DOCUMENT
J -- SERVICE TO CLEAN THE COLD DECK DUCT WORK - Attachment
- Notice Date
- 8/31/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;WJB Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24718Q9562
- Response Due
- 9/7/2018
- Archive Date
- 9/17/2018
- Point of Contact
- MARK WEST
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9562 Posted Date: August 31, 2018 Original Response Date: September 7, 2018 @ 4:30 pm est Current Response Date: Product or Service Code: J041 Maint/Repair/Rebuild of Equipment Refrigeration, Air Conditioning, and Air Circulating Equipment Set Aside: SDVOSB NAICS Code: 238220 Plumbing, Heating, and Air-Conditioning Contractors Contracting Office Address W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q9562. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15 Million. The W.J.B. Dorn VA Medical Center is seeking services to CLEAN COLD DECK DUCTWORK AND COLD DECK PLENUM. Site Visit: A site visit is scheduled for this requirement on Tuesday September 4, 2018 at 1:00 p.m. EST. All attendees should meet in the lobby of the main hospital, Building 100 no later than 1:00 p.m. EST on September 4, 2018. All interested companies shall provide Quotations for the following: STATEMENT OF WORK Clean Cold Deck Duct Work B100 Audiology Department 1. REQUIREMENT: This requirement is for a firm-fixed price contract for service to clean cold deck Ductwork that supplies air to the Audiology Department on behalf of the WJB Dorn VA Medical Center located in Columbia South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: The period of performance shall be within 30 days after the time of award. Work shall be completed after business hours from 5:00 p.m. to 11:00 p.m. Monday through Friday. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: The Contractor shall provide all materials, labor, equipment, and transportation required to clean a cold deck Ductwork System. The cleaning shall include accessing 18 VAV damper boxes. The damper units shall be set in the open position to facilitate the cleaning process. The VAV units are sealed. No inspection has been completed to date to determine the conditions present within the 18 units. There is 500 square feet of project space. The cleaning of the air handler shall not be included during the cleaning process. The cold deck plenum shall be included during the cleaning process. Duct Cleaning Requirements for the Ductwork Cleaning of the interior of the supply and return Ductwork shall be conducted. Provide access ports for entry into the Ducts as necessary. Sealing access points properly insuring the integrity of the Duct System. General Requirements: The cleaning shall include brushing, wiping, air washing and vacuuming of surfaces to remove dirt, dust and accumulated debris. Only HEPA Filtered Entrapment Systems shall be utilized for the Duct sweeping operations. It is recommended that a combination of 3000 cfm & 130" lift drum vacuums be utilized It is recommended that the smaller branch lines be cleaned using air sweeps, rotary air brushes or air whips. Note: rotary equipment shall not be utilized in Flex Duct or in Duct Board Systems. Negative air pressure shall be maintained at all times on the Duct Systems being cleaned. Contractor shall ensure that all access ports into the Duct System are sealed with metal, foil tape, and mastic. Ducts and units shall not be sealed, encapsulated or treated with sealing substances. The cleaning shall not remove staining from the Ductwork. The purpose of the cleaning is to remove the accumulated debris within the Duct System. Damage Ductwork where present shall be reported to the Government. Disconnected Ducts shall be completed where possible reattached to facilitate the cleaning. Heavy register staining may not be completely removed. The possibility exists that the paint will chip away from the supply fins. Upon the conclusion of the project the Duct Systems shall be treated with an EPA Sanitizer to inhibit mold and fungus growth. The cleaning of the Duct System represents a small portion of the total structure environment. Consideration shall be given to monitoring the interior space for airborne and settled particulates. Staff, patient, and public access directly affect the interior environment within the Audiology HVAC service area. Scheduling A minimum of two-week notice shall be provided to the assigned Point of Contact prior to the start of the Duct Cleaning process. Safety Dust and debris removed from the Ducts including any fibrous materials shall be disposed of properly while following all safety protocols of OSHA and hazardous material handling. Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment shall be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris shall be removed from the facility upon completion of service each day. Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. Basis of Award Project: SERVICE TO CLEAN COLD DECK DUCTWORK A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptability. If, the low-priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB). Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Cost analysis may be performed by the Contracting Officer. Technical / Past Performance. Contractor shall have all necessary and required licenses and or certifications required to successfully complete the services required. Contractor shall provide technical capabilities statement related to the completion of similar type services being requested in this solicitation. All offerors must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Must provide a minimum of two (2) past performance experience related to the needs of this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB TECHNICAL / PAST PERFORMANCE PRICE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 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] 52.222-5, Combating Trafficking in Persons [MAR 2015] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13, Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.246-20, Warranty of Services [MAY 2001] 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside [JUL 2016] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, Past Performance, and Statement below. All bid offers shall be sent to the: Mark West @ JEFFREY.WEST3@VA.GOV This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm-Fixed Priced Service 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 bid offers 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:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:30 PM EST September 7, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, jeffrey.west3@va.gov. No phone call shall be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9562/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9562 36C24718Q9562.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572528&FileName=36C24718Q9562-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572528&FileName=36C24718Q9562-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9562 36C24718Q9562.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4572528&FileName=36C24718Q9562-000.docx)
- Record
- SN05067925-W 20180902/180831231524-3f92c80be492e90de2219219d7aa587a (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 |