Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2020 SAM #6775
SOURCES SOUGHT

J -- 36C26220Q0944, SVC to PERFORM North Campus HVAC-R Systems PMI, VA Greater Los Angeles HCS: B+4OY

Notice Date
6/15/2020 3:02:31 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0944
 
Response Due
6/23/2020 10:00:00 AM
 
Archive Date
09/21/2020
 
Point of Contact
NICHOLS, CECIL S., Contracting Officer, Phone: (562) 766-2267
 
E-Mail Address
cecil.nichols@va.gov
(cecil.nichols@va.gov)
 
Awardee
null
 
Description
Page 3 of 26 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. This is neither a solicitation announcement nor a request for quote (RFQ) and it does not obligate the Government to award a contract. Request for a solicitation will not receive a response. The purpose of this sources sought announcement is for market research to make the appropriate acquisition decision(s) and to gain knowledge of potential qualified sources and their Small Business Administration (SBA) size classification in relation to the North American Industry Classification System (NAICS) 561210 Facilities Support Services. The Department of Veterans Affairs, Network Contracting Office (NCO) 22 is seeking a source to perform North Campus HVAC-R systems preventive maintenance inspection (PMI) at/on identified facilities at/for the VA Greater Los Angeles Healthcare System (VAGLAHCS) located at 11301 Wilshire Blvd, Los Angeles, CA 90073. This is an inclusive contract; contractor shall provide all manner, means, methods, equipment, expertise, facilities, incidentals, labor, materials, parts, services, supervision, supplies, tools, transportation, travel, qualified personnel, and other items necessary to perform HVAC-R PMI and intervening services as stated in the Statement of Work (SOW), except for those items specified as Government furnished property and services, in accordance / compliance with current code(s), directives, regulations, industry guidelines / standards, manufacturer recommendations, and SOW at/for the VAGLAHCS. Services are to be proactive PMI with the result of having the HVAC-R systems throughout the buildings on the North Campus fully functional and working in optimal operating condition 24/7/365 [366 leap year]. Contractor shall accomplish all tasks related to maintaining the systems in optimal functionality. All interested parties who can perform services to perform North Campus HVAC-R PMI and intervening services at/on the VAGLAHCS shall provide an email response to this notice and include the following: Company name, Address, Point of contact, Phone, fax, and email, DUNS number, Cage Code, Tax ID Number, Type of small business, e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business [NOTE: If you are a SDVOSB or VOSB, you must submit your certification from the Center for Verification and Evaluation (CVE) https://www.vip.vetbiz.gov/], and maintain currency of CVE status throughout the solicitation, evaluation and award process. Provide a copy of your company s current Representations and Certifications from https://beta.sam.gov/, and Provide evidence your firm can provide the requested service, to include past and/or current contracts for same services, and any other compelling evidence to help the Government determine your company s capabilities. All responses must be received no later than Tuesday, June 23, 2020, by 10:00AM Pacific local time. In the event, you may need to request information directly from the Government, please email Cecil S. Nichols, Contracting Officer at cecil.nichols@va.gov. When responding via email, ensure the following title is within the subject line of the email: RFI# 36C26220Q0944: SERVICE to PERFORM North Campus HVAC-R Systems PMI VAGLAHCS . Important Information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Notice 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 and/or requirements change. Page 26 of 26 STATEMENT OF WORK (SOW) PART A SERVICE TO PERFORM NORTH CAMPUS HVAC-R SYSTEMS PMI VA GREATER LOS ANGELES HEALTHCARE SYSTEM 691-20-3-5091-0072 TITLE: SERVICE to PERFORM North Campus HVAC-R Systems PMI. PLACE OF PERFORMANCE: VA Greater Los Angeles Healthcare System (VAGLAHCS) 11301 Wilshire Blvd Los Angeles, CA 90073-1003 PERIOD OF PERFORMANCE: Contract period shall be for one (1) BASE Year with the Government having the OPTION to exercise up to Four (4) one (1) year options. CONTRACT TYPE: It is the intent of the Government to enter into a single award firm-fixed price (FFP) contract. GENERAL: This contract is subject to certified payroll. Requirement is to provide Heating, Ventilation, Air Conditioning, and Refrigeration (HVAC-R) preventive maintenance inspection (PMI) services. Government shall not exercise any supervision or control over Contractor personnel performing services specified. Such contract service providers shall be accountable solely to the Contractor who, in-turn is responsible to the Government. Contractor shall perform on-site maintenance, repair, calibration, performance verification and quality assurance to keep equipment covered under this contract in optimum operating condition. Routine service shall be performed during normal working of VAGLAHCS from 6:00AM to 4:00PM, Monday through Friday, excluding holidays. Emergency on-call service shall be provided twenty-four hours per day, seven days per week (24/7) including holidays. BACKGROUND: The VAGLAHCS North Campus is comprised of Pre and Post World War II buildings being used in a variety of purposes which include Research, Drug, Alcohol and Medical Rehab, Nursing and Geriatric Care, Community Living, Administrative, Nutrition and Food Service Production, maintenance, transportation, Theater, and other staffing functions. There is a wide range of equipment covered under this contract from window A/C units to large commercial chillers and fan coil units, walk-in refrigerators and walk-in freezers, split systems, package units, Variable Refrigerant Flow (VRF) units, cold food serving stations, reach-in coolers, residential type heating and cooling systems, equipment cabinet cooling systems, and exhaust systems throughout approximately 37 buildings. OBJECTIVES: 7.1 Facility objectives are to provide a clean and healthy atmosphere which is compliant with all hospital / healthcare regulatory agencies such as The Joint Commission, CAP, CARF, and OMI. 7.2 Maintain continuous and efficient operation of all HVAC-R equipment and building automation systems 24/7/365 [366 leap year] to include Carrier in building 206, LG in building 158, and Mitsubishi in building 158. 7.3 Control temperatures throughout the buildings to meet facility requirements. 7.4 Control Space Air Pressure relationships (positive / negative) and air exchange rates to meet facility requirements. 7.5 Ensure efficient operation of HVAC-R equipment 24/7/365 [366 leap year]. 7.6 Provide up to a 30-minute response time during normal working hours and within 4-hour response after normal working hours to address complaint calls for any needed repairs and adjustments. SCOPE: This is an inclusive contract subject to limitations on subcontracting. Contractor shall provide all manner, means, methods, equipment, expertise, facilities, incidentals, labor, materials, parts, services, supervision, supplies, tools, transportation, travel, qualified personnel, and other items necessary to perform HVAC-R PMI and intervening services as stated in this Statement of Work (SOW), except for those items specified as Government furnished property and services, in accordance / compliance with current code(s), directives, regulations, industry guidelines / standards, manufacturer recommendations, and this SOW and subsequent contract at/for the VAGLAHCS. Services are to be proactive PMI with the result of having the HVAC-R systems throughout the buildings on the North Campus fully functional and working in optimal operating condition 24/7/365 [366 leap year]. Contractor shall accomplish all tasks related to maintaining the systems optimal functionality. 8.1 SPECIAL STANDARDS OF RESPONSIBILITY / QUALIFICATIONS: Contractor is responsible for ensuring all employees performing maintenance and repair services must be fully qualified, competent Field Service Engineers (FSE) who have been trained to perform work on the specific equipment in accordance with the Original Equipment Manufacturers (OEM) PMI / repair procedures. Fully Qualified is defined as factory-trained or equivalent and experienced to work on the assigned equipment. Site Engineers (SE) will be fully versed in the operation and maintenance of all common industrial HVAC-R equipment. All SE s will function at the journeyman level, graduates of an accredited trade school and / or a certified apprenticeship program or have demonstrable experience equal to this formal training. LICENSING REQUIREMENTS: 8.2.1 Offeror shall be Licensed by the State of California in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code, as amended. Submit with offer. 8.2.2 Offeror must be certified and possess a current C-20 Warm-Air Heating Ventilation and Air Conditioning; C-36 Plumbing; and C-38 Refrigeration license issued by the Contractors State License Board (CSLB) or other nationally recognized accrediting entity. Submit with offer. 8.2.3 Offeror site supervisor must possess 30-hour Occupational Safety and Health Administration (OSHA) and workers must possess 10-hour OSHA safety card credentials. INFORMATIONAL REQUIREMENTS: Contractor shall notify and coordinate ALL work activities / site access with the VA POC / COR ALAN SILVER (310) 268-3424. QUALITY CONTROL: Contractor shall develop and maintain an effective Quality Control (QC) program to ensure services are performed in accordance with this SOW. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services, and include a plan when staff is out due to illness / vacation / other. Contractor shall deliver a written Quality Control Plan (QCP) within 30 days of contract award. After acceptance of the QCP, the Contractor shall receive the contracting officer s acceptance in writing of any proposed change to the QC system. QUALITY ASSURANCE: Government shall evaluate the contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Contractor shall meet with the COR monthly to evaluate the performance and discuss any issues that need to be resolved. NATIONAL FEDERAL HOLIDAYS AND OVERTIME: Contractor is not required to perform routine PMI on holidays stated below. However, Contractor is required to respond to emergency calls. 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. When one of the holidays fall on a Sunday, the following Monday will be observed as a National Federal Holiday. When one of the holidays fall on a Saturday, the preceding Friday will be observed as a National Federal Holiday. National Federal Holiday schedule: New Year s Day January 1 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 4 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 WORKING / HOURS OF OPERATION: Contractor is responsible for conducting business between the hours of 6:00AM to 4:00PM Monday through Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm-fixed-price (FFP) contracts, the Contractor will not be reimbursed when the Government facility is closed for the stated reasons. Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for stated reasons. When hiring personnel, Contractor shall keep in mind that the stability and continuity of the workforce are essential. SECURITY REQUIREMENTS: Contractor personnel performing work under this contract must have a basic security clearance (NAC) at time of quote submission and must maintain the level of security required for the life of the contract. PHYSICAL SECURITY: Contractor shall be responsible for safeguarding all Government equipment, information, and property provided for Contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. KEY CONTROL: Contractor shall establish and implement methods of making sure all keys / key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. Contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked or secured areas. Contractor shall immediately report any occurrences of lost or duplicate keys / key cards to the Contracting Officer. IN THE EVENT: Keys, other than master keys, are lost or duplicated, Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying at Contractor expense. When replacement of locks or re-keying is performed by the Government, the total cost of re-keying or replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. CONTRACTOR: Shall prohibit the use of Government issued keys / key cards by any persons other than the Contractor s employees. Contractor shall prohibit the opening of locked areas by Contractor s employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas or personnel authorized entrance by the Contracting Officer. LOCK COMBINATIONS: Contractor shall establish and implement methods of ensuring all lock combinations are not revealed to unauthorized persons. Contractor shall ensure lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor s QCP. POST AWARD CONFERENCE / PERIODIC PROGRESS MEETINGS: Contractor agrees to attend any post-award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. Contracting Officer, Contracting Officer Representative (COR), and other Government personnel as appropriate may meet periodically with the Contractor to review the Contractor s performance. At these meetings, the contracting officer will apprise the Contractor of how the Government views the Contractor s performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. PERFORMANCE MONITORING, INSPECTION AND ACCEPTANCE: Routine inspections to include acceptance / certification work will be completed in accordance with the SOW by VA POC / COR ALAN SILVER and Engineering / Facilities Personnel. The VA POC / COR can perform inspection of work with or without Contractor presence and determine whether or not work performed is within standards expressed in this SOW. It is the VA s prerogative to hire an independent qualified third party to check the validity of the work performed or conducted. METHODS OF SURVEILLANCE: Various methods exist to monitor performance, to include but not limited to: METHOD OF SURVEILLANCE Direct Observation Can be performed periodically or through 100% surveillance. Periodic Evaluation Evaluates outcomes on a periodic basis. Inspections may be scheduled (daily, weekly, monthly, quarterly, or annually) or unscheduled, as required. User Survey Combines elements of validated user complaints and random sampling. Random survey is conducted to solicit user satisfaction. May also generate inspections and sampling. Validated User/Customer Complaints Relies on the patient to identify deficiencies. Complaints are then investigated and validated. 100% Inspection Evaluates all outcomes. Analysis of Contractor s Progress Reports Evaluate price, schedule, etc. DOCUMENTING PERFORMANCE: 9.9.1 FREQUENCY OF MEASUREMENT 9.9.1.1 Frequency of Measurement During contract performance, the COR will periodically analyze whether the frequency of surveillance is appropriate for the work being performed. 9.9.1.2 Frequency of Performance Assessment Meetings The COR shall meet with the Contractor at least annually to assess performance and shall provide a written assessment. CHANGES: 10.1 FAR 52.212-4(c) CHANGES may include the following: SOW: Services determined by the Contracting Officer to be within the general scope of the contract or PRODUCT ADD-ON: The Government (VA) may have a need for additional HVAC-R and related equipment, components, or systems over the life of the contract that are not currently on the Price Schedule. Any of these changes shall be made in accordance with FAR 52.212-4(c) Changes and shall not necessitate a new solicitation proceeding. 10.2 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. 10.3 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 terms or price to cover any increase in costs incurred as a result thereof. SECURITY REQUIREMENTS: N/A. Contractor WILL NOT have access to patient records, data, or VA computer systems. GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI): YES see attached. RISK CONTROL: Submission of VA Infection Control Risk Assessment (ICRA) permit(s) NOT REQUIRED. Medical / Support services at the designated locations will remain operational during the execution of this work. Contractor shall take all precautions to minimize disruption to daily routine tasks performed in those services. Patient care shall remain a top concern for the Contractor and their employees while performing contracted work. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: 14.1 Contractor personnel shall ALWAYS wear visible identification issued by VA Police during the entire time they are on the VA Healthcare System campus / grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 14.2 Parking information is available from the VA Police & Security Service Office. It is the responsibility of Contractor personnel to park only in appropriately designated parking areas. The VA shall not validate, invalidate, or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 14.3 SMOKING IS STRICTLY PROHIBITED on the grounds of any VHA facility and throughout the VA Healthcare System campuses. 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. 14.4 Possession of weapons is prohibited while on ANY VA Healthcare System campus / grounds. Enclosed containers, including tool kits, shall be subject to search and/or seizure. 14.5 Violations of VA regulations may result in citation answerable in the United States Federal District Court, not at/in the local district, municipal, county or state court. POINT OF CONTACT (POC) / COR: VA GREATER LOS ANGELES HEALTHCARE SYSTEM POC / COR: Name: ALAN SILVER Department: Engineering (138) Address: 11301 Wilshire Blvd, Los Angeles CA 90073 Phone: (310) 268-3424 Email: alan.silver@va.gov CONTRACTING OFFICER REPRESENTATIVE (COR): The COR will be identified by separate appointment letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially regarding changes in cost or price, scope, estimates, or changes in delivery dates. The COR is NOT authorized to change any of the terms and conditions of the resulting contract. KEY PERSONNEL: The following personnel are considered key personnel by the Government: Contractor Manager, Field Service Engineer Lead Technician, Field Service Engineers. Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:00AM to 4:30PM, Monday through Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: Contract Manager: A thorough understanding of The Joint Commission and Environment of Care requirements in addition to a thorough knowledge of HVAC-R PMI and repairs. Lead Service Engineer: Able to ensure all scheduled PMI is performed and documented on time, and reports are provided to the COR on time. IDENTIFICATION OF CONTRACTOR EMPLOYEES: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to independent or third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Contractor personnel must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Contractor employees will always wear Government furnished ID badges while on the campus. Contractor employees will wear company issued / provided uniforms with company name/logo on the shirt. ORGANIZATIONAL CONFLICT OF INTEREST: Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interest (OCI) as defined in FAR Subpart 9.5. Contractor shall notify the contracting officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the contracting officer to avoid or mitigate any such OCI. The Contractor s mitigation plan will be determined to be acceptable solely at the discretion of the contracting officer and in the event the contracting officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the contracting officer may enforce other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. INFORMATION SECURITY: In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements DO NOT apply to this requirement, and a Security Accreditation Package IS NOT required. The nature of this requirement is technical; however, there is no information to be protected. INVOICE AND PAYMENT: Vendor will be paid monthly in arrears upon submission of a proper invoice for work completed and accepted. Final payment will be withheld until all noted discrepancies are corrected and as-built drawings are approved by the Government (VA). VA-FSC processes / pays all associated transactions for / on VA orders. To successfully submit an invoice to VA-FSC please review How to Create an Invoice within the how to guides. All invoices submitted to the VA-FSC should mirror your current submission of invoice, with the below items required. The VA-FSC requires specific information in compliance with the Prompt Pay Act and Business Requirements. 22.1.1 Your firm s Taxpayer ID Number (TIN) 22.1.2 Your firm s Remit Address information 22.1.3 The VA Purchase Order (PO) number 22.1.4 Your firm s contact information: (Personal Name, Email, and Phone) 22.1.5 Your VA point of contact information: (Personal Name, Email, and Phone) 22.1.6 The Period of Performance dates (Beginning and Ending) 22.1.7 All discount information if applicable (Percent and Date Terms) For additional information, please contact: Department of Veteran Affairs Financial Service Center Phone: 1-877-353-9791 Email: vafsccshd@va.gov - - - END STATEMENT OF WORK - - - PART B GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES B. GOVERNMENT FURNISHED ITEMS AND SERVICES: B.1 Services: VAGLAHCS Engineering Standard Operating Procedures. B.2 Facilities: Government (VA) will provide office space or land use for a mobile office, parts cage / area for storage of necessary parts and supplies, electric and air conditioning, and keys or key cards for access. Parking in the employee parking lot. B.3 Utilities: All utilities in the facility will be available for Contractor s use in performance of tasks outlined in this SOW. Contractor shall instruct employees in utilities conservation practices. Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off water faucets and/or valves after using the required amount to accomplish cleaning of vehicle(s) and equipment. B.4 Materials: Government (VA) will provide Standard Operating Procedures and Policies. PART C CONTRACTOR FURNISHED ITEMS AND SERVICES C. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: C.1 General: Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section B of this SOW. C.2 Materials: Contractor shall provide all materials required to meet the requirements of this SOW to include all electro-mechanical HVAC parts. This includes all parts related to the Building Automation System (BAS) located in buildings 158 and 206, except for the Siemens Apogee System, which is covered under another contract, including but not limited to sensor, actuators, circuit boards, etc. Collaboration between Contractors is required to resolve any BAS issues. All materials required for the maintenance, upkeep and proper operation of all related equipment, including but not limited to, motors, starters, drives, controllers, switches, solenoids, controls and pilot devices. All air filters required for this service according to the filter service maintenance schedule. C.3 Equipment: Contractor shall provide all equipment needed to perform required maintenance and parts replacements, repairs. PART D SPECIFIC TASKS D. SPECIFIC TASKS: D.1 Basic Services. Contractor shall provide services for PMI of the HVAC-R systems in the buildings listed in Attachment: Building Equipment. PREVENTATIVE MAINTENANCE INSPECTIONS (PMIs): Preventative Maintenance shall be performed in accordance with the terms and conditions contained herein and the manufacturer s recommended maintenance procedures. It is the sole responsibility of the servicing Contractor to schedule and perform all PMIs at the intervals specified, and at a time mutually agreeable with the Contracting Officer Representative (COR). The VA Greater Los Angeles Healthcare System does not assume any responsibility for reminding the servicing Contractor that a PMI is due. A copy of the PMI record shall be provided at the completion of each inspection. All PMI and testing shall be a part of a Master Schedule. A copy of the Master Schedule shall be provided to the COR within the first thirty (30) calendar days of the awarded contract. Contractor shall confirm these testdates to the COR seven (7) calendar days prior to the test. Tests that are disruptive to normal utilization of the building system such as electrical, heating, cooling, etc., shall be performed on weekends or during off-hours on workdays at no additional cost to the government. The COR may exercise the option of witnessing these tests. All PMIs, tests, cleaning, routine repairing, and other preventive maintenance activities shall be performed in accordance with schedules required by the manufacturer s recommendations, operating history, and facility requirements. Contractor shall perform system testing periodically. Contractor shall inspect and test all systems to ensure the proper efficiency, reliability, and the safe performance of all equipment. Work shall be in accordance with applicable codes, equipment manufacturer s recommendations, and the requirements specified herein. Equipment may be deleted / updated and/or changed through obsolescence, renovations, failure, and/or replacement. All new replaced equipment shall be included as part of this contract with the same terms and conditions as the original contract through subsequent contract modification. Reference SOW section 10 Changes, paragraph 10.1. Contractor will at a minimum, or more often if needed, perform monthly check(s) to ensure the automation controls are in calibration, working optimally, and properly reflect any changes in the configuration of the building, system and varying climatic conditions. Software, firmware and applications will be updated as changes become available. Documentation will be provided for all updates. Contractor shall perform on site PMIs during the contract period. Preventive maintenance shall be inclusive of all O.E.M. recommended tasking checklist for all HVAC-R and automation related equipment. Tasking to include but is not limited to: cleaning condenser and evaporative / cooling coils as part of each filter service, belt service, lubrication, electrical inspection, system chec...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0716d93eaf484ed6aa85cfa23fed054c/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS VA GREATER LOS ANGELES HEALTHCARE SYSTEM 11301 Wilshire Blvd, Los Angeles 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN05691627-F 20200617/200615230218 (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 |
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.