Wisconsin Bids > Bid Detail

J041--Kennedy: 676-23-3-559-0039-Critical Care Area Air Testing Tomah VAMC (VA-23-00042222)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159216124344266
Posted Date: Feb 13, 2023
Due Date: Feb 20, 2023
Solicitation No: 36C25223Q0362
Source: https://sam.gov/opp/d8f2bd60a4...
Follow
J041--Kennedy: 676-23-3-559-0039-Critical Care Area Air Testing Tomah VAMC (VA-23-00042222)
Active
Contract Opportunity
Notice ID
36C25223Q0362
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 13, 2023 07:35 am CST
  • Original Response Date: Feb 20, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Milwaukee, WI , 53214
    USA
Description
The Department of Veterans Affairs is issuing a sources sought synopsis as a means of conducting market research to identify Veteran Owned Small Business parties having an interest in providing all equipment, material, labor, travel costs and supervision, to inspect, test, adjust, balance and report on critical care area air testing at the Tomah VA Medical Center The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220 Plumbing, Heating, and Air Conditioning Contractors.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
Requirements:
Scope.

Contractor shall provide all equipment, material, labor, travel costs and supervision, to inspect, test, adjust, balance and report on critical care area air testing at the Tomah VA Medical Center, according to the following statement of work and Attachment A-Room Locations-Funtions-Frequencies.

SCOPE
Contractor shall provide the following certification, testing and balancing of rooms of the types and categories as follows.
Airborne Infection Isolation Room (AIIRS)
Sterile Processing Service (SPS) Clean Storage.
Sterile Processing Service (SPS) Soiled Storage.
Dental Treatment Rooms.
SPS central processing areas.
Cryogenic holding.
Smoke evacuation areas.
Room, and Room Function Movement.
In the event that a specific room, and room function, listed on the attached schedule has to move to an interim space because of construction, or other circumstances, the Contractor shall continue to service the interim space as part of this contract, and ultimately service the specific room and room function, once it moves back to it s permanent space after construction is complete.
If the specific room, and room function moves to another area or space permanently, the Contractor shall continue to service that room, in it s new location and space, as part of this contract. No additional rooms, room types/functions shall be added to this contract for service, except in the event of a contract modification with involvement of the contract Contracting Officer (CO) and Contracting Officers Representative (COR).
All testing frequencies for the previous two line items shall be maintained in both new and interim spaces per contract servicing intervals.
Contractor shall provide the following in all the areas defined in Attachment A Room Locations, Functions and Frequencies
Provide air changes per hour and room pressure testing.
Test and balance room supply and exhaust.
Verify operation of each room Variable Air Volume (VAV) terminal air unit/box.
Contractor shall adjust all air flows, Air Changes per Hour (ACH) and room pressure to meet all pre-defined and required specifications and criteria, per Attachment A-Room Locations-Funtions-Frequencies.
Work shall be coordinated with contract COR to avoid disruption of patient care.
All Contractor performance shall be in accordance with National Environmental Balancing Bureau (NEBB) and/or Associated Air Balance Council (AABC) requirements while executing the services defined in this statement of work.
All Contractor personnel performing work under this Statement of Work shall be National Environmental Balancing Bureau (NEBB) and/or Associated Air Balance Council (AABC) certified field service technicians.
Contractor shall provide all required NEBB/AABC certificates with the offeror s proposal during the solicitation process.
All equipment used in the testing as defined in this SOW shall have regular and required calibrations performed in accordance with all NEBB/AABC standards.
Calibration records and reports shall be provided each fiscal year with option renewals.
Calibrations shall be performed by an independent 3rd party calibration contractor.
Testing, adjusting and balancing will be performed in full compliance with Facility Personal Protective Equipment (PPE) practice and policy. All contract employees will be escorted into any restricted access areas by Tomah VAMC staff.
Contractor shall report any failed equipment findings to COR or designated alternate before leaving facility on day that equipment failure is found.
Any changes to this SOW shall be authorized and approved only through written modification of this contract from the CO (Contracting Officer) in coordination with the COR (Contracting Officers Representative). Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government.

CONTRACT DELIVERABLES
Contractor shall provide to the COR after completion of work, at the minimum, the following deliverables:
All Testing, Adjusting, Balancing (TAB) reports upon completion of scheduled maintenance, per room, as defined in Attachment A Room Locations, Functions and Frequencies.
Testing reports shall contain the following information at a minimum.
Date of Testing.
Name of Tester.
Room Number.
Room Function.
Supply CFM (Cubic Ft. per Minute).
Return CFM.
Exhaust CFM.
Room Volume (ft^3).
Required ACH.
Measured ACH.
Pressure.
Pressure Differential.
Pass/Fail
GENERAL INFORMATION

Compliance with General Safety Regulations:
The Contractor shall coordinate all dates for service and testing with contract COR.
The contractor s FST (Field Service Technician) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence on the Tomah VA Medical Center campus.
Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government.
Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur.

CONTRACTING OFFICER S REPRESENTATIVE (COR)
Scheduling of work shall be arranged with at least one, or all the Point of Contacts below and in the following order; contract COR (Contracting Officers Representative) or contract ACOR (Alternate Contracting Officers Representative).
See Table 2 below for Point of Contact information.
Table 2:

NAME
POSITION
PHONE
EMAIL
Chris Wolf
COR/Maintenance Supervisor
608-399-9910
christopher.wolf@va.gov
Jim Conant
ACOR/M&O Supervisor
608-387-3384
james.conant@va.gov
ORIENTATION FOR CONTRACTOR EMPLOYEES:
Contractor will attend an orientation meeting as arranged by the Contracting Officer's Representative (COR). The VA will schedule this meeting and it will include discussion of the following topics: (VA will provide information to the contractor regarding these topics and will document the meeting)
Fire and Safety
Infection control
Disaster procedures Other
Contractor will show proof of TB test within 90 days of work start. If positive TB test and/or hx of Active TB or Latent TB with treatment, contractor will provide written documentation from their primary care provider indicating they are not infectious.
Contractor will ensure all employees are tested for COVID-19 prior to entering a Community Living Center (CLC) (up to 72 hours before entry). Additional testing will be completed as required by the facility based on the duration of work occurring on the CLC. Contractor will ensure that staff do not come to work sick (fever, respiratory or gastrointestinal illnesses, etc.)

The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above.
SECURITY REQUIREMENTS
All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all FST s while on premises. Contractor shall coordinate with COR to acquire said identification badges.
During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR/Tomah VAMC (Veterans Affairs Medical Center) POC (Point of Contact) when arriving to perform work and check out with the COR/Tomah VAMC POC when work/workday is complete.
During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36.
It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions.
Effective October 1, 2019, smoking is prohibited both inside and outside (entire campus) at the VAMC.
Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
RISK CONTROL
The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts.
All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients.

PLACE OF PERFORMANCE
Tomah VA Medical Center, 500 E. Veterans St., Tomah, WI. 54660
La Crosse VA Clinic, 4000 State Road #16 La Crosse, WI 54601
Wausau VA Clinic, 1105 East Grand Avenue, Rothschild, WI 54474

Period of Performance.
Support and service, as defined in this SOW, is to occur as scheduled and as required during the period of performance.
Work shall be completed in a timely manner and a performance schedule shall be coordinated with the Government upon contract award.
The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR VETERAN OWNED SMALL BUSINESSES, SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 8:00 AM EST on February 20, 2023. All responses under this Sources Sought Notice must be emailed to joseph.kennedy3@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 13, 2023 07:35 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >