J041--Medical Air and Vacuum Service

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Vermont
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
Posted Date: Mar 27, 2024
Due Date: Apr 4, 2024
Solicitation No: 36C24124Q0342
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
J041--Medical Air and Vacuum Service
Active
Contract Opportunity
Notice ID
36C24124Q0342
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 12:09 pm EDT
  • Original Response Date: Apr 04, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 03, 2024
  • 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:
    White River Junction VAMC White River Junction , VT 05001
    USA
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 million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing a one-time service on White River Junction VA Medical center Medical Air Systems and Medical Vacuum systems per the Performance Work Statement 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 5:00 PM EST, 04 April 2024. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at Kenya.Mitchell1@va.gov and David Valenzuela at David.Valenzuela2@va.gov with RFQ # 36C24124Q0342 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) #:Â ___________________________________________________
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 products as listed in Attachment 2 PERFORMANCE WORK STATEMENT 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 PWS. 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
PERFORMANCE WORK STATEMENT
Project Name: Medical Air and Vacuum Service
Place of Performance:
White River Junction VAMC
163 Veterans Drive
White River Junction, VT 05001
Period of Performance:
Services to be performed within 30 days ARO.
Work Schedule
Normal working hours are from 7:30 AM to 4:30 PM.
Work Performed After Hours, Contractor to coordinate these efforts with VA COR with a minimum 48-hour notice.
In order to maintain schedule, work performed over the weekend, may be allowed. Contractor to coordinate these efforts with VA COR with a minimum 48-hour notice.
Project Scope
The White River Junction VA Healthcare System requires the services of a qualified firm to provide a one-time service on White River Junction VA Medical center Medical Air Systems and Medical Vacuum systems.
The Medical air system consist of 3 compressors and a desiccant air dryer system
Parker model: DME030 Serial number:65945A P/N618330 and Parker model: DME030 Serial number: 65947A P/N618330154 pictures of these units and data plates attached.
Provide all manufacturer recommended maintenance items for monthly, 3 month, 6 month, yearly, 12 month, and 36 month intervals.
The Vacuum system consist of 3 racked Claw pumps in a serial numbered unit
MFG Beacon Medaes Model Number: 4107108578 Serial Number:HOP311100 Ship date 03/17/2017
Type: Medical Vac Reference Drawings: 4107 8527 11 VHM07T-00X-TCV SPL
Provide all manufacturer recommended maintenance items for monthly, 6 month, yearly, 2 year, and 3 year intervals.
Pictures of this equipment are also attached.
Contractor shall perform complete one time maintenance service to specified equipment. Service shall include, but not be limited to, all manufacturer required maintenance parts, material replacement, and labor.
Contractor shall provide full written report of maintenance performed. Include parts, material, observations, and any additional deficiencies identified beyond maintenance requirements.
Existing Site Conditions. The service will occur within Granite Building 31 (Penthouse for Med air and Room B-17 for Med Vacuum) The service will take place in an occupied healthcare facility. Infection Control measures will be always required as defined in ICRA assessment, Class III, Group 2, Type C. Service activity will require constant coordination with VA personnel.
Site Investigation is required for this project to ensure accuracy of the service element. The Contactor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to check in with the VA Facilities Management Services department and will be escorted to review the project.
The final service shall conform to all VA requirements outlined in the FGI Guidelines for Design 0f Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp
Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) or Resident Engineer (RE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule.
General Contractor Requirements
Submittals must be reviewed and approved by the VA prior to the start of work.
Contractor shall be required to remove trash and residual spent filters, desiccant material, spent rags, consumables and cleaning supplies including waste oil and lubricants.
All service shall be completed by Equipment Manufacturer recommendations and service requirements.
All service parts shall be provided by the contractor, parts shall meet or exceed manufacturer recommendations, parts shall also meet JAHCO requirements.
Contractor shall provide necessary submittals and plans for approval prior to commencing with any new work not shown/provided in the service documents.
All damage to floors, walls, ceilings, or any other VA property to be repaired/replaced by the contractor at their expense.
The Contractor shall also be responsible for all damages to persons or property that occurs because of the Contractor s fault or negligence.
The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract.
Privacy Statement
Information Security
The C&A requirements do not apply; a Security Accreditation Package is not required. Incidental exposure to protected health information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures.
Records Management
The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract:

Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 27, 2024 12:09 pm EDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

4/12/2024 Automotive Emissions Repair Assistance Pilot Program RFP/RFQ: N/A Agency of Natural Resources,

State Government of Vermont

Bid Due: 5/13/2024

Maintenance of Seepage Control Systems, Waterbury Dam, Waterbury, Vermont RFP/RFQ: N/A Agency of

State Government of Vermont

Bid Due: 5/03/2024

4/5/2024 Light to Heavy Truck and Trailer Parts & Repair Services 2024 Agency

State Government of Vermont

Bid Due: 5/03/2024

BGS STATEWIDE ADA LIFT SERVICES RFP Buildings & General Svs, Office of Purchasing

State Government of Vermont

Bid Due: 5/10/2024