Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
DOCUMENT

J -- Full Preventive Maintenance & Inspection to Veeder Root Equipment Underground Storage Tanks and Above Ground Storage Tanks located at the Hudson Valley Healthcare Systems, Montrose - Attachment

Notice Date
12/13/2010
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Castle Point Campus;Castle Point, NY 12511-0100
 
ZIP Code
12511-0100
 
Solicitation Number
VA24311RQ0046
 
Response Due
12/27/2010
 
Archive Date
1/26/2011
 
Point of Contact
Myrmetrius Pringle
 
E-Mail Address
ct
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
VA-243-11-RQ-0046 RFI Responses 1.Request - How are replacement parts to be paid for? Some of the parts that may require replacement range in price from $200 to $1500 in price. Can a cost plus item be added on the bid sheet? Answer - the scope currently reads: The contractor shall furnish all material, labor, supervision, tools and equipment necessary to provide a full preventive maintenance program, including all inspections, adjustments, tests, parts replacement and repairs necessary to keep the equipment in continuous use at their initial performance ability as originally specified by the equipment manufacturer, and as modified thereafter. All adjustments, repairs and modifications must be in strict compliance with regulatory agencies. The scope of work is hereby changed to the following: The contractor shall furnish all material, labor, supervision, tools and equipment necessary to provide a full preventive maintenance program, including all inspections, adjustments, tests, parts replacement and repairs necessary to keep the equipment in continuous use at their full performance ability as specified by the equipment manufacturer and as modified thereafter. All adjustments, repairs and modifications must be in strict compliance with regulatory agencies. Any part replacement or repair less than $2,500.00 is the responsibility of the contractor. Any part replacement or repair $2,500.00 or more must be approved in advance by the COTR and Contracting Officer will be billed at the labor rate specified in the price schedule and parts will be billed at actual invoiced price. 2.Request - In the event the sump has water in it and breaks the sensor, who is responsible for pumping out the sump? If it is the contractor how do we get paid for it and how does the contractor get paid for the replacement part? Answer - The contractor shall furnish all material, labor, supervision, tools and equipment necessary to provide a full preventive maintenance program, including all inspections, adjustments, tests, parts replacement and repairs necessary to keep the equipment in continuous use at their full performance ability as specified by the equipment manufacturer and as modified thereafter. All adjustments, repairs and modifications must be in strict compliance with regulatory agencies. Any part replacement or repair (time and material) less than $2,500.00 is the responsibility of the contractor. Any part replacement or repair (time and material) $2,500.00 or more must be approved in advance by the COTR and Contracting Officer. Work Excluded:The following work is specifically excluded from this contract. A)Repair or replacement made necessary due to the negligence or misuse of the equipment by persons other than the contractor, his/her representatives or his/her employees. If the sump has water in it due to the negligence of VA then the contractor would be paid per the labor rate specified in the pricing schedule. Parts will be billed at actual invoiced cost. If the sump has water in it and it is through no fault of VA then the contractor would be responsible to pump the sump and complete the repair if less than $2,500; if $2,500 or more than a task order amendment would be negotiated, issued and the contractor would be paid accordingly. The Contracting Officer must approve, in advance, any extra charge work attributed to vandalism or misuse. No invoice will be paid without prior approval. Any repairs due to misuse or negligence shall be billed according to the labor rate specified in the pricing schedule. (Premium Portion Only for Overtime Work). Parts will be billed at actual invoiced cost. 3.Is this work covered under local law 220 prevailing wage? If so what wage classification do we classify the person? Is bonding (bid P&P) required for this work? Answer - This is a services contract; the Service Contract Act applies and is included in the solicitation for both counties in NY (Dutchess and Westchester). Bonding is not required for this contract as it is not a construction contract. 4.Section E scope item 3 requires us to install and maintain a storage cabinet on site. What size cabinet do we require? I am assuming you require 2 cabinets, one at each location? Upon completion of the contract is the cabinet and materials the possession of the contractor? Answer - An adequate supply of spare parts shall be maintained at all times to ensure prompt preventive maintenance and repair services. Callback service consists of responding to service call and beginning to take corrective action within seven calendar days. Equipment malfunctions shall be corrected the same day that the service call was issued. If circumstances beyond the control of the contractor preclude resolution of the problem that day, the COTR must be notified with an explanation of the delay. Under no circumstances will any shutdown or breakdown last longer than five (5) working days (forty (40) working hours) from initial notification to the contractor, without prior approval of the COTR. The contractor shall provide all supplies and shall furnish metal storage cabinets in location selected by COTR for spare parts, waste and flammable materials associated with the performance of this contract. CABINET(S) OF SUFFICIENT SIZE AND STOCKED TO MEET THE ABOVE CRITERIA WOULD BE NEEDED. THE CONTRACTOR SHOULD SPECIFY THE SIZE AND WHAT THEY PLAN TO STOCK THE CABINET WITH IN THEIR PROPOSAL. YES ONE CABINET AT EACH FACILITY FOR PARTS AND MATERIAL AND ONE OR MORE FOR FLAMMABLE MATERIAL AND WASTE. ON COMPLETION OF THE CONTRACT THE MATERIAL AND CABINET(S) ARE THE POSSESSION OF THE CONTRACTOR. HOWEVER, THE U.S. GOVERNMENT MAY AT ITS OPTION PURCHASE THE CABINET AND PARTS CONTAINED THEREIN FOR ACTUAL INVOICE PRICE. 5.The wires installed are not up to current manufacturers' requirements. Are we responsible for the wires as well? Answer - The following performance levels shall be maintained at all times: Equipment shall be maintained as originally installed and adjusted. Excluded from the scope is replacement of underground portions of the system. If the wires currently installed are not to current manufacturers requirements but are as originally installed and were installed to the manufacturers' requirements at that time. NO. 6.During the visit 2 day tanks were on the list that had no form of leak detection. Are we responsible for them as well? If so what are we required to do? Answer - The contractor will not be responsible for any tank without a Leak Detection system. If at a later date the US Government requires leak detection to be installed on any other tank; that would be at a price agreed on in advance with the vendor as a task order amendment or completed through a separate contract. 7.How many rolls of paper are we required to provide for the VR? Answer - A sufficient quantity to ensure uninterrupted printing capability. 8.Are we required to perform maintenance on the gasoline and diesel dispensers? Answer - NO - any work that may be required on the gasoline and diesel dispensers would be a task order amendment at a price agreed on in advance or completed through a separate contract. 9.At Montrose, the VR for tanks 4A, 5A and 6A appear to be in poor shape. Will this VR be replaced under the tank replacement project? Is the tank contractor responsible for final terminations? Answer - At the present time, the tank replacement project does NOT call for the replacement of the VR. It calls for adding additional channels and if that isn't feasible then the replacement of the VR. All work necessary due to the tank project will be the responsibility of the tank contractor. This includes the addition of channels, programming, final terminations etc. The successful bidder on this contract will be responsible for the preventive maintenance, inspection and testing the new system or the old system as modified upon acceptance from the tank replacement contractor and the expiration of any warranty period thereof. Please note the following contract clause: REMOVAL OF EQUIPMENT FROM SERVICE When the Medical Center removes one or more, equipments named in this contract, from service because of renovations or to perform work that is outside the scope of this contract, the monthly payments due the contractor may be reduced. The contractor shall be notified, in writing, by letter or contract modification of the AST/UST Veeder Root systems being removed from or returned to service. If the equipment is to be removed from service for thirty (30) consecutive calendar days or less, Contracting Officer will negotiate an equitable adjustment with the contractor and make the necessary adjustments on the monthly invoice when authorizing payment. If the equipment is to be removed from service for more than thirty (30) consecutive calendar days, Contracting Officer will issue a modification to the contract and negotiate an equitable adjustment in the contract price in accordance with the Change clause. The period for reducing payments will begin on the effective date specified in the notice and will continue through the day before the equipment is returned to service. 10.Since the Veterans Administration has apparently already contracted for the initial testing and repair of the systems it is currently soliciting bids for maintaining, may the bidder for the Preventative Maintenance and Inspection Project assume that all of the involved equipment and systems will be tested and inspected and brought into full compliant/operational status by others, or failing that, may the bidder assume that the initial repair or replacement of any defective or non-compliant equipment and systems will be performed by others, or as an extra to the contract based on the actual cost of materials, equipment and labor, and contract allowable mark-ups for extra work? Answer - NO 11.The contract documents can be interpreted to require the bidder to perform repairs and replacements to systems and equipment that are beyond the normal repair and or replacement of the tank monitoring systems, including the storage tank equipment and related piping, wiring, pumps, etc. Is the intent of the contract to require the bidder to include the repair or maintenance of anything beyond the actual monitoring equipment itself I.E. sensors, probes, monitors, etc.? Answer - Yes the successful bidder on this contract shall be responsible for all sensors, probes, monitors, wiring, piping etc. ancillary to the VR unless specifically excluded elsewhere in this contract. The contractor will have no responsibility for the repair; maintenance or testing of the actual above ground or below ground storage tanks. 12.To our knowledge, Veeder Root equipment can only serviced/repaired by a company/distributor that Veeder Root has certified for such work. Must the bidder be so certified as a necessary requirement for submitting its bid? Answer - EXPERIENCE REQUIREMENTS A)SUPERVISION: Contractor shall arrange for satisfactory supervision of the contract work. The contractor or his/her on-site supervisors shall be available at all times when the contract work is in progress to receive notices, reports or requests from the Contracting Officer or COTR. B)QUALIFICATIONS OF THE SUPERVISOR: The supervisor responsible for the management and scheduling of work to be performed under this contract shall possess, prior to their employment as supervisor on this contract, at least four (4) years of recent (within the last six (6) years) experience in the supervision of mechanics involved in the operation and maintenance of the type of equipment to be maintained under this contract. C)QUALIFICATIONS OF MECHANICS: All maintenance personnel directly engaged in the work to be accomplished under the contract shall possess, prior to their employment in a journeyman mechanic capacity on this contract, at least four (4) years of recent (within the last six (6) years) experience in the operation and maintenance of the kind of equipment to be maintained under this contract. D)Prior to commencement of work under this contract, detailed resumes containing sufficient information to demonstrate compliance with this requirement shall be submitted to the Contracting Officer or COTR for approval. IN ADDITION, DETAILED RESUMES SHALL ALSO BE SUBMITTED PRIOR TO THE ASSIGNMENT OF ANY NEW OR REPLACEMENT PERSONNEL TO THE CONTRACT, FOR APPROVAL BY THE COTR. E)Each bidder shall indicate as part of his bid, detailed resumes for all personnel that the bidder intends to utilize under any resultant contract. As a minimum, each resume should contain the following: 1)The full name 2)A detailed description of the previous six (6) years employment history. 3)The names and addresses of the companies employing contractor's personnel during the past six (6) years, along with the names and telephone numbers of immediate supervisors. F)In addition to the above requirements, the contractor shall have a minimum of five (5) years successful experience in maintaining equipment identical or similar to the equipment covered under this contract. Each bidder shall submit, as part of his bid, references for the previous five (5) years' experience. The written references shall include, as a minimum, the name, address and telephone numbers of the specific companies and key personnel contacts. Bidders Qualifications Bids will be considered only from bidders who are regularly established in the business called for, and who, in the judgment of the CO, are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume called for under this contract. 13.The contract documents require that the successful bidder be able to respond to an emergency within two (2) hours of notice. Please confirm. Answer - Emergency repairs on site: Under this contract the contractor shall provide emergency repair call back services on a 24 hour basis seven days a week. A repair person shall be on site for emergency repair work within 2 hours of notification. Callback service consists of responding to service call within 2 hours and beginning to take corrective. All corrective action will be completed within seven calendar days. Equipment malfunctions shall be corrected the same day that the service call was issued. If circumstances beyond the control of the contractor preclude resolution of the problem that day, the COTR must be notified with an explanation of the delay. A)Emergency callback services shall be provided twenty-four (24) hours per day, seven (7) days per week. Under no circumstances will any shutdown or breakdown last longer than five (5) working days (forty (40) working hours) from initial notification to the contractor, without prior approval of the COTR. 14.During the visit there were different lists of tanks. Answer:Attached is a listing of all tanks at both facilities. NOTE THE FOLLOWING: 1)PURPOSE The purpose of this solicitation is to establish a contract with a qualified firm that can provide a full preventive maintenance program (FPMP) and annual inspection for underground storage tank (UST) and above ground storage tank (AST) equipment and all other devices currently located at the VA Hudson Valley HCS, Montrose Campus and Castle Point Campus. Each of the items is specified in the following Schedule of Underground and Above Ground Storage Tanks. NOTE:The word "Veeder Root" in this solicitation shall include all similar equipment to be serviced under this contract. The contractor will be responsible for PMI and service to all fuel leak detection systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311RQ0046/listing.html)
 
Document(s)
Attachment
 
File Name: VA-243-11-RQ-0046 0001 VA-243-11-RQ-0046 0001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166301&FileName=VA-243-11-RQ-0046-0001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166301&FileName=VA-243-11-RQ-0046-0001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02343143-W 20101215/101213233914-12472b6b774e7cadfa1bdaeaba04c12a (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  © 1994-2020, Loren Data Corp.