BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in New York, New York. Contact the soliciting agency for additional information.

Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 541350, with a small business size standard of $11.5 million. The FSC/PSC is H359. The James J. Peters VA Medical Center, Bronx, NY has a requirement for annual inspection and testing of isolation power equipment in accordance with the most recent edition of NFPA 99 Health Care Facilities and NFPA 70 National Electric Code (Article 517). Vendor shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Annual inspection and testing of isolation power equipment. Contract Period: Base POP Begin: 05/15/2023 POP End: 05/14/2024 14 EA 1001 Annual inspection and testing of isolation power equipment. Contract Period: Option 1 POP Begin: 05/15/2024 POP End: 05/14/2025 14 EA 2001 Annual inspection and testing of isolation power equipment. Contract Period: Option 2 POP Begin: 05/15/2025 POP End: 05/14/2026 14 EA 3001 Annual inspection and testing of isolation power equipment. Contract Period: Option 3 POP Begin: 05/15/2026 POP End: 05/14/2027 14 EA 4001 Annual inspection and testing of isolation power equipment. Contract Period: Option 4 POP Begin: 05/15/2027 POP End: 05/14/2028 14 EA Statement of Work Isolation Power System Annual Service GENERAL: This is a non-personnel services contract to provide inspection and testing of isolation power equipment in accordance with the most recent edition of NFPA 99 Health Care Facilities and NFPA 70 National Electric Code (Article 517), as well as all manufacturers guidelines for preventative maintenance. BACKGROUND: Per Joint Commission requirements, regular inspection and testing is vital to ensuring that critical power systems, such as Isolation Power System (IPS), reliably perform their patient protection and fault monitoring role. NFPA 99 Article 6.3.4.1.4 requires that all Line Isolation Monitors be tested and documented at least every 12 months. DESCRIPTION OF SERVICES: The Contractor shall complete services on 14 Line Isolation Monitors/Panels. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform all work as defined in statement of work. The contractor shall perform to the standards in this contract and to manufacturer s designed specifications. Systems: Federal Pioneer DLIM-25-2-120MM GE MK IV 21-0702R PLACE OF PERFORMANCE: James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468 United States PERIOD OF PERFORMANCE: The government requires a contract for a base year and four option years: Base Period: May 15, 2023 through May 14, 2024 Option 1: May 15, 2024 through May 14, 2025 Option 2: May 15, 2025 through May 14, 2026 Option 3: May 15, 2026 through May 14, 2027 Option 4: May 15, 2027 through May 14, 2028 SCHEDULE: Services will be performed Monday through Friday (excluding federal holidays) during the facility s normal business hours (8:00 a.m. to 4:30 p.m.). The Contracting Officer Representative (COR) will coordinate work schedules with contractor. Federal Holidays*: -New Year s Day -Martin Luther King s Birthday -President s Day -Memorial Day -Juneteenth -Independence Day -Labor Day -Columbus Day -Veterans Day -Thanksgiving Day -Christmas Day *Federal holidays include any holiday declared by the President. Note: Holidays that fall on Saturday are observed on the preceding Friday and holidays that fall on Sunday are observed on the following Monday. Any questions pertaining to scheduling should be directed to the COR. REQUIREMENTS Annual inspection and testing per NFPA 99 guidelines. Articles are specified, if applicable. Measurement of system voltages Operation of Line Isolation Monitor test function (6.3.4.1.4) Verification of Line Isolation Monitor alarm point calibration (6.3.2.6.3.2) Simulated 5mA fault L1 Gnd and L2 Gnd (6.3.3.3.2.1) Remote annunciator operation if present (6.3.2.6.3.4) Measurement of system Total Hazard Current (THC) Calculation of system line to ground impedance from line voltage and THC Measurement of touch voltage on conductive surfaces in patient care vicinity (6.3.3.1.3) Measurement of grounding impedance between room reference and IPS receptacles (6.3.3.1.4) Written report including: Test results Recommendations for repairs/upgrades, as needed QUALIFICATIONS, EXPERIENCE & TECHNICAL CAPABILITY: The contractor shall have at least one (1) year experience comparable in size, scope, and complexity. Relevant experience is experience that took place in similar buildings, structures, or equipment. Contractor employees shall be knowledgeable of original equipment manufacturer standards associated with conducting operation for all equipment associated with building Isolation Power Systems. Contractors shall provide evidence of relevant experience and credentials indicating that the vendors technicians have been properly trained and are qualified to inspect the equipment. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors: Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not beA collectedA by the VA;A contractorsA shall, at all times,A adhere to and ensure compliance withA federal laws designed to protect contractor employee health informationA and personally identifiable information.A Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool.A Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contactA and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces.A ContractorsA shall, at all times,A adhere to and ensure compliance withA federal laws designed to protect contractor employee health informationA and personally identifiable information.A Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) Addendum to 52.212-1, Instructions to Offerors Commercial Products and Commercial Services applies; see further below on this notice for details. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) End of Addendum to 52.212-1 FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Dec 2022) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) Addendum to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.204-13, System for Award Management Maintenance (Mar 2000) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.217-9, Option to Extend the Term of the Contract (Nov 2021) Within 30 days of contract expiration VAAR 852.201-70, Contracting Officer s Representative (Dec 2022) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.211-72, Technical Industry Standards (Nov 2018) National Fire Protection Association NFPA 99 and NFPA 70 VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) VAAR 852.215-71, Evaluation Factor Commitments (Oct 2019) VAAR 852.232 72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.242.71, Administrative Contracting Officer (Oct 2020) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEC 2022) The following subparagraphs of FAR 52.212-5 are applicable: All of subparagraph (a) Subparagraph (b)(12), FAR 52.219-4 Subparagraph (b)(19), FAR 52.219-14 Subparagraph (b)(22)(i): FAR 52.219-28 Subparagraph (b)(27): FAR 52.222-3 Subparagraph (b)(29): FAR 52.222-21 Subparagraph (b)(30)(i): FAR 52.222-26 Subparagraph (b)(32)(i): FAR 52.222-36 Subparagraph (b)(35)(i): FAR 52.222-50 Subparagraph (b)(44): FAR 52.223-18 Subparagraph (b)(51): FAR 52.225-13 Subparagraph (b)(58): FAR 52.232-33 Subparagraph (c)(1): FAR 52.222-41 Subparagraph (c)(2): FAR 52.222-42 https://www.dol.gov/sites/dolgov Subparagraph (c)(7): FAR 52.222-55 Subparagraph (c)(8): FAR 52.222-62 All of subparagraph (d) All of subparagraph (e) Other terms and conditions: CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management. INVOICES: Invoices shall be submitted in arrears annually, after performance tasks are complete and accepted. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Tungsten Network: https://us.tungsten-network.com/ Quoter shall submit the following: A technical capability statement, relevant professional qualifications and experience, past performance references, and a price submission. All quotes shall be sent to the Department of Veterans Affairs, Network Contracting Office (NCO) 2 via email to Contract Specialist Chris Weider at Christopher.Weider@va.gov. Award will be made in accordance with the Simplified Acquisition Procedures of FAR 13. Options will be evaluated at time of award. The following are the decision factors: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability Past Performance Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical Capability: The quotation will be evaluated to the extent to which it can meet or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. The quotation should provide a clear explanation of the organization s ability to perform inspection and testing of isolation power equipment as described in the statement of work. The following discussion points will be used to evaluate offerors technical capability: Proficiency: Contractor shall submit a quotation that demonstrates their understanding of the requirement in accordance with the Statement of Work and their knowledgeable of OEM standards associated with conducting operation of all equipment associated with the listed isolation power equipment. Experience: The quoter shall provide 2-3 instances of experience of similar scope within the past 3 years. The Contractor shall be a firm regularly engaged in IPS inspection and testing. Expertise and experience shall be of such extent to provide knowledge of OEM standards associated with conducting operation for all equipment associated with building Isolation Power Systems. Offerors shall provide evidence of relevant experience and credentials indicating that the vendors technicians have been properly trained and are qualified to inspect the equipment. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options will be evaluated for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Addendum to 52.212-1, Instructions to Offerors-Commercial Product and Commercial Services: Submission of Offers: Offers shall be received no later than 4:30pm ET on April 26, 2023. Offers received after this time may not be considered for award. Offers not following the specific instructions within this solicitation may not be considered. General Offeror Instructions: Offers shall clearly demonstrate an understanding of requirements, as well as convey the Offeror s capability for transforming its understanding into successful performance under the terms of a contract(s) resulting from the RFQ. A complete Offer shall consist of a technical capability statement that does not exceed ten pages, evidence of technical competence, past performance references, and a price submission. Credentials and training documentation shall not be counted as part of the capability statement page limit. Incomplete Offers will be considered non-responsive and may not be further evaluated. Offer Content and Submission Instructions: Offerors are responsible for ensuring that offers fully comply with all requirements. Each offer shall clearly demonstrate that the Offeror understands the technical requirements of the Statement of Work (SOW). Failure to explain Offeror s ability to meet all requirements may result in the Offeror's offer not being considered. The narrative shall provide the Government with a reasonable assurance that the company has the relevant experience, capacity and capability required to meet potential contract requirements. A restatement of the statement of work will be deemed unacceptable and may result in the assignment of a lower technical rating. Format for Submission: All items shall be submitted as described below. The offeror shall submit one (1) electronic version emailed with all offer materials to the Contract Specialist by the specified due date/time. The offeror is responsible for confirming their submission was received. End of Addendum to 52.212-1 To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contract Specialist, Chris Weider, Christopher.Weider@va.gov, 716-862-7461 x22470

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
948
Active Projects
529
Bidding Soon
7,324
All Active Projects
3,050
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

April 26, 2023

May 15, 2023

img_map_placeholder

130 W Kingsbridge Rd, New York, NY


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.