DOCUMENT
46 -- FDR SPS REVERSE OSMOSIS MAINTENANCE CONTRACT (VA-18-00072841) - Attachment
- Notice Date
- 8/21/2018
- Notice Type
- Attachment
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9925
- Response Due
- 8/27/2018
- Archive Date
- 9/26/2018
- Point of Contact
- JAMES, EULANDA
- E-Mail Address
-
Eulanda.James@va.gov
(Eulanda.James@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment: 0001 Supersedes Previously issued Combined Synopsis/Solicitation Notice Solicitation Number# 36C24218Q9925 Remain unchanged COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9925 This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-98 / 05-31-2018. This procurement is being issued as 100% Service Disable Veterans own Small Business (SDVOSB) Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 333318, Other Commercial and Service Industry Machinery Manufacturing, with a small business size standard of 1,000 employees. The Contractor shall provide all resources necessary to accomplish the deliverables of services for Sterile Processing Service (SPS) Reverse Osmosis (RO) System described herein. See Statement of Work below for detailed description of services required. STATEMENT OF WORK (SOW) Processing Service (SPS) Reverse Osmosis (RO) System: Services under this contract shall be provided and accomplished at the Veteran Administration Medical Center, Hudson Valley Health Care System, Montrose Campus 2094 Albany Post Road, Montrose, New York 10548. The contractor shall maintain and repair elements of the Sterile Processing Service (SPS) Reverse Osmosis System identified herein. The contractor shall inspect and service components in accordance with the manufacturer s recommendations, prevailing industry standards and local, state, national, and international (where applicable) codes, including but not limited to AAMI standards. Statement of Work The contractor shall furnish all material, labor, supervision, tools and equipment necessary to provide a full preventive maintenance program. The Reverse Osmosis system to be serviced is an Ameriwater RO System Model # HCR02, Serial # 50320 along with all ancillary piping and Sterile Processing equipment that receives RO water. All work shall be in strict compliance with regulatory agencies and the manufacturer s recommendations as follows: 1.0 Deliverables shall include: Perform Monthly onsite Reverse osmosis Cleaning Perform Monthly onsite sanitization of RO Perform Monthly onsite SPS Tank and Loop Sanitization Perform Monthly onsite Pre Culture and LAL taken on Loop Perform Monthly onsite Post Culture and LAL taken on Loop Perform onsite monthly preventive maintenance based on manufacturers recommendations and AAMI standards Annual AAMI Standards test on RO Perform on-site water analysis and review log books, log the RO performance Perform complete system operating analysis of the equipment. All work shall be in accordance with manufacturer's recommendations Contractor shall provide all Expendables listed below to perform on-going preventive maintenance on an annual basis. 16 PT401 Liquid Gallon 12 Pre-filter 1 um 20 12 Pre-filter Carbon Block Filter 20" 8 Chloride Strips 50 ct 4 PH strips 100ct 4 DI Regeneration Bags Additionally the following level of service shall be performed annually: Inspect RO membrane, DI Polisher Resin Pack, RO pumps, and sensors. Based on observations vendor shall repair, replace or regenerate above components of RO system at no additional cost to the government. The Laboratory performing the water quality testing shall be a competent and licensed USA company. Parameters of the water quality standards will be in accordance with EPA (Environmental Protection Agency), AWWA (American Water Works Assc.), and AAMI (Association For The Advancement of Medical Instrumentation). 2.0 CONTRACT TYPE AND PRICING Firm fixed price base plus four option years Vendor shall have the opportunity to attend site visit of Reverse Osmosis System. 3.0 RESPONSE AND COMPLETION TIMES Routine Service: The contractor will provide routine service Monday through Friday, 8 am to 430 pm. Routine service will be considered a 2-hour response time. On-site service will be provided within 24-hours, excluding holidays, upon notification by the department point of contact. Emergency Repairs: The contractor will provide 24x7x365 emergency repair service. Emergency repair outside routine hours will be billed at overtime rate. Work shall not be accomplished by contractor until approved by project or contracting officer. Initial contact is to be made with the technical representative within 4 hours of call and no more than 48-hour for on-site service. Minimum Standards of Workmanship: 4.0 PERIOD OF PERFORMANCE AND CONTRACT LINE ITEMS (CLINs): For each Period of Performance, offerors must submit a quote for the Deliverables requested in Section 1.0 of the Statement of Work (SOW) Line item 001 (Base Year) Period of Performance: Date of award to September 30, 2019 Line item 002 (Option Year 1) Period of Performance: October 1, 2019 to September 30, 2020 Line item 003 (Option Year 2) Period of Performance: October 1, 2020 to September 30, 2021 Line item 004 (Option Year 3) Period of Performance: October 1, 2021 to September 30, 2022 Line item 005 (Option Year 4) Period of Performance: October 1, 2022 to September 30, 2023 5. HOURS OF COVERAGE: Normal business hours of coverage are Monday through Friday, 8:00am - 4:30pm, excluding federal holidays. The contractor shall perform routine maintenance and repair services Monday thru Friday during normal business hours (8AM 4:30PM) unless requested and approved by the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Christmas Day Thanksgiving Day Independence Day And any other day specifically declared by the President of the United States to be a national holiday. 6.0 SECURITY Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The contractor shall not have access to the Department of Veterans Affairs computer system. The C&A requirements do not apply and that the Security Accreditation Package is not required. 7. 0 IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The contractor s FSE s shall wear visible identification at all times while on the premises of the VAMC. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 8.0 INSURANCE A. Worker compensation and employee s liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. B. General Liability. Contractors are required to have Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Department of Veterans Affairs Hudson Valley Health Care System, Montrose Campus 2094 Albany Post Road, Montrose, New York 10548. 9.0 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: (a) Solicitation number for this requirement as 36C24218Q9925 (b) Point of Contact, Company name, address, telephone and email address (c) Specification/description for Sterile Processing Service (SPS) Reverse Osmosis (RO) System to maintain and repair elements of the Sterile Processing Service (SPS) identified herein the Statement of Work (d) Price ( e) Acknowledgement of any solicitation amendments (f ) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2017) 10.0 The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. 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: The offeror shall describe it technical solution to performing the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. Price: Will be determined as fair and reasonable per FAR part 13.106-3. All pricing will be evaluated on a total price basis to include option years of the contract. 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). NOTE: Offerors are cautions that the award may not be made to the lowest price offer. (b) Options. 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). NOTE: Evaluations of Options - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. 12. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (MAY 2018) 852.215-71 Evaluation Factor Commitments (DEC 2009) 001AL-11-15-B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) 852.237-72 Electronic Submission of Payment Requests (NOV 2012) Contractor Responsibilities (APR 1984) 852.273-74 Award Without Exchanges (JAN 2003) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 13. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-9, Small Business Subcontracting Plan (NOV 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements. 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 14. N/A 15. This is a 100% SDVOSB Set-Aside open-market combined synopsis/solicitation to maintain and repair elements of the Sterile Processing Service (SPS) Reverse Osmosis System to the (VA) Hudson Valley Health Care System, Montrose Campus 2094 Albany Post Road, Montrose, New York 10548. The government intends to award a firm fixed price contract as a result, of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received no later than 9:00 AM (Eastern Daylight Time) EDT, August 27, 2018. The government shall only accept electronic submissions via email, please send all quotations to Eulanda James Eulanda.James@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 16. Direct your questions to Eulanda James, Contracting Specialist, Eulanda.James@va.gov the last day to submit questions is 12:00 pm EDT, August 23, 2018 See attached - PRICE SCHEDULE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9925/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9925 0001 36C24218Q9925 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553170&FileName=36C24218Q9925-0001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553170&FileName=36C24218Q9925-0001000.docx
- File Name: 36C24218Q9925 0001 PRICE SCHEDULE and DELIVERY SCHEDULE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553171&FileName=36C24218Q9925-0001001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553171&FileName=36C24218Q9925-0001001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9925 0001 36C24218Q9925 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553170&FileName=36C24218Q9925-0001000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Hudson Valley HCS;Montrose Campus;2094 Albany Post Road;Montrose
- Zip Code: 10548
- Zip Code: 10548
- Record
- SN05048378-W 20180823/180821231422-6fa1fa2d4a6bef63ca03eaaa66ccf986 (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 |