Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

J -- TIERED EVALUATIONS This procurement is set-aside based on an order of priority 581-20-1-506-0011 Laundry Equip Maint (VA-19-00063072) - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
36C24519Q0610
 
Response Due
9/17/2019
 
Archive Date
11/16/2019
 
Point of Contact
Craig Armagost
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Evaluate the offers, if any, submitted by SDVOSB concerns. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the SDVOSB set-aside, document the basis for not making an award within this tier as prescribed in subsection (f) below, and proceed to the set-aside for VOSB concerns. Evaluate the offers, if any, submitted by VOSB concerns. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the VOSB set-aside, document the basis for not making an award within this tier prescribed in subsection (f) below, and proceed to the set-aside for other small business concerns set forth in each subsequent tier. Evaluate the offers, if any, submitted by other small business concerns. If no offers were submitted by other small business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, cancel the solicitation, document in a memorandum for record the basis for cancelation, and resolicit as an unrestricted procurement. STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to have Preventive Maintenance conducted on 11 pieces of Laundry Equipment. A.2 BACKGROUND The VAMC has 11 pieces of Laundry Equipment that require Preventive Maintenance conducted every 6 weeks. 3 Washers, 3 Dryers, 1 Folder/Stacker, 1 Spreader, 1 Ironer, 1 Small Piece Folder and 1 Lint Collector) All equipment is industrial in size. More specific information on each piece is listed in the Scope of Work below. A.3 SCOPE OF WORK Vendor will provide all parts, labor, equipment, material, and supervision to service and conduct Preventive Maintenance on 11 pieces of Laundry Equipment per the Statement of Work listed below. The entire Checklist must be completed on each piece of equipment as indicated. As further explained in Paragraph B.1.c below, Vendor must provide all Checklists as part of their Bid/Quote. This Statement of Work will cover a contract for one Base Year and four Option Years. Vendor must submit a quote that lists the cost for the Base Year and each Option Year as listed below: Base Year: Oct 1st 2019 thru Sep 30th 2020 Option Year 1: Oct 1st 2020 thru Sep 30th 2021 Option Year 2: Oct 1st 2021 thru Sep 30th 2022 Option Year 3: Oct 1st 2022 thru Sep 30th 2023 Option Year 4: Oct 1st 2023 thru Sep 30th 2024 The Preventive Maintenance Service on each piece of Laundry Equipment listed in this SOW must be conducted during the week indicated below in the Base Year and each Option Year of the contract. This will be one site visit every six weeks which is a total of nine site visits per year. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: The following is a list of Laundry Equipment required to be serviced: The Preventive Maintenance Service will include a written report of what was accomplished during each visit. The report also must include the repairs needed and the parts recommended for future visits to keep the machines in good running condition. This report must be submitted to the VA M&O General Supervisor, M&O Supervisor and the Laundry Supervisor, via email, no later than 10 business days following the day of the Site Visit. No additional work will be conducted outside the scope of work of the contract without a Purchase Order being issued to the Vendor from the VA for the work. Vendors must submit a Checklist detailing items that will be addressed and covered in the contract for each piece of Laundry Equipment during each Site Visit / Preventive Maintenance Service. The Checklist must include all parts and labor that will be covered in the contract. Checklists must be submitted along with the Vendor s Bid. These Checklists should mirror the Preventive Maintenance Schedules in the Maintenance Manuals for each piece of Laundry Equipment. These Checklists must be used during the Site Visits / Preventive Maintenance Service and signed by the Technician indicating that all applicable services were completed for each Piece of Laundry Equipment. All service adjustments will be made in accordance with manufacturer's specifications using required tools and procedures. Vendor shall be responsible for cleaning of the work area and equipment upon completion of work. All accumulated rubbish shall be removed daily. All oil, lubrication, and any other material substance creating an unsafe operating area shall be removed daily. The Vendor shall be responsible to dispose of all hazardous materials in accordance with all City, State and Federal guidelines concerning the disposal of the hazardous materials as a result of this contract. All used oil or other petroleum products shall be removed by the contractor upon completion of work. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C.2 Period of Performance The Contractor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer s Representative (COR) with the approval of the Contracting Officer. The contractor shall perform maintenance on the laundry equipment every six weeks with a total of nine visits annually. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish, provide, install, or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with conducting Preventive Maintenance on Industrial Laundry Equipment and more specifically, the types of equipment listed in this Statement of Work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/36C24519Q0610/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24519Q0610 36C24519Q0610_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148420&FileName=36C24519Q0610-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148420&FileName=36C24519Q0610-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05437782-W 20190912/190910230909-621780d009316affec0a1314cbdd88e3 (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.