This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.
If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, (Plumbing, Heating, and Air Conditioning Contractors) with a size standard $19.0M. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Airflow Testing OR, IR, SPS, B200E and Endoscopy B200 at the Togus VAMC per the Statement of Work below.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00PM EST, 13 June 2023. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at kenya.mitchell1@va.gov with RFQ #36C24123Q0745 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.
Attachment 1
Sources Sought Worksheet
QUALIFICATION INFORMATION:
Company / Institute Name: _______________________________________________________
Address: ______________________________________________________________________
Phone Number: ________________________________________________________________
Point of Contact: _______________________________________________________________
E-mail Address: ________________________________________________________________
Unique Entity Identifier (UEI) #:Â ___________________________________________________
CAGE Code: __________________________________________________________________
SAM Registered: (Y / N)
Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N)
VIP Verified VOSB: (Y / N)
8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N)
Women-Owned Small Business: (Y / N)
Small Business: (Y / N)
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.
CAPABILITY STATEMENT:
Provide a brief capability and interest in providing the service as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Attachment 2
STATEMENT OF WORK
Airflow Testing OR, IR, SPS, B200E and Endoscopy B200
Service provider shall provide a complete airflow testing of the rooms listed by building and room number. Testing will need to be completed during the days and times outlined on the schedule per space. All test schedules will need to be presented and coordinate through VAME Engineering Department with a four week notice of start date.
Annual and semi-annual airflow testing to be completed to maintain compliance with:
VHA Directive 116(2) Sterile Processing Services (SPS)2016
ANSI/ASHRAE/ASHE Standard 170-2017 Ventilation of Health Care Facilities
HVAC Design Manual Rev November 1, 2022
Service Providers Responsibility:
Provided complete airflow testing and hard copy report to include air changes per hour for each room and pressure relationship to surrounding spaces for the following spaces (see attachment 1 for floor plans showing the locations of each space):
Semi Annual Testing
Hours of Work
Service
SECONDARY
Bldg
Rm #
Typ Hrs
Days of Wk
IR
Treatment Room
200
E358
1700-0500 (M-F) Any time (S&S)
OR/PACU
OR1
200
E364
OR/PACU
OR2
200
E368
OR/PACU
OR3
200
E372
OR/PACU
OR4
200
E378
OR/PACU
OR 5
200
E380
Â
Â
Â
Â
Â
Â
Annual Testing
Hours of Work
Service
SECONDARY
Bldg
Rm #
Typ Hrs
Days of Wk
Logistics
1 S ORTHO
200
109
0700-1530
M-F
Logistics
2 N SCI
200
211
0700-1530
M-F
Logistics
2 SGU
200
236
0700-1530
M-F
SPS
RMD
200
245
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
309
0700-1530
M-F
Logistics
3 NORTH
200
314
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
336
0700-1530
M-F
Logistics
3 WEST
200
366
0700-1530
M-F
Logistics
4 SOUTH
200
427
0700-1530
M-F
Logistics
5 N DENTAL
200
501
0700-1530
M-F
Endo
Nurse Station
200
535
1700-0500 (M-F) Any time (S&S)
Endo
Corridor
200
536
Endo
Bathroom
200
537
Endo
Bathroom
200
538
Endo
Office
200
539
Endo
Mech Rm
200
540
Endo
Office
200
541
Logistics
5 S ENDO
200
542
Endo
Corridor
200
543
Endo
Procedure Rm
200
544
Endo
Procedure Rm
200
545
Endo
Procedure Rm
200
546
Endo
Lab
200
547
Endo
Dressing Rm
200
548
Endo
Storage
200
549
Endo
Decon Locker RM
200
550
Endo
Treatment RM
200
551
Endo
Pyxis Rm
200
535A
Endo
Recovery
200
536A - F
Endo
Closet
200
543A
Endo
Dressing Rm
200
544A
Endo
Dressing Rm
200
545A
Endo
Dressing Rm
200
546A
SPS
RMD
200
515
0700-1530
M-F
Logistics
6 NORTH
200
608
0700-1530
M-F
SPS
RMD
200
630
0700-1530
M-F
Logistics
1 N X-RAY
200
142C
0700-1530
M-F
Logistics
ENT
200
251A
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
309A
0700-1530
M-F
Logistics
ED/DERM
200
30A
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
336A
0700-1530
M-F
Logistics
4 NORTH
200
402A
0700-1530
M-F
Logistics
LAB
200
C201B
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
C31
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
C45
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
C45A
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
C47
0700-1530
M-F
Logistics
NUC MED
200
E121
0700-1530
M-F
SPS
RMD
200
E125C
0700-1531
M-F
Logistics
1 E PODIATRY
200
E125D
0700-1530
M-F
SPS
SPD Clean Area
200
E132
0700-1530
M-F
SPS
HAC
200
E132A
0700-1530
M-F
SPS
Office
200
E136
0700-1530
M-F
SPS
Equip Storage & Disp
200
E138
0700-1530
M-F
SPS
Male Locker
200
E138A
0700-1530
M-F
SPS
Toilet
200
E140
0700-1530
M-F
SPS
Shower
200
E140A
0700-1530
M-F
SPS
Washer Disinfector/SPD Dirty
200
E142
0700-1530
M-F
SPS
HAC
200
E142A
0700-1530
M-F
SPS
Decon Locker RM
200
E142B
0700-1530
M-F
SPS
Toilet
200
E142B1
0700-1530
M-F
SPS
Airlock
200
E142D
0700-1530
M-F
SPS
SPD
200
E144
0700-1530
M-F
SPS
Corridor
200
E152
0700-1530
M-F
Logistics
EYE
200
E211
0700-1530
M-F
SPS
RMD
200
E223
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
E312
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
E313
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
E316
0700-1530
M-F
AIIR
Airborne Infection Isolation Rm
200
E317
0700-1530
M-F
SPS
RMD
200
E318
0700-1530
M-F
Logistics
SCU
200
E330
0700-1530
M-F
SPS
RMD
200
E34
0700-1530
M-F
IR
Unlabeled
200
E347
1700-0500 (M-F) Any time (S&S)
IR
Surg Admin
200
E349
OR/PACU
PACU
200
E360
OR/PACU
Clean Utility
200
E360A
OR/PACU
Unlabeled
200
E360A1
OR/PACU
Nurse Station
200
E360B
OR/PACU
Supply Room
200
E360C
OR/PACU
Toilet
200
E360D
OR/PACU
Soiled Utility
200
E360E
OR/PACU
PreOp Area
200
E362
OR/PACU
Locker
200
E362A
OR/PACU
Toilet
200
E362A1
OR/PACU
Office
200
E362B
OR/PACU
Storage
200
E367
OR/PACU
Storage
200
E369
OR/PACU
HAC
200
E370
OR/PACU
Storage
200
E372A
OR/PACU
Soiled Utility
200
E373
OR/PACU
HAC
200
E374
OR/PACU
Storage
200
E375
OR/PACU
M. Locker/Toilet
200
E382
OR/PACU
F. Locker/Toilet
200
E384
OR/PACU
HAC
200
E386
OR/PACU
Clean Core
200
E390
OR/PACU
Lounge Dictating RM
200
E390A
OR/PACU
Sterilizer Area
200
E390B
OR/PACU
Corridor
200
E391
Logistics
WOMEN'S CLINIC
205
139
0700-1530
M-F
Logistics
PRIMARY CARE
205
250
0700-1530
M-F
Logistics
MENTAL HEALTH OUT PT
206
144
0700-1530
M-F
Logistics
UNIT 63 MENTAL HEALTH
206
318
0700-1530
M-F
Logistics
71 HOSPICE
207
108
0700-1530
M-F
Logistics
72 VET VILLIAGE
207
255
0700-1530
M-F
Logistics
73 PATRIOT PLACE
207
349
0700-1530
M-F
Logistics
HOME BASE PRIMARY CARE
207
132B
0700-1530
M-F
Logistics
GERIATRICS
207
143B
0700-1530
M-F
Logistics
PAIN CLINIC
208
106A
0700-1530
M-F
Logistics
NEUROLOGY
255
114
0700-1530
M-F
Â
Â
Â
Â
Â
Â
The service provider shall be either a certified member of AABC, NEBB, or TABB to perform TAB service for HVAC. The service provider shall be a certified firm and have certified professionals on staff. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the agency loses subject certification during this period, the CO and COR shall be immediately notified, and a corrective action plan submitted for approval. Any agency that has been the subject of disciplinary action by either the AABC, TABB or NEBB within the five years preceding Contract Award shall not be eligible to perform any work related to this contract.
Service provider: The service provider shall be either a member of AABC or TABB or an experienced technician of the Agency certified by NEBB. The certification shall be maintained for the entire duration of duties specified herein. If, for any reason, the Specialist loses subject certification during this period, immediately notify the CO and COR and submit another Specialist for approval. Any individual that has been the subject of disciplinary action by either the AABC or the NEBB within the five years preceding Contract Award shall not be eligible to perform any duties related to the HVAC systems, including TAB.
The service provider will be coordinating, scheduling, and reporting all work and related activities and will provide necessary information as required by the COR. The responsibilities would specifically include:
Shall directly supervise all testing work.
Shall sign the testing reports that bear the seal of the TAB standard. The reports shall be accompanied by report forms and schematic drawings required by the TAB standard, AABC, TABB or NEBB.
Would follow all testing work through its satisfactory completion.
All technicians performing actual testing work shall be experienced and must have done satisfactory work on a minimum of 3 projects comparable in size and complexity to this scope. Qualifications must be certified by the Service provider in writing. The lead technician shall be certified by AABC, TABB or NEBB.
Test Equipment Criteria: The instrumentation shall meet the accuracy/calibration requirements established by AABC National Standards, TABB/SMACNA International Standards, or by NEBB Procedural Standards for Testing, Adjusting and Balancing of Environmental Systems and instrument manufacturer. Provide calibration history of the instruments to be used for test and balance purpose.
Submit names and qualifications of TAB specialists 10 days prior to starting semi-annual, and annual testing.
Work/Service provided by VAME:
Coordinate with affected departments that are requiring testing
Provide escorts to areas to be tested.
Per VA Directive 1085, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service provider and their employees.
Service provider s employees shall not enter the facilities without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the facilities.
All employees of the service provider shall comply with VA security management program and obtain permission of the VA police, be identified by service and employer, and restricted from unauthorized access.
Service providers are required to have a badge request form filled out for all personnel (employees, sub-service providers, consultants, inspectors, etc.) Who will be on-station. Service provider will bring completed request forms to the project COR for signature. Service provider will then take signed badge requests to the VAME police department for processing prior to starting work on station. No personnel are allowed to perform any work on station before being issued a badge. No personnel are allowed to perform work on station if their badge is expired.
No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time.
VA reserves the right to close down or shut down the facilities and order Service provider s employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the contracting officer.
Prior to commencing work onsite, and each year thereafter, all Service providers and their provider personnel shall provide proof of receipt of seasonal influenza vaccination in compliance with VHA Direction 1013.
Prior to commencing work onsite, all Service providers and provider personnel shall provide proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives.
Prior to commencing work onsite, all Service providers and provider personal shall provide proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 4th, 2021
Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with Contracting Officer s Representative. Parking shall be first-come first-serve.
The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the contracting officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider's performance.
Working space and space available for storing materials shall be as determined by the COR.
Workers are subject to rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others.
Provide COR with a report or statement of work completed and include statements with requests for payment. Statement should include service completed and the date each service items was completed.
All service providers will sign in and out at engineering upon arrival and departure from station daily. Logbook can be found at B202, 2nd floor engineering.
All communications in regard to this contract should include the following number in the communication 402-23-141SC.
Period of Performance: 12 months from date of award with 4 option years.
Place of Performance: 1 VA center, Augusta ME 04330