SOLICITATION NOTICE
J -- HVAC Cleaning Sepulveda
- Notice Date
- 1/9/2020 6:51:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0267
- Response Due
- 2/5/2020 8:59:59 PM
- Archive Date
- 02/20/2020
- Point of Contact
- Peter Kimpeter.kim33@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: HVAC System Cleaning 1.B. Description: Clean and restore the HVAC system in Bldg 99, Sepulveda Ambulatory Care Center 1.C. Project Location: 16111 Plummer St, North Hills, CA 91343 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0267. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: 2 weeks after award 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 2. Scope of Work. VA Greater Los Angeles Healthcare System is seeking a contractor to perform a restorative cleaning of their HVAC system in Bldg 99 at the Sepulveda Ambulatory Care Center. 2.A. Specific Tasks 2.A.1. The three air handlers located in Building 99 will be cleaned and all wet or deteriorated fiberglass liner replaced with non-fiberglass insulation. 2.A.2. All Ducts will be brushed and vacuumed using HEPA filtered vacuums. 2.A.3. All VAV boxes will be cleaned, repaired and encapsulated with a design polymeric sealant coating. 2.A.4. All air registers will be washed. 2.A.5. All exhaust fans, turning vanes, diffusers, dampers, reheat coils, and cooling coils will be washed. 2.A.6. Rooms will be cleaned during the day 8am-4pm. Hallways can be done during evenings or night between 8pm-6am. Air Handlers can be done one at a time, but down time must be minimized. Schedule will be coordinated at least 5 working days in advance. 2.B. Contractor Qualifications: Contractor must submit proof of having at least 5 years of experience in conducting physical inventory of medical equipment in a healthcare setting to be considered for award. Failure to submit documentation of competencies in the following areas will be considered a non-responsive bid and contractor will not be considered for award. 2.C. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.D. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.E. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.F. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.G. Normal Working Hours. Normal working hours are 8am-4pm Monday through Friday. 2.G.1. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.G.2. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.G.3. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.G.4. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.H. Insurance Coverage. 2.H.1. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.H.2. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.H.3. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.H.4. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02, dated 12/23/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. A site survey will be conducted at 10am on Wednesday, January 22, 2020. Participants will meet at Bldg 99. Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 4.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, January 29, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on www.fbo.gov. 4.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday February 5, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.C.1. Vendor Information 4.C.2. Acknowledgement of amendments 4.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.C.4. Schedule of services 4.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/396ab9d4e11248bc9043dbf28f632e69/view)
- Place of Performance
- Address: Sepulveda Ambulatory Care Center;16111 Plummer St;North Hills, CA 91343, USA
- Zip Code: 91343
- Country: USA
- Zip Code: 91343
- Record
- SN05530684-F 20200111/200109230128 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |