Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2020 SAM #6866
SOURCES SOUGHT

J -- Backflow Prevention Testing

Notice Date
9/14/2020 3:18:13 PM
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0881
 
Response Due
9/16/2020 9:00:00 AM
 
Archive Date
11/15/2020
 
Point of Contact
Naqikah Greenfield, Contract Specialist, Phone: 224-610-3283
 
E-Mail Address
naqikah.greenfield@va.gov
(naqikah.greenfield@va.gov)
 
Awardee
null
 
Description
Page 11 of 11 SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to provide Backflow Prevention Testing at the Edward Hines, Jr. VA Hospital in Hines, Illinois. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 221310 Water Supply and Irrigation Systems with a Size Standard of $27.5 million in revenue. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Requirements: The contractor shall furnish all labor, tools, materials, and transportation to necessary to perform complete preventive maintenance, testing, certification, maintenance, repairs and emergency/unscheduled maintenance services on one hundred twenty-five (125) Backflow Preventers in accordance with the attached draft Statement of Work (SOW). The period of performance shall be for one (1) Base Year of approximately 12 months and four (4) 12-month option years. Capabilities Statement: Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feel is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Tailored capability statements addressing the particulars of this effort and documentation supporting claims of the company and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. - Include a statement indicating whether you intend to submit a quote/proposal in response to a future solicitation for these services. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 11:00 AM local time on Wednesday, September 16, 2020. All responses under this Sources Sought Notice must be emailed to Naqikah Greenfield, Contracting Officer at naqikah.greenfield@va.gov. DRAFT STATEMENT OF WORK BACKFLOW PREVENTION TESTING 1. Background In order to fully execute VHA Directive 2006-007 (Ensuring the Security and Availability of Potable Water at VHA Facilities), dated 6 February 2006, a contract is being established to Test and Certify all known Backflow preventers and conduct a comprehensive cross connection survey to identify potential connections between potable, and non-potable water. 2. Scope of Work: The contractor shall provide all labor, tools, materials, transportation and necessary equipment to provide preventive maintenance, annual testing, certification, repairs, and unscheduled/emergency maintenance on one hundred twenty-five (125) Backflow Preventers at Edward Hines Jr. VA Hospital located Hines, Illinois. The contractor shall also conduct a comprehensive cross connection survey annually to identify potential connections between potable and non-potable water. 3. Specific Tasks/Deliverables: Preventive Maintenance, Annual Testing, Certification, Repairs, Unscheduled/Emergency Maintenance. The Contractor shall perform preventive maintenance, annual testing, certification, repairs and unscheduled/emergency maintenance on one hundred twenty-five (125) backflow preventers/equipment to meet operational requirements. The Contractor shall include provision of all remedial parts, materials, supplies and or components necessary to perform preventive maintenance, testing, certification, repairs and unscheduled/emergency maintenance in accordance with manufacturer's specifications and industry standards. Replacement of major component parts, while covered under this contract, shall not be included in the price of the annual service. See Attachment A for a list of Backflow Preventers. Preventive Maintenance, Testing and Certification: The Contractor shall notify the COR in writing that the system meets all requirements as specified, after testing/repairing the system. Submission of this notification by Contractor shall be completed prior to invoicing for service. A legible signed service report shall be provided directly to the COR following completion of service visits, and shall include equipment identification (i.e. Model Number and Size), date and time of service, list of parts required for any Backflow Preventer that requires replacement parts, results of inspection and/or any calibration required, and a description of work accomplished. Repairs and Unscheduled/Emergency Maintenance: All work performed under this Paragraph is governed by the regulations for Indefinite-Delivery Indefinite-Quantity Contracts, FAR 16.504 & 16.505. No work shall commence under this Paragraph until a Task Order covering such work has been issued. The Contractor shall perform repairs and unscheduled/emergency maintenance as necessary to maintain the equipment in operational status, which may consist of, but not limited to calibration, cleaning, oiling, adjusting and replacing parts. If repairs and unscheduled/emergency maintenance are required, the contractor shall submit a detailed quote to both the Contracting Officer and the COR. The quote shall include the appropriate labor hour rate as defined in the Price/Cost Schedule (Optional CLIN 0003, 1003, 2003, 3003, 4003), an itemized list and cost of excluded parts, and the estimated number of labor hours required to complete the service. The quote must be approved by both the Contracting Officer and the COR prior to commencement of work. Preventive maintenance is included in this contract and shall include a one (1) year warranty, therefore unscheduled/emergency maintenance may not be necessary. However, if unscheduled/emergency maintenance is required due to failure, a separate task order will be issued upon Contracting Officer s review and approval. 4. Reporting Requirements: The Contractor shall supply the COR with a written report identifying all backflow devices that pass, any backflow devices that are deficient, and corrective action that need to be taken. The Comprehensive Survey shall document any unprotected cross connections. All items found deficient shall be demonstrated to the COR for verification. By furnishing, labor and materials to perform such service in accordance with all state and federal Environmental Protection Agency (EPA) guidelines. There shall be no charge separate from line item charges. 5. Conformance Standards: The Contractor shall perform all work in accordance with the Department of Veterans Affairs (VA) safety standards, manufacturer's/industry standards and specifications, the latest published edition of National Fire Protection Association (NFPA)-99, Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC), ISO 14001, Underwriters Laboratory {UL), and other applicable local, State, National, Industry Standards. The Contractor performing work on this contract shall be recognized by the State of Illinois as a Licensed Cross Connection Control Device Inspector. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996 (HIPPAA) The Contractor shall adhere to the provisions of Public Law 104-191, Health Insurance Portability Accountability Act (HIPPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI) as required by HIPPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and the use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). In accordance with HIPPAA, the Contractor may be required to enter into a Business Associate Agreement (BAA) with VA. 6. Procedures for Providing Service: The Contractor shall notify the COR via telephone upon arrival to the work site. Special Instructions: The COR will contact the representative of the contractor's company and request qualified contractor personnel to perform service as necessary. 7. Hours of Operation: Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm local time, excluding holidays. Sixty-five percent (65%) of the required work will be performed during normal hours of coverage unless requested or approved by the COR. The other thirty-five percent (35%) will require service outside of normal hours of coverage to accommodate patient care. Federal holidays observed by the Edward J. Hines Jr. VA Hospital are: New Year's Day Presidents Day Independence Day Labor Day Veterans Day Christmas Day Martin Luther King Day Memorial Day Columbus Day Thanksgiving Day And any other day specifically designated as a national holiday by the President of the United States. 8. Place of Performance: Edward J. Hines Jr. Veterans Affairs Hospital 5000 S. 5th Street Hines, IL 60141-1457 9. Period of Performance: Base Year: Date of Award - July 31, 2021 Option Year 1: August 1, 2021 - July 31, 2022 Option Year 2: August 1, 2022 - July 31, 2023 Option Year 3: August 1, 2023 - July 31, 2024 Option Year 4: August 1, 2024 - July 31, 2025
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7cb42ddfa2340f5b949c00b7762168b/view)
 
Place of Performance
Address: Edward Hines Jr. VA Hospital 5000 S. 5th Ave., Hines,, IL 60141, USA
Zip Code: 60141
Country: USA
 
Record
SN05797049-F 20200916/200914230150 (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.