The RFP Database
New business relationships start here

Refurbish AHU Robley Rex VAMC Louisville, KY Small Business Set Aside


Tennessee, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

I. GENERAL INFORMATION
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24919Q0104
Posted Date:
2-11-2019
Original Response Date:
3-4-2019
Current Response Date:
3-4-2019
Product or Service Code:
J035
Set Aside:
Small Business
NAICS Code:
332812
II. CONTRACTING OFFICE ADDRESS
Network Contracting Officer Nine (NCO-09)
1639 Medical Center Parkway
Murfreesboro, TN 37129
III. DESCRIPTION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01, 20 Dec 2018.

The associated North American Industrial Classification System (NAICS) code for this procurement is 332812, with a small business size standard of 500 Employees.

The Robley Rex Veterans Affairs Medical Center (VAMC), 800 Zorn Ave, Louisville, KY 40206-1433 is seeking a contractor to refurbish an Air Handling Unit (AHU).

All interested companies shall provide quotations for the following:

IV. STATEMENT OF WORK: REFURBISH AIR HANDLER-31

PROJECT OVERVIEW, OBJECTIVES, AND DESCRIPTION OF WORK

Objectives and Description of Work

Contractor shall furnish all equipment, labor, material, incidentals and expert supervision needed to: refurbish the interior drain pan, blower assemble and flooring of air handler compartments.

Work Location

Louisville Robley Rex VA Medical Center 800 Zorn Ave. Louisville KY 40206
Air Handler #31, EE# 20470, located on Roof 8A

Project Work Tasks/Description or Work

Remove all non-compliant coating and foams. Reinforce surfaces to restore structure of drain pan, blower housing and flooring of air handler. Additional metal is not required on this AHU. Blower housing & supports will have epoxy applied to eliminate rust.
Clean and prepare all surfaces to be epoxied, isolate ductwork from air handler to insure fumes are not introduced to patient wards
Apply epoxy at no less than 3/16-inch thickness on drain pan, housing and floor. Any exposed drain pan will be epoxied. Including sides.
Finished product must meet NFPA 90A fire code standards and ASHRAE 62.1 requirements for HVAC Drain Pans
Clean hot water and chilled water coils to improve air flow
Work must be after hours and a detailed schedule must be supplied to VA

REFERENCES

NFPA90A 4.3.3.1 https://www.nfpa.org/codes-and-standards/all-codes-andstandards/list-of-codes-and-standards/detail?code=90A
Joint Commission. https://www.jointcommission.org/standards_information/jcfaqdetails.aspx?StandardsFAQId=1671&StandardsFAQChapterId=64&ProgramId=5&ChapterId=0&IsFeatured=False&IsNew=False&Keyword=
ASHRAE 62.1 https://www.ashrae.org/technical-resources/bookstore/standards-62-1-62-2

REGULATORY

Contractor shall comply with all hospital regulations including:

No smoking or use of tobacco products within any VAMC building, including construction area.

Parking and traffic regulations.

Accident reports provided to Engineering Service.

Hot Work policy.

Environmental Policy including submitting for approval the Material Safety Data Sheets (MSDS) for all chemicals that s/he intends to bring on site, prior to the chemicals arriving on station. In all cases, non-hazardous chemical products will be utilized, if available, for the specific application involved.

Workmen are subject to rules of the Medical Center applicable to their conduct.

Contractor will clean up area and remove all trash and debris associated with the work as stated above.

2.0 SECURITY

2.0.1 The C&A requirements do not apply and a Security Accreditation Package is not required.

CONTRACTOR FIRM/PERSONNEL QUALIFICATIONS

Experience: Contractor must show previous examples of work and ability to conform to contract.

Certifications Required

All plumbers, welders and sheet metal workers working on this job shall have a current license from the appropriate trade licensing organization, i.e. National, State, City or County.

QUALITY

The contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defects in equipment, material or design furnished or workmanship performed by the contractor or any subcontractors or supplier at any tier.

This warranty shall continue for a period of one year from the date of final acceptance.

PROJECT COORDINATION

Site Visit

Site visit is required to verify dimensions and all work required. See Addendum to FAR 52.212-1 for date, time, and meeting location.

Hours of Work

Work to be performed Monday-Friday 6:00 pm-6:00 am Eastern Time

Utility Outages

If any utility outages are required they must be scheduled and approved by the Facility Manager or his representative.

Project Manager
Jon Bloom: Phone number 502-287-4000 extension 5-5509
Email address: Jon.Bloom@va.gov

SCHEDULES

Execute work to interfere as little as possible with normal functioning of the Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment and with work being done by others.

Completion time: Completion time: Work shall be completed within 30 calendar days and will begin on April 1, 2019.

GOVERNMENT SUPPORT

Temporary Office, Equipment Storage, Staging Areas

The Medical Center Loading Dock may be used only to load or unload equipment and supplies. This must be coordinated with the Project Manager.

Government Furnished Equipment

If VA Medical Center furnished equipment is damaged by the contractor, all replacement costs will be the responsibility of the contractor.

5.0 SUBMITTALS

5.0.1 Final Inspection/Service Report Submission Format

The Contractor shall provide the final service report and/or inspection data in MS Word format.

6.0 PAYMENT
6.0.1 Invoice must be submitted electronically in arrears once the work described in the Statement of Work is completed and accepted by the Project Manager. To set up a payment account go to http://www.fsc.va.gov/fsc/einvoice.asp or call 1-877-489-6135.

The period of performance is April 1, 2019 through April 30, 2019.

The applicable Wage Determination is 2015-4717, rev 9, 12/26/2018 and is attached.

V. PLACE OF PERFORMANCE
Address:
Robley Rex VAMC
800 Zorn Ave
Louisville, KY
Postal Code:
40206-1433
Country:
UNITED STATES

VI. PROVISIONS AND CLAUSES
The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vmfara.htm

The full text VAAR provisions or clauses may be accessed electronically at
https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018)
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Offerors shall submit quotes on company letterhead. Offerors shall include unit price, total price, unit quantity, as quoted discounts, name, address, and telephone number of the quoter, firm s DUNS# and ORCA document in SAM at www.sam.gov, and terms of any express warranty. All prospective quoters must include appropriate references which must include all applicable company information--name, phone number, email address, etc. In addition, the quote shall include a separate narrative to specifically and clearly communicate:
- The quoter s technical ability to meet the statement of work requirements.
- How the quoter shall meet the limitations on subcontracting --VAAR 852.219-74
As applicable, licensing and insurance must be in the name of the prime contractor and only the prime contractor.
Quoters should provide past performance evidence. The past performance evaluation results are an assessment of the quoter s probability of meeting the solicitation requirements. This assessment is based on the quoter s record of relevant and recent past performance information that pertain to the services outlined in the solicitation requirements. Past performance information from the prime contractor is the only past performance information that will be considered.
Past performance information may be obtained through other sources known to the VA and the Federal Government.
In the case of an quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance assessment can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable.
The government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes:
- Price
- Technical Capabilities
- Past Performance
This RFQ is issued in accordance with FAR 12 and in conjunction with Simplified Acquisition Procedures FAR Part 13. Evaluation of price and other factors will be performed in accordance with procedures outlined in FAR 13.106. A single award will be made to the lowest fair and reasonable priced quote that meets the acceptable past performance and technical capability criteria provided in this RFQ.
Evaluation of Quotes:
The government will select the quote that represents the best benefit to the government at a price that can be determined reasonable. The government will evaluate price, technical capabilities, and past performance.
Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this RFQ.
Once the government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this RFQ, the government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues.

SITE VISIT
FAR 52.237-1, Site Visit, applies to this solicitation. A site visit is schedule for February 20, 2019 and will begin at 9:00 am Eastern Time. Meet at Building 1, room B032, 800 Zorn Ave, Louisville, KY 40206-1433. Louisville VAMC Point of Contact is Jon Bloom and he can be reached at 502-287-4000 extension 5-5509. Any questions asked during the site visit shall be submitted to the contracting officer for an official response. Instructions for submitting questions are below.

QUESTIONS
All questions shall be emailed to david.milner@va.gov by February 25, 2019, 12:00PM Central Time. The subject line must specify 36C24919Q0104 Questions/your company name. All responses to questions shall be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov ). Quoters are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments.
(End of Provision)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
FAR 52.237-1, Site Visit (Apr 1984)
52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
http://farsite.hill.af.mil/vmfara.htm (FAR) and
https://www.va.gov/oal/library/vaar/ (VAAR)
VAAR 852.252-70, Solicitation provisions or clauses incorporated by reference
- FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)
VAAR 852,270-1, Representatives of Contracting Officers (JAN 2008)

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018). Addenda are included:
52.204-13, System for Award Management Maintenance (OCT 2018)
52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
52.252-2, Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)
VAAR 852.203-70, Commercial Advertising (MAY 2008)
852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
(a) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement.

(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.

(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of Clause)
852.232-72, Electronic Submission of Payment Requests (NOV 2018)
852.237-70, Contractor Responsibilities (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of KENTUCKY. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)
(End of Addendum to 52.212-4)


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019)

The following subparagraphs of FAR 52.212-5 are applicable and considered checked:
52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)
52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013)
52.222-3, Convict Labor (JUNE 2003)
52.222.21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEPT 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-41, Service Contract Labor Standards (AUG 2018)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
Employee Class
Monetary Wage-Fringe Benefits
Painter WG-9-2
$23.26
HVAC Mechanic WG-10-2
$24.43

52.222-50, Combating Trafficking in Persons (MAR 2015)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.223-20 Aerosols. (Jun 2016)
52.223-21, Foams (JUN 2016)
52.225-1, Buy American Supplies (May 2014)
52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)

VII. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS) does not apply

VIII. QUOTATIONS

This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Quotes shall be received by March 4, 2019, 12:00PM Central Time. Email your quote to david.milner@va.gov . The subject line must specify 36C24919Q0104 Quote/your company name. Submit quotes as one file. A searchable Adobe (.pdf) is the preferred format. File size should be no more than 10megabytes. If more than one file is required, please indicate how many attachments are included. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, David Milner, david.milner@va.gov.

Point of Contact
David Milner, david.milner@va.gov, 615-225-6543.

David Milner

david.milner@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP