Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2022 SAM #7443
SOURCES SOUGHT

41 -- 503-22-2-5062-0020 | Replacement Liebert Unit

Notice Date
4/15/2022 10:30:25 AM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0643
 
Response Due
4/22/2022 10:00:00 AM
 
Archive Date
05/07/2022
 
Point of Contact
Andrea Aultman-Smith, Contracting Officer, Phone: 610-316-9903
 
E-Mail Address
andrea.aultman-smith@va.gov
(andrea.aultman-smith@va.gov)
 
Awardee
null
 
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of meeting requirement and salient characteristics below to establish a VISN Contract for medical gas cylinders utilized at VA Medical Centers located in VISN 4. Replacement Liebert Unit SCOPE OF CONTRACT Background: The James E. Van Zandt has a requirement for the purchase and installation a data center cooling system to replace the system currently in place that has reached the end of it s supportable life. The current system that needs to be replaced is Liebert Deluxe System/3 Model DH125A-CAEI1341. All work will be performed within Building 15 located at the medical center; 2907 Pleasant Valley Blvd, Altoona, Pennsylvania. Statement of Need: The Contractor will be responsible for providing all replacement equipment, materials/parts, tools, labor and supervision to remove the existing system and install the new replacement system as described with this Statement of Need (SON). The following equipment and all associated installation will be provided by the successful Contractor. The contractor shall deliver the following equipment and materials: Supply and install the following: Liebert Data Center Cooling System, model DS035ADC1E1874A or equal data center cooling system. To be considered equal the system must be a downward flow system, 3 phase, 208 volts, and 75.7 amperage. The information on the system being replaced is included within Section D of the solicitation as Exhibit A, Liebert Model DH125A-CAEI1341 Information Plate Picture. New air-cooled condenser model MCS056E8YDP754 (or equal/like item) We need the minimum specifications the condenser needs to have to be considered equal to the model specified. Is this also a Liebert brand condenser? New copper refrigerant piping installed from indoor unit to the condenser unit R-407C refrigerant The Contractor shall perform the following work in addition to the installation of the new equipment: Remove and dispose the existing Liebert split system and refrigerant lines. Installation must be completed by a contractor who has the 40 CFR part 82 sub part F Universal Technicians Certification (Universal Refrigerant Certification). Contractor will connect new system to the existing electrical circuits and condensate drains. Contractor will test all new equipment for proper function. Contractor will complete a pressure test of the system after it has been charged with refrigerant. The Contractor s employees and subcontractors must be escorted during their entire time working in Building 15. All work must be completed during the medical center s normal business hours, Monday through Friday 6:00am 3:30 pm excluding any holidays. If after hours work is needed, the need should be discussed with the Program Point of Contact and Contracting Officer before any after hours work commences for approval. A final visual inspection will be performed by the Subject Matter Expert/Program Point of Contact prior to startup of the system. The Contractor is responsible for the removal of all removed parts and materials from VA property. The removed equipment and materials must be disposed of in accordance with the associated regulation when required. TRAINING: Due to the sensitivity of the area where the work will be completed the Contractor and their Subcontract s staffs working onsite at the medical must complete the following training and acknowledgement prior to the commencement of work. a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training before being granted access to VA information and its systems. (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior before being granted access to VA information and its systems. b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required for this SOW. Records Management Contract Language The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Checking in at Altoona VA Prior to Work All Contractors, will coordinate with Program Point of Contact for instructions so they are in compliance with Altoona VAMC policies: Contractors are required to report to the VA Police Office immediately after entering the facility. Contractors will be issued a PIV/ID badge in accordance with the facility PIV Policy. Contactors will contact their assigned VA Program Point of Contract for coordination. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 333415, Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 500 employees  Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;    Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?  (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.  (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your DUNS number.  *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via email to Contracting Officer at andrea.aultman-smith@va.gov no later than 1:00 PM Eastern Standard Time on April 22, 2022. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.  All questions will be addressed by the Contractor Officer, Andrea Aultman-Smith.   All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Contracting Officer Andrea Aultman-Smith, Contract Officer at andrea.aultman-smith@va.gov  DISCLAIMER   This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bee8070534654d85a214a21986691746/view)
 
Place of Performance
Address: James E. Van Zandt Altoona VA Medical Center 2907 Pleasant Valley Boulevard, Altoona 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN06299929-F 20220417/220415230109 (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.