Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

J -- Reverse Osmosis (RO), Deionized Water (DI), & Water Softener Systems Maintenance & Repair Services

Notice Date
1/24/2023 1:20:40 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0481
 
Response Due
1/31/2023 2:00:00 PM
 
Archive Date
05/01/2023
 
Point of Contact
Contract Specialist, Koby Thiel, Phone: (520)-792-1450 x. 6275
 
E-Mail Address
koby.thiel@va.gov
(koby.thiel@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Southern Arizona VA Health Care System (SAVAHCS) located at 3601 S. 6th Ave, Tucson, AZ 85723 is seeking a potential qualified contractor that can provide preventative maintenance, inspection, and repair services of existing reverse osmosis (RO), deionized water (DI), and water softener systems for SAVAHCS. Please refer to the attached Statement of Work for more information regarding services sought. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance ($11 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to koby.thiel@va.gov. All information submissions to be marked Attn: Koby Thiel, Contract Specialist and should be received no later than 15:00 MST on January 31, 2023. STATEMENT OF WORK SOUTHERN ARIZONA VETERANS AFFAIRS HEALTH CARE SYSTEM REVERSE OSMOSIS, DEIONIZED WATER, AND WATER SOFTENER SYSTEM MAINTENANCE AND SERVICE I. BACKGROUND Southern Arizona Veterans Affairs Health Care System (SAVAHCS) requires preventative maintenance, inspection, and repair services of existing reverse osmosis (RO), deionized water (DI), and water softener systems for the SAVAHCS campus. II. DESCRIPTION OF SERVICES The contractor shall provide all labor, materials, and supervision necessary to perform monthly maintenance per manufacturers specifications for each unit listed in section III, Unit Locations , of this Statement of Work (SOW). The contractor shall provide a copy of the manufacturer s maintenance program per unit at the start of the performance agreement period. The contractor shall supply and maintain a maintenance log at each unit to record resin, membrane, filter, and media replacement, as well as water test dates with results and salt deliveries. Inspections will be conducted twice a month on all membranes, resin, filters, UV lights, and media and replaced if needed. All inspections will be coordinated with the Program Point of Contact (POC). The contractor will also inspect salt levels and add salt as needed. The contractor will deliver bags of salt to reverse osmosis, deionized water, and water softener locations within the VA facility grounds as needed per the manufacturer s specifications for each unit. The contractor will deliver 50-pound salt bags during the inspections to maintain the following minimum amounts: WATER SOFTNER/RO SYSTEMS: For medical necessity, reliability, and preventive maintenance all UV lights, resins, membranes, all filters, and media for all units will be replaced at least one time during the base year, first option year, and second option year period of performances regardless of the condition at the time of replacement. DI SYSTEMS: Resin tanks will be changed at a minimum of four (4) times and filters two (2) times per period of performance year. The contractor will change the resin tanks and filters of all DI water system tanks with new ones regardless of their conditions at the time of replacement This includes any seals, washers, or gaskets necessary to perform the task and at no additional cost to the government. Contractor shall provide notification to VA Engineering shop personnel by phone or e-mail at least 48 hours before delivery or maintenance service will be provided. Contractor shall be available 24 hours 7 days a week; 365 days to respond to emergency maintenance as needed. Response time for emergency service for equipment issues shall be no more than two (2) hours after the emergency call is placed and communicated. The contractor must provide an emergency telephone number for purposes of accepting service calls 24 hours/ 7 days a week. The contractor must acknowledge receipt of notification by calling the Program POC within two (2) hours of the originating call. Contractor is responsible for repairing and restoring reverse osmosis, deionized water, and water softener systems to full performance per manufacturer s specifications. Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the Program POC or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The contractor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. III. PLACE OF PERFORMANCE Southern Arizona Veterans Affairs Health Care System 3601 S. 6th Avenue Tucson, AZ 85723 IV. RECOGNIZED HOLIDAYS The following national holidays are observed by the Federal Government: New Year s Day 01 January Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 04 July Labor Day 1st Monday in September Columbus Day 2nd 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. V. BADGES AND PARKING All contractor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information is available from SAVAHCS Police Service. SAVAHCS will not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. VHA Supplemental Contract Requirements for Combatting COVID-19 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: 1) If fully vaccinated, contractors shall show proof of vaccination. i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. 2) If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. a. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 4. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c291b145c3104371afbacf2510eb3192/view)
 
Place of Performance
Address: Department of Veterans Affairs Southern Arizona VA Health Care System 3601 S. 6th Avenue, Tucson, AZ 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN06572307-F 20230126/230124230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.