SOURCES SOUGHT
H -- Services...402-23-141SC Airflow Testing 402-23-3-4808-0075 (VA-23-00064832)
- Notice Date
- 6/1/2023 7:43:30 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0745
- Response Due
- 6/13/2023 2:00:00 PM
- Archive Date
- 07/13/2023
- Point of Contact
- Kenya Mitchell, Contract Specialist, Phone: 781-687-2000
- E-Mail Address
-
kenya.mitchell1@va.gov
(kenya.mitchell1@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, (Plumbing, Heating, and Air Conditioning Contractors) with a size standard $19.0M. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Airflow Testing OR, IR, SPS, B200E and Endoscopy B200 at the Togus VAMC per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00PM EST, 13 June 2023. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at kenya.mitchell1@va.gov with RFQ #36C24123Q0745 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 STATEMENT OF WORK Airflow Testing OR, IR, SPS, B200E and Endoscopy B200 Service provider shall provide a complete airflow testing of the rooms listed by building and room number. Testing will need to be completed during the days and times outlined on the schedule per space. All test schedules will need to be presented and coordinate through VAME Engineering Department with a four week notice of start date. Annual and semi-annual airflow testing to be completed to maintain compliance with: VHA Directive 116(2) Sterile Processing Services (SPS)2016 ANSI/ASHRAE/ASHE Standard 170-2017 Ventilation of Health Care Facilities HVAC Design Manual Rev November 1, 2022 Service Providers Responsibility: Provided complete airflow testing and hard copy report to include air changes per hour for each room and pressure relationship to surrounding spaces for the following spaces (see attachment 1 for floor plans showing the locations of each space): Semi Annual Testing Hours of Work Service SECONDARY Bldg Rm # Typ Hrs Days of Wk IR Treatment Room 200 E358 1700-0500 (M-F) Any time (S&S) OR/PACU OR1 200 E364 OR/PACU OR2 200 E368 OR/PACU OR3 200 E372 OR/PACU OR4 200 E378 OR/PACU OR 5 200 E380 Annual Testing Hours of Work Service SECONDARY Bldg Rm # Typ Hrs Days of Wk Logistics 1 S ORTHO 200 109 0700-1530 M-F Logistics 2 N SCI 200 211 0700-1530 M-F Logistics 2 SGU 200 236 0700-1530 M-F SPS RMD 200 245 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 309 0700-1530 M-F Logistics 3 NORTH 200 314 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 336 0700-1530 M-F Logistics 3 WEST 200 366 0700-1530 M-F Logistics 4 SOUTH 200 427 0700-1530 M-F Logistics 5 N DENTAL 200 501 0700-1530 M-F Endo Nurse Station 200 535 1700-0500 (M-F) Any time (S&S) Endo Corridor 200 536 Endo Bathroom 200 537 Endo Bathroom 200 538 Endo Office 200 539 Endo Mech Rm 200 540 Endo Office 200 541 Logistics 5 S ENDO 200 542 Endo Corridor 200 543 Endo Procedure Rm 200 544 Endo Procedure Rm 200 545 Endo Procedure Rm 200 546 Endo Lab 200 547 Endo Dressing Rm 200 548 Endo Storage 200 549 Endo Decon Locker RM 200 550 Endo Treatment RM 200 551 Endo Pyxis Rm 200 535A Endo Recovery 200 536A - F Endo Closet 200 543A Endo Dressing Rm 200 544A Endo Dressing Rm 200 545A Endo Dressing Rm 200 546A SPS RMD 200 515 0700-1530 M-F Logistics 6 NORTH 200 608 0700-1530 M-F SPS RMD 200 630 0700-1530 M-F Logistics 1 N X-RAY 200 142C 0700-1530 M-F Logistics ENT 200 251A 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 309A 0700-1530 M-F Logistics ED/DERM 200 30A 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 336A 0700-1530 M-F Logistics 4 NORTH 200 402A 0700-1530 M-F Logistics LAB 200 C201B 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 C31 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 C45 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 C45A 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 C47 0700-1530 M-F Logistics NUC MED 200 E121 0700-1530 M-F SPS RMD 200 E125C 0700-1531 M-F Logistics 1 E PODIATRY 200 E125D 0700-1530 M-F SPS SPD Clean Area 200 E132 0700-1530 M-F SPS HAC 200 E132A 0700-1530 M-F SPS Office 200 E136 0700-1530 M-F SPS Equip Storage & Disp 200 E138 0700-1530 M-F SPS Male Locker 200 E138A 0700-1530 M-F SPS Toilet 200 E140 0700-1530 M-F SPS Shower 200 E140A 0700-1530 M-F SPS Washer Disinfector/SPD Dirty 200 E142 0700-1530 M-F SPS HAC 200 E142A 0700-1530 M-F SPS Decon Locker RM 200 E142B 0700-1530 M-F SPS Toilet 200 E142B1 0700-1530 M-F SPS Airlock 200 E142D 0700-1530 M-F SPS SPD 200 E144 0700-1530 M-F SPS Corridor 200 E152 0700-1530 M-F Logistics EYE 200 E211 0700-1530 M-F SPS RMD 200 E223 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 E312 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 E313 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 E316 0700-1530 M-F AIIR Airborne Infection Isolation Rm 200 E317 0700-1530 M-F SPS RMD 200 E318 0700-1530 M-F Logistics SCU 200 E330 0700-1530 M-F SPS RMD 200 E34 0700-1530 M-F IR Unlabeled 200 E347 1700-0500 (M-F) Any time (S&S) IR Surg Admin 200 E349 OR/PACU PACU 200 E360 OR/PACU Clean Utility 200 E360A OR/PACU Unlabeled 200 E360A1 OR/PACU Nurse Station 200 E360B OR/PACU Supply Room 200 E360C OR/PACU Toilet 200 E360D OR/PACU Soiled Utility 200 E360E OR/PACU PreOp Area 200 E362 OR/PACU Locker 200 E362A OR/PACU Toilet 200 E362A1 OR/PACU Office 200 E362B OR/PACU Storage 200 E367 OR/PACU Storage 200 E369 OR/PACU HAC 200 E370 OR/PACU Storage 200 E372A OR/PACU Soiled Utility 200 E373 OR/PACU HAC 200 E374 OR/PACU Storage 200 E375 OR/PACU M. Locker/Toilet 200 E382 OR/PACU F. Locker/Toilet 200 E384 OR/PACU HAC 200 E386 OR/PACU Clean Core 200 E390 OR/PACU Lounge Dictating RM 200 E390A OR/PACU Sterilizer Area 200 E390B OR/PACU Corridor 200 E391 Logistics WOMEN'S CLINIC 205 139 0700-1530 M-F Logistics PRIMARY CARE 205 250 0700-1530 M-F Logistics MENTAL HEALTH OUT PT 206 144 0700-1530 M-F Logistics UNIT 63 MENTAL HEALTH 206 318 0700-1530 M-F Logistics 71 HOSPICE 207 108 0700-1530 M-F Logistics 72 VET VILLIAGE 207 255 0700-1530 M-F Logistics 73 PATRIOT PLACE 207 349 0700-1530 M-F Logistics HOME BASE PRIMARY CARE 207 132B 0700-1530 M-F Logistics GERIATRICS 207 143B 0700-1530 M-F Logistics PAIN CLINIC 208 106A 0700-1530 M-F Logistics NEUROLOGY 255 114 0700-1530 M-F The service provider shall be either a certified member of AABC, NEBB, or TABB to perform TAB service for HVAC. The service provider shall be a certified firm and have certified professionals on staff. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the agency loses subject certification during this period, the CO and COR shall be immediately notified, and a corrective action plan submitted for approval. Any agency that has been the subject of disciplinary action by either the AABC, TABB or NEBB within the five years preceding Contract Award shall not be eligible to perform any work related to this contract. Service provider: The service provider shall be either a member of AABC or TABB or an experienced technician of the Agency certified by NEBB. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the Specialist loses subject certification during this period, immediately notify the CO and COR and submit another Specialist for approval. Any individual that has been the subject of disciplinary action by either the AABC or the NEBB within the five years preceding Contract Award shall not be eligible to perform any duties related to the HVAC systems, including TAB. The service provider will be coordinating, scheduling, and reporting all work and related activities and will provide necessary information as required by the COR. The responsibilities would specifically include: Shall directly supervise all testing work. Shall sign the testing reports that bear the seal of the TAB standard. The reports shall be accompanied by report forms and schematic drawings required by the TAB standard, AABC, TABB or NEBB. Would follow all testing work through its satisfactory completion. All technicians performing actual testing work shall be experienced and must have done satisfactory work on a minimum of 3 projects comparable in size and complexity to this scope. Qualifications must be certified by the Service provider in writing. The lead technician shall be certified by AABC, TABB or NEBB. Test Equipment Criteria: The instrumentation shall meet the accuracy/calibration requirements established by AABC National Standards, TABB/SMACNA International Standards, or by NEBB Procedural Standards for Testing, Adjusting and Balancing of Environmental Systems and instrument manufacturer. Provide calibration history of the instruments to be used for test and balance purpose. Submit names and qualifications of TAB specialists 10 days prior to starting semi-annual, and annual testing. Work/Service provided by VAME: Coordinate with affected departments that are requiring testing Provide escorts to areas to be tested. Per VA Directive 1085, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service provider and their employees. Service provider s employees shall not enter the facilities without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the facilities. All employees of the service provider shall comply with VA security management program and obtain permission of the VA police, be identified by service and employer, and restricted from unauthorized access. Service providers are required to have a badge request form filled out for all personnel (employees, sub-service providers, consultants, inspectors, etc.) Who will be on-station. Service provider will bring completed request forms to the project COR for signature. Service provider will then take signed badge requests to the VAME police department for processing prior to starting work on station. No personnel are allowed to perform any work on station before being issued a badge. No personnel are allowed to perform work on station if their badge is expired. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close down or shut down the facilities and order Service provider s employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the contracting officer. Prior to commencing work onsite, and each year thereafter, all Service providers and their provider personnel shall provide proof of receipt of seasonal influenza vaccination in compliance with VHA Direction 1013. Prior to commencing work onsite, all Service providers and provider personnel shall provide proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. Prior to commencing work onsite, all Service providers and provider personal shall provide proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 4th, 2021 Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with Contracting Officer s Representative. Parking shall be first-come first-serve. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the contracting officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider's performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others. Provide COR with a report or statement of work completed and include statements with requests for payment. Statement should include service completed and the date each service items was completed. All service providers will sign in and out at engineering upon arrival and departure from station daily. Logbook can be found at B202, 2nd floor engineering. All communications in regard to this contract should include the following number in the communication 402-23-141SC. Period of Performance: 12 months from date of award with 4 option years. Place of Performance: 1 VA center, Augusta ME 04330
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/341e0e25729642b5a6ecff202f3e9080/view)
- Place of Performance
- Address: 1 VA Center, Augusta 04330, USA
- Zip Code: 04330
- Country: USA
- Zip Code: 04330
- Record
- SN06701947-F 20230603/230601230118 (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 |