DOCUMENT
H -- Conduct a physical inspection of HVAC systems ductwork and other componets of the Wilkes- Barra VAMC Community Living Center. - Attachment
- Notice Date
- 4/3/2018
- Notice Type
- Attachment
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1700 S. Lincoln Ave.;Lebanon, PA 17042
- ZIP Code
- 17042
- Solicitation Number
- 36C24418Q9162
- Response Due
- 4/10/2018
- Archive Date
- 4/17/2018
- Point of Contact
- Bradley Fasnacht
- E-Mail Address
-
y.Fasnacht2@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Note: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Sources Sought in support of market research and/or planning purposes only and does not constitute a solicitation. This notice is not a confirmation that the Government will contract for the items or services contained in the sources sought, nor is any commitment on the part of the Government to award a contract implied. This notice does NOT constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. All information received in response to this sources sought that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), response to this sources sought is not offers and cannot be accepted by the Government to form a binding contract. The purpose of this is to seek capable and responsible sources interested in performing this service. Responses will assist the Government with developing its acquisition strategy to include socio-economic set-asides. If you believe there are ambiguities in the draft SOW, please identify them. Note that the Government will not answer questions about this requirement at this time. Please answer the questions below, send your brief capability narrative and draft SOW feedback, if ambiguities exist, to me at bradley.fasnacht2@va.gov not later than 1100 AM E.S.T. 10 April 2018. If you are interested, please e-mail: Company Name. Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Do you currently hold a government contract? Contract Number? Type of contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service listed at the Wilkes-Barre PA VAMC locations? What NAIC and PSC code do you use for this service? How do you invoice for this service, including rates? What Certifications, State and Federal, if any must you have to perform this service? Can you complete this service within the required time line within the draft SOW? Please submit any other information you may feel important or relevant to Bradley Fasnacht at Bradley.fasnacht2@va.gov by 11:00 AM EST 10 April 2018. STATEMENT OF WORK FOR HVAC SYSTEM CLEANLINESS INSPECTION WILKES-BARRE VAMC DESCRIPTION: Conduct a physical inspection of the heating, ventilating and air conditioning (HVAC) systems ductwork and other components on Floors 1 (ground level), 2 and 3 of the Community Living Center (CLC) at the Wilkes-Barre Department of Veterans Affairs (DVA) Medical Center. PLACE OF PERFORMANCE: Wilkes-Barre VAMC Community Living Center (CLC) SCOPE: The contractor shall provide all labor, supplies, transportation, and equipment necessary to perform physical inspection of the heating, ventilating and air conditioning (HVAC) systems ductwork and other components on Floors 1 (ground level), 2 and 3 of the Community Living Center (CLC) at the Wilkes-Barre Department of Veterans Affairs (DVA) Medical Center. PERFORMANCE REQUIREMENTS: Perform physical inspection of the heating, ventilating and air conditioning (HVAC) systems ductwork and other components on Floors 1 (ground level), 2 and 3 of the Community Living Center (CLC) at the Wilkes-Barre Department of Veterans Affairs (DVA) Medical Center. Provide a written risk assessment prior to conducting the HVAC inspection Including recommendations, to the DVA to discern what impact the inspection process may have on the CLC environment and its occupants. As an integral part of the assessment, the Contractor shall recommend (and implement during the inspection) appropriate Environmental Engineering Controls to prevent disturbed particulate from being released into the building environment. Inspection shall include the entire ductwork length of run, including elbows, branch runs, diffusers, grilles and other system components. The inspection shall include the supply air ducts, return air ducts, exhaust air ducts, and shall include all internal HVAC components such as heat recovery, turning vanes, dampers, after filters, coils, fans and so forth. Install permanent access doors, service panels or other means to provide access to the internal segments of the HVAC systems if needed. Inspection shall include all components of the air handlers serving Floors 1, 2, and 3, Filters, air bypass, coils, condensate pans, drain lines, humidification systems, acoustic insulation, fans and fan compartments, dampers, door gaskets and general unit integrity. (Note: several of the air handlers are located in rooftop penthouses). Upon completion of the physical inspection: Based on the results of the inspection, the contractor shall prepare and submit to the DVA for approval a written work plan, as detailed herein, of any need for HVAC system cleaning. Information collected from the HVAC inspection shall include photographic documentation of the internal surfaces of the ductwork and other components as required to convey the cleanliness, or otherwise, condition of the ductwork and components. Work plan shall include recommendations for cleaning, a clearly defined scope of work for the cleaning process considering building occupancy, recommended phases of work to minimize occupant relocation during the cleaning, a determination of the Environmental Engineering Controls, and any unique requirements, clearly identify which HVAC ductwork and components require cleaning, as well as those components and ductwork sections NOT requiring cleaning. Work plan shall include specific means and methods of cleaning that will be utilized for this cleaning project. The work plan shall also include a schedule to describe how long work is required to complete the various phases of the cleaning process. All general use and/or specific chemical cleaning products specific to this cleaning project shall be clearly listed in the written work plan. Also, the manufacturer s instructions for use and application shall be listed as an appendix in the written work plan, to include Material Safety Data Sheets (MSDS and SDS). Where applicable, the written work plan shall include a description of Engineering Controls to be utilized to control and eliminate building occupant and worker exposure to particulates and other agents, chemical vapors and odors. As a part of the written work plan, an Interim Life Safety Plan shall be developed to address safety detection devices (duct, heat and smoke detectors) affected during the cleaning process. The written work plan shall also include a detailed cost estimate to perform the proposed cleaning process as described in the final approved written work plan. The cost estimate shall take into account work necessary to be performed during other than normal business hours. Work shall be performed in a professional manner and meet the requirements of the Sheet Metal and Air Conditioning Contractors Association (SMACNA), the National Fire Protection Agency (NFPA), the International Building Code (IBC) and DVA construction standards. All hard copies of testing reports shall be provided to the COR, or designated representative prior to the Government s final acceptance. SPECIFIC TECHNICAL REQUIREMENTS: Have the following credentials: Minimum of five years direct, hands-on experience in the inspection and cleaning of HVAC systems. Qualified to perform work as determined by Air systems Cleaning Specialist (ASCS), Certified Ventilation Inspector (CVI), or equivalent. Be familiar with and follow the requirements: ANSI/ASHRAE/ACCA Standard 180. Standard Practice for Inspection and Maintenance of Commercial Building HVAC systems. NFPA 90-A Standard for the Installation of Air-Conditioning and Ventilation systems. Understanding of the Department of Veterans Affairs Office of Construction & Facilities Management 23 31 00 HVAC ductwork and Casings (https://www.cfm.va.gov/TIL/spec.asp#23). PROVIDED BY WBVAMC: A) VA personnel will provide the contractor with access to the appropriate access to the CLC for the length of the project. SPECIAL CONTRACTOR PROVISIONS: A) Security Requirements: a. While on VA property, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel at a Government facility. b. Prior to the commencement of any work under this contract, upon arrival to the VA Medical Center, contractor personnel shall first check- in with VA Police to obtain an identification badge. c. The contractor employee must safeguard the badge and immediately report if the badge is lost, stolen, or destroyed to the VA Police. d. Contractor personnel shall properly display their identification badge at all times while on VA property so that their name and the company they work for can easily be seen. e. All contractor personnel shall properly sign out with VA Police upon the completion of this contract. B) Interference in Performance Requirements: The following provisions shall be adhered to by contractor personnel throughout the duration of this contract: a. Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility; e.g. utility services, servicing of fire protection systems, and the passage of facility patients/personnel, etc. b. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government c. Contractor personnel shall inform the COR of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made by the COR. Contractor Responsibilities: The Contractor shall be responsible for ensuring all provided personnel are properly licensed to operate a motor vehicle if operating a motor vehicle on VA property is required. PERFORMANCE SCHEDULE: A) Performance Start: The contractor shall start with 30 days of the contract award. B) Working Hours: All work shall be performed Monday through Friday (except Federal Holidays), 8:00 AM Eastern 4:30 PM Eastern. C) Period of Performance: Contractor will have inspection and required documentation completed within 90 calendar days. End
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9162/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9162 36C24418Q9162.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4199060&FileName=36C24418Q9162-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4199060&FileName=36C24418Q9162-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9162 36C24418Q9162.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4199060&FileName=36C24418Q9162-000.docx)
- Record
- SN04876458-W 20180405/180403231610-5ca2c482e70a4d52a8dba0d13eb9539a (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 |