SOLICITATION NOTICE
J -- 12-Month Aquariums Maintenance Service
- Notice Date
- 11/14/2023 5:27:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 712130
— Zoos and Botanical Gardens
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0201
- Response Due
- 11/28/2023 7:00:00 AM
- Archive Date
- 12/28/2023
- Point of Contact
- Sallieann Wilson, Sallieann Wilson, Phone: 305.575.7000
- E-Mail Address
-
sallieann.wilson@va.gov
(sallieann.wilson@va.gov)
- Awardee
- null
- Description
- Miami VA Healthcare System Community Living Center Aquarium Maintenance PERFORMANCE WORK STATEMENT 1.0 INTRODUCTION: This is a requirement for the maintenance of aquariums in the Miami VA Healthcare System (MVAHCS) Community Living Center (CLC). The aquariums are a part of Culture Change. The object is to provide a home-like environment while improving the well-being of the CLC residents. 2.0 SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to maintain the aquariums defined in this Performance Work Statement (PWS) for the Miami VA Healthcare System, Miami, FL. 3.0 APPLICABLE DOCUMENTS: None. 4.0 PERFORMANCE REQUIREMENTS: 4.1 MAINTENANCE: The Contractor shall perform monthly maintenance to include the following: 4.1.1 Clean all aquariums. The aquariums will be kept clean and fungus free. 4.1.2 Fish will be inspected to determine health and compatibility. Dead or aggressive fish must be removed and replaced. Replace fish as required. 4.1.3 Cost of replacement fish, fish food, decorations, light bulbs and filters/pumps will be borne by the service. 4.1.4 Colorful fish and small and medium sized tropical fish will be used as much as possible to allow easy identification by CLC residents with poor vision. 4.1.5 All services performed must be logged-in book located in CLC Administrative Office. 4.1.6 On-call moves. On-call emergency moves beyond the scheduled maintenance, as required due to CLC construction or renovation. 4.1.7 There are four 75 gallon aquariums and two 55 gallon aquariums, total 6 aquariums. The locations are the following: 1- Main CLC 1 Lobby next to CLC 118; 1- CLC 1 dining room; 1- CLC 2 corridor next to CLC261; 1 CLC 225- Activity Room; 1- CLC 3 corridor next to CLC361; and 1 in CLC 301- Adult Day Health Care. The ideal number of fish per aquarium is at least 15. 5.0 PERFORMANCE LOCATION and HOURS: 5.1 Primary place of performance is the Bruce W. Carter, Miami VA Medical Center, Building 10, 1201 16th Street, Miami, Florida 33125. Working spaces are the areas surrounding the aquariums, all needed equipment will be provided by the contractor. 5.2 Government normal duty hours are from 0730-1630, Monday through Friday, excluding Federal holidays. Contractor access will be provided during this time. Government estimate for this work will require a level of effort approximately equal to 3 hours per month. 6.0 DELIVERABLES: The contractor is responsible for the delivery of the items in 4.1.3 (fish, food, decorations, and filters/pumps) as needed. 7.0 KEY PERSONNEL REPLACEMENT and SUBSTITUTION. 7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. 7.3. The Contractor shall replace any absent individual for any period greater than one workday to leave a full complement of trained qualified personnel at all times with no disruption of services. 8.0 CONTRACTOR PERSONNEL and MANAGEMENT 8.1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 8.3. Government Badges. The COR will coordinate the issuance of required access badges to Contractor personnel. Contract personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 8.3.1. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. 8.4. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 8.5. Standards of Conduct 8.5.1. Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. 8.5.2. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length more than three inches, while assigned under this contract. 8.5.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. 9. NON-PERSONAL SERVICE STATEMENT 9.1. Contractor employees performing services under this order will be controlled, directed, and supervised always by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 10. PERSONNEL QUALIFICATIONS 10.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual. 11. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT 11.1 Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. 11.2 The QASP and its performance objectives are as follows: PWS Para. Performance Objective Performance Standard Acceptable Quality Level Surveillance Method Compliance 4.1.1 Verify services rendered. Ensure services are performed according to contract. Services performed are at an acceptability of 95% Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a9e8afc7ef14e7eae1c94c01cb3c0fc/view)
- Record
- SN06884400-F 20231116/231114230053 (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 |