Combined Synopsis Solicitation Togus VAMC Airflow Testing
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q0839 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.
(iv) This requirement is being issued as an open market, veteran-owned small business set-aside. The associated NAICS code is 238220 - Plumbing, Heating, and Air Conditioning Contractors and small business size standard is $19 million.
(v) The Government intends to award a firm-fixed price award for Airflow Testing at the Togus VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary for Airflow Testing IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details.
(vii) The Place of Performance is Togus VAMC as described per the PWS.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020); 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 852.273-70 Late Offers (NOV 2021)
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. 52.212-3 Offer Representation and Certification-Commercial Products and Commercial Services (DEC 2022).
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Monday, 14 August 2023 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line-item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the work IAW the PWS. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the PWS in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (DEC 2022), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.215-70 Service-Disabled Veterans-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), , 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020).
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Vermont Windsor County WD #2015-4139 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due Friday, 18 August 2023 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted.
(xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov
PRICE SCHEDULE
Item Number
Description of Supplies/Services
Quantity
Unit
Unit Price
Amount
Base Year
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 1
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 2
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 3
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 4
Vendor will provide all services in accordance with the Statement of Work
1
JB
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
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 regarding this contract should include the following number (402-23-141SC) in the communication.
Place of Performance:
Togus VA Medical Center,
1 VA Center,
Augusta, ME 04330
Period of Performance:
Base + 4 Option Years
Attachment 1:
Floor Plans