Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

99 -- TRIUMVIRATE ENVIRONMENTAL

Notice Date
9/18/2008
 
Notice Type
Presolicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-08-RQ-0561
 
Response Due
9/22/2008
 
Archive Date
11/21/2008
 
Point of Contact
Gloria Voudren<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans, VA Boston Healthcare System, has a requirement for all parts, labor, travel, tools, equipment necessary to perform all inspections, testing, repair, filter replacement, and maintenance of hoods as required during the period 10/1/08 through 9/30/09 with options to extend for up to forty-eight additional months, at the Brockton, Jamaica Plains, and West Roxbury Divisions, and two clinics: Lowell, Worcester MA in strict accordance with the attached terms and specifications. It is the Governments intention to solicit and negotiate only with this source. Please refer to the Sole Source Justification. This is not a solicitation; it is notice of intent to sole source a requirement. Inquires/information received after established deadline of September 22, 2008 shall not be considered. The submission of any data for review shall not impede award of this contract as planned. The Government does not intend to pay for information solicited. This synopsis is issued pursuant to FAR 6.302-1. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Inspection/Certification/Repair Hoods within VA Boston HealthCare System 10/1/08 thru 9/30/09 1.Identification of the agency and the contracting activity Boston VA Healthcare System - A&MMS 2.Nature and/or description of the action being approved. Inspection, testing, repair, filter replacement and maintenance as required of all Fume, Biological, Xenon, NUC and Lamina hoods located at Brockton, West Roxbury, Jamaica Plain, Lowell and Worcester within the Boston Healthcare System for the Fiscal Year 2009 and four option years. 3.Description of the supplies or services required to meet the agencys needs (including the estimated value). Contractor shall furnish all parts, labor, travel and tools necessary to perform all required testing/repair/replacement of fixed hoods. 4.Identification of the statutory authority permitting other then full and open competition. FAR 6.302-1 (A) 2 - Only one responsible source. Contractor Triumvirate has been the contractor for the last five years, costs associated with this contract has always been within the limits imposed by the current contract and we have never exceed the overall contract dollar limits. Triumvirate contract has been identified on GSA Advantage. 5.Demonstration that the proposed contractors unique qualifications or the nature of the acquisition requires use of the authority cited. Triumvirate is GSA schedules with contract #GS-10F-0263U for all hood inspections, testing, repair and replacement at the three Divisions, and two CBOCs and has the background knowledge required to perform this function for VHABHS. The costs associated with this contract have held steady for the past five years and are not estimated to increase in the next five years. 6.Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a Commerce Business Daily Notice was or will be publicized as required by subpart 5.2 (copy attached) and, if not, which exception under 5.202 applies. This requirement is expected to exceed $25,000 and in accordance with FAR 5.201(b)(1) a notice will be posted through FBO. 7.Determination by the contracting officer that the anticipated cost to the government will be fair and reasonable: As contracting officer, I certify the cost is fair and reasonable, and advantageous to the government(GS-10K-0263U). 8. Description of the market survey conducted (i.e., names of firms and date(s) the firms were contacted) and the results or statement of the reasons a market survey was not conducted: No other firms were contacted. Contractor Triumvirate has the expertise, qualification and experience to provide quality service per the government requirements 9. Any other facts supporting the use of other than full and open competition, such as an explanation why technical data packages, specifications, or engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available: Due to the proprietary nature of the work requiring a manufacturer and installer having qualified experience in programming Trane Tracer/Summit and having access to Trane parts and codes/software, these proprietary issues would not allow for full and open competition. This work is covered by an existing FSS contract for chiller and control maintenance. The FSS pricing under contract GS-10F-0263U should be used to ensure fair and reasonable pricing. 10.A listing of the sources, if any that expressed, in writing, an interest in the acquisition: None to Date. 11.A statement of the actions, if any the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: The contracting activity will continue to encourage full and open competition whenever possible. STATEMENT OF WORK VA BOSTON HEALTHCHARE SYSTEM BILOGICAL/LAMINAR/FUME HOOD SERVICE CONTRACT FY 2009 FY 2013 Point of Contact, Contracting Officer, Gloria Voudren, email: gloria.voudren@va.gov A. The Contractor shall furnish all parts, labor, travel, tools, equipment necessary to perform all inspections, testing, repair, filter replacement, and maintenance as required during the period 10/1/08 through 9/30/09 with options to extend for up to forty-eight additional months, at the Brockton, Jamaica Plains, and West Roxbury Divisions, and two clinics: Lowell, Worcester MA in strict accordance with the attached terms and specifications. B.Certification: Contractor shall be certified for inspecting, and certifying Biological Hoods, Laminar Hoods, Nuclear Hoods, and regular Fume Hoods. Contractor shall submit proof of certification for each employee performing work on the premises in connection with this contract, prior to starting work to the Contracting Officer Technical Representative (COTR). C. Work Hours: All routine work shall be performed from 8:00AM and 4:30PM, Monday thru Friday unless otherwise requested. D.Contractor shall report to the Safety Office upon arrival and prior to leaving each division. E.Contractor shall provide all labor and material to perform semi-annual/annual inspections and repair of all hoods to meet current EPA and OSHA requirements. F.Contractor to provide the VAMC with a computerized list of device types, locations, and testing dates upon request or at a minimum, annually. Software to be compatible to VAMC existing software. G.Costs of repair, replacement of parts or materials shall be on an as needed basis, determined by the servicing technician and the COTR. All deficiencies and defects shall be itemized and reported as cost of repairs in the monthly inspection/maintenance statement. These costs are included in the contract price. H.Contractor shall provide documentation of areas not inspected and show specific cause, beyond the contractors control, for not inspecting any devise. I.Contractors representative shall provide periodic inspection and testing reports to the Safety Office or designated representative after completed inspection and prior to payments. J.Keys shall be issued out for inspection and testing and returned daily. SUPPLIES/SERVICES AND PRICE/COST SECTION B SUMMARY: CONTRACTOR shall furnish all parts, labor, travel and tools necessary to perform all required testing/repair/replacement of fixed hoods, emergency repairs and call back services for the Boston Healthcare System and two clinics for the period 10/1/08 through 9/30/09 with options to extend for up to forty-eight additional months, in strict accordance with the attached terms and specifications. Base Year - 10/1/08-09/30/09 EQUIPMENT FREQUENCY QUANTITY UNIT UNIT COST AMOUNT Biological Hood Semi-Annual 20 PMS $ _____ $ _______ Laminar Hood Semi-Annual 15 PMS $ _____ $ _______ NUC Hood Semi-Annual 3 PMS $ _____ $ _______ Xenon Hood Semi-Annual 2 PMS $ _____ $ _______ Fume Hood Semi-Annual 40 PMS $ _____ $ _______ Fume Hood Annual 10 PMS $ ______ $ _______ Filter Replacement (est) as needed 20 EA $ ______ $ _______ Repair (est) 5 EA $ ______ $ _______ Option Year 1 10/1/09-09/30/10 EQUIPMENT FREQUENCY QUANTITY UNIT UNIT COST AMOUNT Biological Hood Semi-Annual 27 PMS $______ $ _______ Laminar Hood Semi-Annual 20 PMS $ _____ $ _______ NUC Hood Semi-Annual 6 PMS $ _____ $ _______ Xenon Hood Semi-Annual 4 PMS $ _____ $ _______ Fume Hood Semi-Annual 53 PMS $ _____ $ _______ Fume Hood Annual 14 PMS $ ______ $ _______ Filter Replacement (est) as needed 30 EA $ ______ $ _______ Repair (est) 5 EA $ ______ $ _______ Option Year 2 10/1/10-09/30/11 EQUIPMENT FREQUENCY QUANTITY UNIT UNIT COST AMOUNT Biological Hood Semi-Annual 27 PMS $_______ $ _______ Laminar Hood Semi-Annual 20 PMS $ _____ $ _______ NUC Hood Semi-Annual 6 PMS $ _____ $ _______ Xenon Hood Semi-Annual 4 PMS $ _____ $ _______ Fume Hood Semi-Annual 53 PMS $ _____ $ _______ Fume Hood Annual 14 PMS $ ______ $ _______ Filter Replacement (est) as needed 30 EA $ ______ $ _______ Repair(est) 5 EA $ ______ $ _______ Option Year 3 10/1/11-09/30/12 EQUIPMENT FREQUENCY QUANTITY UNIT UNIT COST AMOUNT Biological Hood Semi-Annual 27 PMS $________ $ _______ Laminar Hood Semi-Annual 20 PMS $ _____ $ _______ NUC Hood Semi-Annual 6 PMS $ _____ $ _______ Xenon Hood Semi-Annual 4 PMS $ _____ $ _______ Fume Hood Semi-Annual 53 PMS $ _____ $ _______ Fume Hood Annual 14 PMS $ ______ $ _______ Filter Replacement (est) as needed 30 EA $ ______ $ _______ Repair (est) 5 EA $ ______ $ _______ Option Year 4 10/1/12-09/30/13 EQUIPMENT FREQUENCY QUANTITY UNIT UNIT COST AMOUNT Biological Hood Semi-Annual 27 PMS $________ $ _______ Laminar Hood Semi-Annual 20 PMS $ _____ $ _______ NUC Hood Semi-Annual 6 PMS $ _____ $ _______ Xenon Hood Semi-Annual 4 PMS $ _____ $ _______ Fume Hood Semi-Annual 53 PMS $ _____ $ _______ Fume Hood Annual 14 PMS $ ______ $ _______ Filter Replacement(est) as needed 30 EA $ ______ $ _______ Repair (est) 5 EA $ ______ $_________ Post: Thursday, September 18, 2008 at 8:00 am EST for 5 days Deadline: Monday, September 22, 2008 at 8:00 am EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=99b8963c58497089807f27cdcfeec3da&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Service;VA Boston Healthcare System;150 South Huntington Ave;Jamaica Plain, MA 02130;Brockton, Jamaica Plains, Wx & 2 clinics<br />
Zip Code: 02130<br />
 
Record
SN01675613-W 20080920/080918224444-99b8963c58497089807f27cdcfeec3da (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.