H165--Airflow Testing ISOLATION ROOM SVS/644-22-1-224-0017
Page 7 of 7 Page 7 of 7 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a cont... Page 7 of 7 Page 7 of 7 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Veterans Health Administration (VHA) has a requirement at the Phoenix VA Medical Center, located at 650 E. Indian School Rd, Phoenix, AZ, for preventive maintenance and repair of Airflow Isolation rooms for the Phoenix VA Health Care System (PVAHCS). Requirements: The Phoenix VA Health Care System requires a service agreement to provide preventive maintenance, semi-annually and annually that encompasses calculation and analysis of the various rooms described in the Statement of Work. 2. Qualification of Contractors: (a) The contractor shall be a firm regularly engaged in the repair, maintenance and servicing of the various rooms mentioned in the SOW. Their expertise, experience, and regular business shall include the repair, maintenance, and servicing of the rooms mentioned in this requirement. Their expertise and experience shall be of such extent to provide the knowledge of the specific rooms and the scope of repairs, maintenance and servicing generally found in hospital use. They shall possess all the manpower, equipment, tools, and ready sources of parts as necessary to promptly, skillfully, and expertly carry out the conditions of the contract. All work shall be performed by mechanics and helpers certified by the National Environmental Balancing Bureau. Proof of personnel certification shall be furnished to the Contracting Officer with the Offeror s proposal by the due date specified on the SF1449, block 8. INSPECTIONS: Isolation rooms shall be inspected and tested annually. This testing will consist of: Measure Supply CFM/Exhaust CFM Re-Balance space if needed Rebalance Exhaust Fan if needed Rebalance Constant Volume AHU Trunk if needed Rebalance VAV and Calibrate if needed Measure Room Cubic Area Calculate Cubic Ft of Room Calculate Air Change Rate Verify Room Pressure Monitor Calibrate if needed If a holiday falls on the scheduled day of inspections, the required inspection will be performed on the following workday. Records of inspection shall be submitted to Contracting Officer s Representative (COR) on the date performed. Each of the 2 Nuclear Med Isolation rooms shall be inspected and tested semi-annually. This testing will consist of: Measure Supply CFM/Exhaust CFM Re-Balance space if needed Rebalance Exhaust Fan if needed Rebalance Constant Volume AHU Trunk if needed Rebalance VAV and Calibrate if needed Measure Room Cubic Area Calculate Cubic Ft of Room Calculate Air Change Rate Each of the 7 Operating Rooms shall be inspected and tested annually. This testing will consist of: Measure Supply CFM/Exhaust CFM Re-Balance space if needed Rebalance AHU if needed. Recalibrate Phoenix Valves if needed Rebalance Air Outlets if needed Rebalance Cascading Air Pressure if needed Measure Room Cubic Area Calculate Cubic Ft of Room Calculate Air Change Rate Verify Room Pressure Monitors Calibrate if needed Verify Room Temperature Sensors Calibrate if needed Verify Room Humidity Sensors Calibrate/replace if needed Verify Supply Air Temperature Sensors Each of the 5 SPS/SPD rooms shall be inspected and tested annually. This testing will consist of: Measure Supply CFM/Exhaust CFM Re-Balance space if needed Rebalance Exhaust Fan if needed Rebalance AHU if needed Rebalance VAV and Calibrate if needed Rebalance Cascading Air Pressure if needed Measure Room Cubic Area Calculate Cubic Ft of Room Calculate Air Change Rate Verify Room Pressure Monitor Calibrate if needed The Laundry pit room shall be inspected and tested semi-annually. This testing will consist of: Exhaust CFM Re-Balance Exhaust Fan if needed Measure Room Cubic Area Calculate Cubic Ft of Room Calculate Air Change Rate HOURS OF WORK: Work required in the performance of this contract shall be conducted during the hours as outlined below: A. Maintenance service shall be completed during normal duty hours 7 AM 3 PM Monday through Friday except federal holidays or the days observed in lieu thereof by the VA. B. Contractor shall prepare a base schedule for all maintenance activities for the duration of the service contract and contact the Boiler Plant Supervisor or HVAC work lead to coordinate an inspection date no later than one month prior to inspection due date. Due to inability to predict room availability, contractor may be unable to perform testing if room is occupied. Contractor must coordinate with Nursing staff assigned to the room for an available time to perform the maintenance. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333413 Industrial and Commercial Fan and Blower Air Purification Equipment Manufacturing (500 employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to william.cornick@va.gov. All information submissions shall be received no later than 4:30 PM Pacific Standard Time on Tuesday, August 24, 2021. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
Data sourced from SAM.gov.
View Official Posting »