUAIRE NU-435-400 163693061014 NUAIRE NU-435-600 163697061014 Prospective contractors must be authorized/certified to provide the required service, and must show proof with any provided documents at the time of responding to this Sources Sought announcement Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541380 ($14.0M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Michael.Williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Pacific Standard Time on October 20, 2017. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818Q0006/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q0006 36C25818Q0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839363&FileName=36C25818Q0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839363&FileName=36C25818Q0006-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Southern VA Heath Care System (SAVAHCS);3601 S. 6th Avenue;Tucson, Arizona
Zip Code: 85723
 
Record
SN04708582-W 20171008/171006230649-a093bf0783f70c5bd2bdd812327eb09e (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.