United States - J--Ice Machine Service

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 September 2019
Opportunity publication date
22 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 21, 2019 1:03 pm

1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

1.a. Project Title: Ice Machine Service

1.b. Description: VA Long Beach Healthcare System is seeking a contractor to clean, sanitize and service ice machines throughout the Medical Center.

1.c. Project Location: VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA 90822

1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26219Q1226.

1.e. Set Aside: This solicitation is issued as a 100% Service Disabled Veteran Owned Small Business set aside.

1.f. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors.

1.g. Small Business Size Standard: $15 Million

1.h. Type of Contract: Firm Fixed Price

1.i. Period of Performance: Base Year with Four (4) Option Years

1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 13

2. Statement of Work

2a. Background. VA Long Beach Healthcare System (VALBHS) has a need for maintenance and service of its ice delivering system in order to stay complaint with the VHA Legionella Directive as well as Department of Health requirements.

2.b. Scope. Contractor shall conduct regular maintenance service as required per manufacturer s guidelines, which includes a descaling process in addition to internal sanitization on the medical thirty-seven (37) ice machines. The contractor shall provide all necessary parts, labor, materials, equipment and transportation to perform the maintenance service for those ice machines.

2.b.1. Specific Tasks.

2.b.1.a. Contractor to provide all necessary labor, cleaning solutions, tools and other required equipment and materials to perform the service.

2.b.1.b. During cleaning/service, the ice machine will be acid-cleaned and sanitized with VA-approved chemicals. Internal components will be cleaned and sanitized, tubing replaced as necessary, and all other components replaced as necessary according to manufacturer s specifications.

2.b.1.c. If a specific replacement part is not able to be obtained due to availability, the part/component will be serviced and sanitized as per normal procedures and reassembled. A note will be made on the service report of any required part or deficiency that needs to be addressed so the issue can be resolved as soon as possible.

2.b.1.d. The units can be sanitized and cleaned in place, however, when possible units will be serviced in the HVAC shop, with water, drainage and compressed air available. Contractor shall transport the units and temporarily swap the units with a spare provided by the government.

2.b.1.e. After cleaning is complete, the units will be returned to their original location and put back into normal service.

2.b.1.f. Service reports will be provided for each unit serviced as documentation, and compiled into a master log book for the Ice Machine & Sanitization Program

2.b.1.g. The cleaning and sanitization will be completed once every ninety (90) days.

2.c. General Requirements

2.c.1. Rules of the Station: Contractor shall comply with all rules of the VALB facility, including security badging, non-smoking and privacy, and reporting to the COR upon arrival at the VALB facility.

2.c.2. SMOKING POLICY. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas.

2.c.3. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus.

2.c.4. Foreman shall possess 30 Hour OSHA training in Construction Safety & Current TB test.

2.c.5. Personnel shall possess 10 Hour OSHA training in Construction Safety & Current TB test.

2.c.6 Contractor shall submit Infection Control Risk Assessment (ICRA) prior to beginning work.

2.d. Performance Monitoring. The Contracting Office Representative (COR) will monitor contractor performance. The HVAC personnel as instructed by the supervisor will certify the work was done in accordance with the SOW. HVAC personnel will inspect ice machines once the service has been completed and the ice machine is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage.

2.e. Work Hours: Normal Working hours are 7am to 4pm, Monday thru Friday

2.e.1 The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government:

New Year s Day 1 January

Martin Luther King s Birthday Third Monday in January

President s Day Third Monday in February

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veterans Day 11 November

Thanksgiving Day 4th Thursday in November

Christmas Day 25 December

If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States.

2.f. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer.

2.g. Contractor point of Contact: The Contractor shall designate one (1) employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have authority to act for Contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the Contractor shall notify the Contracting Officer and COR in writing those times when the alternate shall act as the POC.

Primary POC Name

Primary POC Email

Primary POC Phone

Alternate POC Name

Alternate POC Email

Alternate POC Phone

2.h. Personnel Policy: The Contractor has full responsibility for the protection of its personnel furnishing services under this contract, such as providing Workers' Compensation, professional liability insurance, health examination and social security payments. Payment for any leave, including sick leave or vacation time is considered the responsibility of the Contractor. The Contractor shall follow all existing local, state, federal employment laws and/or union regulations relevant to fringe benefits and premium pay for their employees.

2.i. Contractor Submittals /Insurance Requirements:

2.i.1. The Contractor shall comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5-Insurance and Subpart 28.307-2-Liability.

2.i.2. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued.

2.j. Background Screening: In accordance with VHA Directive 0710 all Contractor personnel providing services under this contract shall be the subject to a background screening and shall receive favorable adjudication from the VA prior to contract performance. The level of screening for this contract is: Special Agency Check (SAC) only unless a National Agency Check is determined to be required by the VA ISO and/or Privacy Officer for contract personnel assigned to a low risk/non-sensitive position is expected to work more than 180 days. Any employee whose background investigation yields unfavorable results shall be removed immediately from performance under this contract. In the event the screening is not completed prior to contract performance; the Contractor shall be responsible for the actions of those individuals performing under the contract.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, dated 5/6/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2.

3.a. FAR 52.212-1, Instructions to Offerors Commercial Items

3.b. FAR 52.212-2, Evaluation -- Commercial Items

3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items

3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items

4. Key solicitation milestones are:

4.1. A site survey will be conducted at 10am on Thursday, August 29, 2019. Participants will meet near the gas pumps outside of bldg 5. Please email peter.kim33@va.gov to indicate that you are participating in the site survey.

4.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, September 4, 2019. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on www.fbo.gov.

4.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PDT Wednesday September 11, 2019 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet:

4.3.a. Vendor Information

4.3.b. Acknowledgement of amendments

4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions

4.3.d. Schedule of services

4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

Opportunity closing date
12 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?