SOURCES SOUGHT
X -- STORAGE SPACE RENTAL FOR MISSOULA ACTIVATION AND DELIVERY OF STORED ITEMS
- Notice Date
- 6/17/2021 6:12:42 AM
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25921Q0504
- Response Due
- 6/22/2021 1:00:00 PM
- Archive Date
- 08/21/2021
- Point of Contact
- Frankie Emler, Contract Specialist, Phone: 918-577-3923
- E-Mail Address
-
Frances.Emler@va.gov
(Frances.Emler@va.gov)
- Awardee
- null
- Description
- Request for Information (Sources Sought) 36C25921Q0504 Page 4 of 4 Storage Space Rental and Delivery Montana VA Health Care System Fort Harrison, MT 59636 BRIEF SCOPE OF WORK (This is for information only) The Montana VA Health Care System requires a contractor to provide storage and delivery of equipment, in accordance with the terms and conditions stated within this abbreviated Performance Work Statement (PWS). This is a Request for Information (RFI) Only for Market Research purposes, no Award will be made from this RFI. *** NOTE CONTRACTOR S FACILITY MUST BE LOCATED WITHIN 30 MILES TO MONTANA VA HEALTH CARE SYSTEM 3687 Veterans Drive, Ft. Harrison, MT 59636. *** TASKS and REQUIREMENTS: The Contractor must furnish all supervision, labor, materials, forklift, and any other equipment necessary to accomplish the moving and storing items being stored. The Contractor must provide 53ft. tractor trailer to place on MTVAHCS property. The Contractor must provide moving services (straight truck) when equipment must be moved immediately. In the event of immediate removal of equipment, the Contractor must move equipment 1 business day, after notice has been given from Contracting Officer Representative (COR). The Contractor must provide 10,000 square foot facility for storage. The Contractor is required to furnish 24-hour security camera monitoring, with fencing around perimeter of storage facility. The Contractor must provide indoor climate-controlled (maximum temperature: 90 degrees, minimum temperature: 40 degrees) secure storage of VA equipment. The Contractor must keep all equipment delivered in indoor storage buildings. The Contractor must provide sprinkler and fire protection. All items received will remain in original package that it was shipped in. The COR shall contact the Contractor two (2) hours prior to a site visit inspection/removal of VA property. The Contractor is required to retain a sign out sheet for any VA property removed from the facility (COR must be present before anyone may remove property out of storage). The Contractor must ensure all items being stored are organized with a copy of the purchase order attached to the outside of the items. The Contractor must deliver all equipment stored to new Missoula Clinic when COR has requested. The Contractor must provide delivery, placement, unpacking, and debris removal of all equipment stored to new Missoula Clinic. The Contractor must provide insurance of $3 million, to cover the estimated value of equipment that will be stored. The Contractor must deliver equipment from old Missoula clinic to new Missoula Clinic. The Contractor must deliver equipment from old Missoula to MTVAHCS. DELIVERY LOCATION: New Missoula VA Clinic 8550 W. Broadway Missoula, MT 59808 Old Missoula VA Clinic 2687 Palmer St. Suite C Missoula, MT 59808 Montana VA Health Care System 3687 Veterans Dr. Ft. Harrison, MT 59636 INVENTORY MANAGEMENT: Contracting Officer Representative (COR) will assist with inventory management as items come in and go out. Contractor shall notify the COR immediately of any items that are damaged upon delivery. At no time will any equipment or supplies leave the facility without authorization from the COR. When MTVAHCS is ready for items to be delivered, the Contractor and COR will address which items are to be delivered at specified time/date/location. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled work will be performed only during VAMC s normal working hours (8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays). Vendor shall provide at least two weeks notice to the Contracting Officer s Representative (COR) prior to performing the work. Only two ice makers at a time can be out of service for the inspection, service and cleaning procedures. Work must be conducted when the COR or his/her designate is available on site to monitor the work. Check in/out procedures: Prior to commencement of and immediately after each service visit, the contractor and/or contractor s authorized repair technician must check in and out with the VAMC COR. FEDERAL HOLIDAYS: Federal holidays are any calendar days designated by statute or executive order as federal holidays. Federal holidays consist of New Year s Day, Martin Luther King Jr. s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas. DOCUMENTATION: Contractor shall provide this VA HCS with individual service reports, which describes the inspection services performed on each piece of equipment. Provide complete written report of the inspection fully describing all services performed and certification that unit has been cleaned and sanitized. The report shall contain copies of preventive maintenance procedures used along with any logs taken. Furnish report within two weeks of each facility inspection by email to the COR. All safety-related deficiencies shall be immediately reported to the COR, during the inspection visit. PROTECTION FROM DAMAGE: Contractor shall provide all labor, materials, and equipment necessary for protection of VA HCS personnel, furnishings, equipment and buildings from damage, and shall replace or repair any damage due to work performed under this contract equal to its original construction and finish. RESPONSE REQUESTS: Contractor shall only respond to requests for service from VA HCS CO or COR. If service is requested from any other source the Contractor is to advise the caller of this requirement and refuse to respond. Any billing resulting from unauthorized service will not be paid by the government. CHECK IN/OUT PROCEDURES: Prior to commencement of, and immediately after each service visit, the Contractor or his authorized repair technician must check in and out with the VA HCS COR (during normal working hours). Contractor will be required to obtain contractor badges provided by the VA HCS. LIABILITY INSURANCE: Contractor must provide this VA HCS with written confirmation that Contractor has adequate insurance protection against negligent work and other forms of liability. The nature and level of protection must be acceptable to this VA HCS. INFORMATION SECURITY: The C&A requirements do not apply, and a Security Accreditation Package is not required. IMPORTANTR NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. Please communicate via e-mail to Frances.Emler@va.gov by 15:00 on 06/22/2021 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Please state your company s business size Please provide DUNS number If you have a FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/156815394d9b41dc80cd2b669daf5ae7/view)
- Place of Performance
- Address: Department of Veterans Affairs Montana VA Health Care System 3687 Veterans Drive, Fort Harrison, MT 59636, USA
- Zip Code: 59636
- Country: USA
- Zip Code: 59636
- Record
- SN06036195-F 20210619/210618201539 (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 |