MODIFICATION
71 -- 36C261-23-AP-3148, 36C26123P1807, 640-23-4-5040-0081, LOCKER SYSTEM, RONALD NOTLE, 640A30153
- Notice Date
- 9/20/2023 11:12:18 AM
- Notice Type
- Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26123Q1141
- Response Due
- 9/22/2023 12:00:00 PM
- Archive Date
- 10/07/2023
- Point of Contact
- Alex Hernandez, Contract Specialist
- E-Mail Address
-
alex.hernandez@va.gov
(alex.hernandez@va.gov)
- Awardee
- null
- Description
- 2 Performance Work Statement (PWS) Patient and Effects (Textiles) Standard Article Lockers for the Palo Alto VA Medical Center 3801 Miranda Avenue, Palo Alto, CA 94304 INTRODUCTION: The Palo Alto VA Medical Center is in Palo Alto, CA. The main campus provides primary care and specialty health services, including addiction and substance abuse treatment, mental health care, post-traumatic stress disorder (PTSD) treatment, suicide prevention, surgery, and more. VA Palo Alto operates close to 800 beds, including 3 nursing homes and a 100-bed homeless domiciliary, all to serve more than 67,000 enrolled Veterans. OBJECTIVE: The Palo Alto VA Medical Center, Environmental Management Services (EMS) division is seeking a contractor that can provide the following services for the facility: Patient and Effects / Textiles Department. Palo Alto VA, Menlo Park VA, and Livermore VA, these are new requirement for the facilities. Services of this specific nature and scope (as described herein) have not been performed through execution of a current and/or prior contract with an incumbent contractor. GENERAL: This requirement is for a non-personnel services contract to support the following effort: Continuous operation of Patient and Effects in support of facility operations at Palo Alto VA Medical Center, MPD, and LVD. Such an effort will be supported through installation of new locker units. No additional items or equipment shall be added unless prior approval is obtained from the Contracting Officer and/or the contract is officially modified. SCOPE: The contractor shall provide Lockers and all management, supervision, labor, personnel, administrative, support, materials, tools, parts, supplies, lubricants, equipment, transportation, other items, and nonpersonal services necessary to perform the work and execute the Installation of the lockers as described and as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. The Government shall not exercise any supervision or control over the contract service providers or contract representatives performing the work or services herein. Such contract service providers or representatives shall be accountable solely to the Contractor who, in turn is responsible to the Government. DESCRIPTION OF SERVICES: The required services that are needed (for the equipment/items stated herein) consist of the following: Lockers (as described below) of different sizes, in all three different locations, Installation in all three locations, Delivery to all three locations, and Freight, to include the required Deliverables that are contained within this Performance Work Statement. Contractor shall provide self-contained Standard Article Lockers: Building 100 basement loading dock, Palo Alto VA Medical Center, 3801 Miranda Avenue, CA 94304. (Location #1), Menlo Park VA Bldg 334 Room 100 (Location2), Livermore VA Hospital Room 2A (Location 3) This area is in the basement and there is low headroom in some parts of the room. Palo Alto GB107B (Location #1) This room will hold 5, 5 tier lockers = 25 openings, 6, 3 tier Lockers = 18 openings, and 3 wheelchair lockers 3 opening each = 9 openings. Total locker openings are 52 Menlo Park Bldg 334 Room 100 (Location2) This room will hold 10, 5 tier lockers = 50 openings, 40, 3 tier Lockers = 120 openings, and 8 wheelchair lockers 3 opening each = 24 openings. Total locker openings are 194 Livermore Hospital Room 2A (Location 3) This area is in the basement and there is low headroom in some parts of the room. This room will hold 5, 5 tier lockers = 25 openings, and 13, 3 tier Lockers = 39 openings, Total locker openings are 64. Contractor shall verify dimensions of rooms and design the layout to fit the room/space. Where space is an issue to fit the estimated quantity of lockers, contract shall provide design layout for best use of room/space. Contractor will provide: Spray paint color that will be determined by EMS Palo Alto Number Plates 20 -5 tier lockers 36 x12 x 66 69 - 3 tier lockers 15 x 18 x 78 11 - Wheel Chair Lockers 36 X 54 X 84 40 - Slope Top Kit, 3ft wide 100 - Front Bases 40 - End Bases, single row Employees for installation, assembly, leveling and anchoring all units to the floor and walls. of locker in all 3 locations. Total of 7 Days to complete installation. 1 year warranty 3 year manufacture warranty Shipping and delivery of lockers. The CO is the only person authorized to approve changes or modify any of the requirements under this contract. In the event the contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustments will be made in the contract price to cover any increase in costs incurred as a result thereof. A firm, fixed price contract is contemplated for this requirement. The expected period of performance is the purchase, shipping, installation, paint and numbering. WORK HOURS AND SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, all work, services, and deliverables completion will be performed only during the facility s normal business hours (8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays). Downtime of equipment to perform required services must be scheduled through the Contracting Officer Representative (COR) and/or other authorized facility representative/designee at least 2 days in advance. When downtime is needed for a piece (or pieces) of equipment the contractor shall notify the COR and/or other authorized facility representative/designee the same day (as soon as possible) upon observation. The Federal Holidays which are observed by the federal government are annotated below. -New Year s Day -Martin Luther King s Birthday -President s Day -Memorial Day -Juneteenth -Independence Day -Labor Day -Columbus Day -Veterans Day -Thanksgiving Day -Christmas Day -Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). **An alternate schedule may be utilized if there is mutual agreement between the government and the contractor regarding utilization of this alternate schedule if created and implemented. PERSONNEL PERFORMING SERVICES - REQUIRED CORE COMPETENCIES Personnel performing services during the performance periods of the contract shall be knowledgeable of the original equipment manufacturer standards associated with conducting Preventative Maintenance Services and Corrective Maintenance & Repairs for New Locker system. Personnel performing services must have experience in conducting preventative maintenance services and corrective maintenance & repairs for the same and/or similar equipment as stated herein. The government cannot anticipate an exact number of staff that are needed to successfully complete the tasks/requirements in this Performance Work Statement. However, for the performance period of the contract (to include the option year periods if exercised) the contractor shall provide the minimum staffing levels necessary to complete all work, perform all services, and to successfully execute all tasks and deliverables. It is the responsibility of the contractor to provide an adequate level of qualified staff to meet (or exceed) contractual requirements. SCOPE OF SERVICES-PREVENTIVE MAINTENANCE, CORRECTIVE MAINTENANCE & REPAIR, REPLACEMENT PARTS & ACCESSORIES, CALL BACK VISITS, SCHEDULE & FREQUENCY OF SERVICES, DOCUMENTATION & REPORTING, CHECK IN & OUT PROCEDURES, AND QUALITY ASSURANCE/QUALITY CONTROL PROGRAM PREVENTIVE MAINTENANCE SERVICES: Contractor shall perform all required preventative maintenance services according to the standards, guidelines, and based on the recommendations from the Original Equipment Manufacturer (OEM) for all items and equipment of EMS Lockers. All maintenance shall be performed in accordance with the manufacturer s recommended intervals and shall be completed when needed by Government employees. Contractor informs preventative maintenance procedures to EMS employees to be able to perform preventive maintenance services in accordance with the manufacturer s recommendations as published in the manufacturer s maintenance and/or operating manuals for the equipment being maintained. The contractor is responsible for ensuring that all equipment stated herein is maintained in such condition that it may be operated in accordance with its intended design and functional capacity. It is the government s expectation that personnel performing services be the subject matter expert (SME) regarding the Preventive Maintenance Services that are required. The government shall not provide technical guidance, expertise, direction, assistance, recommendations, and/or service/owner s manuals for the preventive maintenance services that are needed on the Textiles equipment referenced herein. CHECK IN AND CHECK OUT PROCEDURES Prior to commencement of and immediately after each service visit, the contractor and/or contractor s authorized repair technician and/or other contractor representative must check in and out with the appropriate facility representative. Specific check in and check out procedures (to include the assignment of a facility representative(s)) will be determined after contract award and prior to start of performance. CONTRACTOR QUALITY ASSURANCE & QUALITY CONTROL PROGRAM (QCP) The Contractor shall establish and maintain a complete Quality Control Program to assure the requirements of this contract are being provided as specified. No specific format is specified for the Contractor s QCP however the contractor s QCP should contain the following elements at a minimum. 1. Personnel performing services 2. Internal procedures the contractor will be utilizing to ensure that services, work, and other tasks will be completed as needed and/or when scheduled during the performance periods of the contract by trained, competent, qualified, and experienced personnel. EMS will inspect the final product before the project is marked completed. Warranty: Purchase and installation must carry a 1 Year Warranty that covers excessive wear, rust, yellowing and delamination. 3 Year Manufacturer Warranty.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7486473a81a4e7f9afcae92cd9430c8/view)
- Record
- SN06838420-F 20230922/230920230801 (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 |