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 West Haven, Connecticut. Contact the soliciting agency for additional information.

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 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 RFQ 36C24124Q0423. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238220 (Plumbing, Heating, and Air-Conditioning Contractors) size standard $19 million. This is an SDVOSB set-aside. VA Connecticut Healthcare System West Haven and Newington Campuses requires complete Airflow Testing of the rooms listed by building and room number. VACHS is currently seeking services for all labor, materials, transportation, parts, and expertise necessary to provide quarterly and annual testing and air balancing required. Please reach out to Melissa Metevelis melissa.metevelis@va.gov 2003-932-5711 x4199 or Chris Metner christopher.metner@va.gov for all technical questions with the below SOW. All interested companies shall provide quotations for the following: STATEMENT OF WORK BACKGROUND VA Connecticut Healthcare System West Haven and Newington Campuses requires complete Airflow Testing of the rooms listed by building and room number. VACHS is currently seeking services for all labor, materials, transportation, parts, and expertise necessary to provide quarterly and annual testing and air balancing required. Please price for 4 quarterly tests, 1 annual test, and how much it would be to air balance if a room is found unsatisfactory. The rooms are listed below in the description of service. Also price out for Base year and 4 option years. JUSTIFICATION Veterans Health Administration (VHA) seeks to continue to improve the operational capabilities by establishing services that result in fewer operational problems, improved communications, increased efficiency within the facility and to improve the quality of services to veterans. LOCATION OF SERVICES VA Medical Center West Haven 950 Campbell Avenue West Haven, CT 06516 VA Medical Center Newington 555 Willard Avenue Newington, CT 06111 PERIOD OF PERFORMANCE Base contract period shall be 06/01/2024 05/31/2025. The contract will also contain the provision for (4) annual option years: Option Year 1: 06/01/2025 05/31/2026 Option Year 2: 06/01/2026 05/31/2027 Option Year 3: 06/01/2027 05/31/2028 Option Year 4: 06/01/2028 05/31/2029 QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of the West Haven and Newington Campuses of the VA Connecticut Healthcare System and have been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment that he/she is being asked to provide services for. Bidders shall provide upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. 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 (5) 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 (5) 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 related activities and will provide necessary information as required by the COR. The responsibilities include: Complete air balancing to design specifications and manufacturers equipment design standards. 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. Shall make special notations of variances from design quantities which exceeds plus or minus ten percent of design specifications. Shall ensure any holes or openings made in duct work to facilitate testing are plugged, sealed, and labeled for intended purpose upon completion of work. Shall supply all labor, material, equipment, tools, supervision and all incidentals to complete Dispersed Oil Particulate (DOP) testing on all HEPA filters in all Air Handlers/Supply/Return/Exhaust noted herein which contain HEPA filters in the supply/return/exhaust and shall be tested in accordance with current ASHRAE standards in addition to Federal Standard 209E, ISO 14644, IEST RP-006.3 and AFM procedural standard AHFB0607. All leaks shall be sealed by acceptable trade practice and retested to ensure that each system meets the acceptable particle count standards as per the herein referenced standards and codes. Testing shall be completed by the total probe scan method, installation pressure drop testing, monitoring for temperature and humidity, room pressurization testing and air exchanges per hour. Follow all testing work through its satisfactory completion; document all findings and results and submit a detailed work order ticket per unit and/or test at end of the day s work to the COR and VA Contracting Officer. Include the same information in the follow up formal report with clear call outs for findings and recommendations. All technicians performing actual testing work shall be experienced and must have satisfactory performance on a minimum of three projects comparable in size and complexity to this scope. Qualifications must be certified by the Service Provider in writing. The lead technician and all assigned technicians 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 purposes as part of every formal report for every unit and/or test. . Submit names and qualifications of TAB specialists a minimum of ten (10) business days prior to starting quarterly and annual testing in writing to the COR and the VA Contracting Officer. Subcontracting of ay ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SCOPE OF WORK The contractor shall furnish all labor, materials, equipment, tools, supervision, and all incidentals to complete the work for the services described in this document including testing, inspections and unscheduled service calls. Scheduled maintenance shall be completed Monday through Friday outside of regular business hours after 5:00 p.m. and before 6:00 a.m. a minimum notice of three (3) weeks. No work shall be performed on Government Holidays unless an emergency status has been indicated by the VA Contracting Officer. Description of Services: Quarterly and Annual Airflow Testing to maintain compliance with: VHA Directive 1116 Sterile Processing Services (SPS) 2023 ANSI/ASHRAE/ASHE Standard 170-2017 Ventilation of Healthcare Facilities VHA HEFP HVAC Design Manual Rev November 1, 2022. Semi- Annual HEPA filter testing. Schedule and coordinate areas to be tested with the COR and with a three (3) week notice. Provide 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 room). West Haven Quarterly Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 1 SG-173 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Prep 1 SG-192 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Decon 1 SG-193 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Decon Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Prep Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 2106 8:00 a.m. 4:30 p.m. Saturday - Sunday OR Bulk Storage 1 2216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3219 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3234 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3258A 8:00 a.m. 4:30 p.m. Saturday - Sunday West Haven Bi-Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week Oncology Infusion 2 5203 8:00 a.m. 4:30 p.m. Saturday - Sunday 8:00 a.m. 4:30 p.m. Saturday - Sunday West Haven Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 1 SG-173 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Prep 1 SG-192 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Decon 1 SG-193 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Decon Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday SPS Steris Prep Mobile Mobile 8:00 a.m. 4:30 p.m. Saturday - Sunday Inpatient Pharmacy Pharmacy 1 G220 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Biohazard 1 G220C 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Chemo Room 1 G220F 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Buffer Room 1 G220G 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Ante Room 1 G220E 4:00 p.m. 11:00 p.m. Monday Friday Inpatient Pharmacy Clean Prep 1 G220H 4:00 p.m. 11:00 p.m. Monday Friday CATH Lab Scrub Room 1 1109 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Procedure 1 1111 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Control Room 1 1117 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Procedure 1 1115 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Control Room 1 1110 8:00 a.m. 4:30 p.m. Saturday - Sunday CATH Lab Cath Storage 1 1107 8:00 a.m. 4:30 p.m. Saturday - Sunday IR Angiography 1 1128 8:00 a.m. 4:30 p.m. Saturday - Sunday IR PAX Room 1 1129 4:00 p.m. 11:00 p.m. Monday Friday IR RAD Storage 1 1130A 8:00 a.m. 4:30 p.m. Saturday - Sunday Blood Lab Clinical Lab 1 1229 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1193 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1195 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Blood Bank 1 1196 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Molecular Diagnostics 1 1197 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Pharma Cogenetics 1 1202 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Media Prep 1 1203 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Media Prep 1 1205 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Microbiology 1 1208 4:00 p.m. 11:00 p.m. Monday Friday Blood Lab Molecular Diagnostics 1 1213 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Microscopy 1 1185 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Surgical Anatomic Pathology 1 1180 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Histology 1 1175 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Cytology 1 1174 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Supply 1 1173 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Anatomic Pathology 1 1169 4:00 p.m. 11:00 p.m. Monday Friday Laboratory Lab 1 1165 4:00 p.m. 11:00 p.m. Monday Friday SICU Isolation Room 1 3119 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy Scope Storage 1 3194 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy Decon 1 3189A 4:00 p.m. 11:00 p.m. Monday Friday Endoscopy OER/HLD 1 3189B 4:00 p.m. 11:00 p.m. Monday Friday OR RMD Storage 1 2106 8:00 a.m. 4:30 p.m. Saturday - Sunday OR Bulk Storage 1 2216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3219 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3234 8:00 a.m. 4:30 p.m. Saturday - Sunday OR RMD Storage 1 3258A 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 1 OR Suite 1 3216 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 2 OR Suite 1 3258 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 3 OR Suite 1 3236 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 4 OR Suite 1 3238 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 5 OR Suite 1 3227 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 6 OR Suite 1 3244 8:00 a.m. 4:30 p.m. Saturday - Sunday OR 7 OR Suite 1 3246 8:00 a.m. 4:30 p.m. Saturday - Sunday Pre Op OR Suite 1 3212 8:00 a.m. 4:30 p.m. Saturday - Sunday PACU OR Suite 1 3251 8:00 a.m. 4:30 p.m. Saturday - Sunday FLEX Isolation 1 5167 4:00 p.m. 11:00 p.m. Monday Friday FLEX Isolation 1 5168 4:00 p.m. 11:00 p.m. Monday Friday FLEX Isolation 1 5169 4:00 p.m. 11:00 p.m. Monday Friday MICU Bronch Room 1 5216 4:00 p.m. 11:00 p.m. Monday Friday 6W Isolation 1 5167 4:00 p.m. 11:00 p.m. Monday - Friday 6W Isolation 1 6127 4:00 p.m. 11:00 p.m. Monday Friday 6W Isolation 1 6128 4:00 p.m. 11:00 p.m. Monday Friday Psych ED Exam Room 2 1209 4:00 p.m. 11:00 p.m. Monday Friday Psych ED Exam Room 2 1210 4:00 p.m. 11:00 p.m. Monday Friday Psych ED Exam Room 2 1211 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123F 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123D/E 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Treatment Room 2 G123D/E 4:00 p.m. 11:00 p.m. Monday Friday Psych ED Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Dialysis Isolation 2 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Active Storage 2 2104 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Storage 2 2104D 4:00 p.m. 11:00 p.m. Monday Friday Outpatient Pharmacy Vault 2 2104DA 4:00 p.m. 11:00 p.m. Monday Friday Dental Storage 2 2120 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2119 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2118 4:00 p.m. 11:00 p.m. Monday Friday Dental Storage 2 2117E 4:00 p.m. 11:00 p.m. Monday Friday Dental Exam 2 2117D 4:00 p.m. 11:00 p.m. Monday Friday Dental Exam 2 2117C 4:00 p.m. 11:00 p.m. Monday Friday Dental Exam 2 2117B 4:00 p.m. 11:00 p.m. Monday Friday Dental Laboratory 2 2117A 4:00 p.m. 11:00 p.m. Monday Friday Dental Storage 2 2116 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2116B 4:00 p.m. 11:00 p.m. Monday Friday Dental Operatory 2 2118B 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Office 2 2228 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Mail Room 2 2227 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Office 2 2226 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Lab 2 2224 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Conference 2 2222 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Washroom 2 2220 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Sterilizing 2 2221 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Office 2 2220B 4:00 p.m. 11:00 p.m. Monday Friday TB Lab Media Preparation 2 2219 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Fume Hood 2 2219 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Contamination 2 2217 4:00 p.m. 11:00 p.m. Monday - Friday TB lab Lab 2 2216 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab EKR 2 2215 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Washroom 2 2215A 4:00 p.m. 11:00 p.m. Monday - Friday TB Lab Corridor 2 Corridor 4:00 p.m. 11:00 p.m. Monday - Friday Pharmacy Nursing 2 5202 4:00 p.m. 11:00 p.m. Monday Friday Animal Research Operating Room 2 8134 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Clean Linen 2 8134A 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8135 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Operating Room 2 8136 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Operating Room 2 8136A 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8138 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8140 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8141 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8145 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8147 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8148 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8102 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8104 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8105 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8106 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Operating Room 2 8107 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8108 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8111 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8113 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8115 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8117 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8118 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8119 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8120 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8122 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8123 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Lab 2 8124 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Feed Stock Room 2 8125 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 2 8131 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 5 C252 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 5 C253 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 5 C254 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 27 160 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 27 161 8:00 a.m. 4:30 p.m. Monday - Friday Animal Research Animal Quarters 27 162 8:00 a.m. 4:30 p.m. Monday - Friday Newington Quarterly Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 2E B144A 8:00 a.m. 4:30 p.m. Saturday SPS Decon 2E B156 8:00 a.m. 4:30 p.m. Saturday SPS Prep 2E B157 8:00 a.m. 4:30 p.m. Saturday SPS RMD Storage 2E 3100 8:00 a.m. 4:30 p.m. Saturday Newington Annual Testing Hours of Work Service Secondary Bldg Room Typ Hours Days of Week SPS Soft Supply Storage 2E B144A 8:00 a.m. 4:30 p.m. Saturday SPS Decon 2E B156 8:00 a.m. 4:30 p.m. Saturday SPS Prep 2E B157 8:00 a.m. 4:30 p.m. Saturday SPS RMD Storage 2E 3100 8:00 a.m. 4:30 p.m. Saturday Pharmacy Dispensing/Assembly 2C 2205 8:00 a.m. 4:30 p.m. Saturday Pharmacy Active Storage 2C 2207 8:00 a.m. 4:30 p.m. Saturday Pharmacy Prescription Receiving 2C 2204A 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2121 8:00 a.m. 4:30 p.m. Saturday Pharmacy Prep 2C 2215 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2214 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2123 8:00 a.m. 4:30 p.m. Saturday Pharmacy Storage 2C 2126 8:00 a.m. 4:30 p.m. Saturday Pharmacy Vault 2C 2126A 8:00 a.m. 4:30 p.m. Saturday Dental Storage 2C 2115 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2101 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2112 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2110 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2109 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2108 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2107 8:00 a.m. 4:30 p.m. Saturday Dental Dental Lab 2C 2106 8:00 a.m. 4:30 p.m. Saturday Dental Exam Room 2C 2105 8:00 a.m. 4:30 p.m. Saturday Dental Accumulation Room 2C 2104 8:00 a.m. 4:30 p.m. Saturday Dental Accumulation Room 2C 2102A 8:00 a.m. 4:30 p.m. Saturday Dental Dental X-Ray 2C 2102 8:00 a.m. 4:30 p.m. Saturday HVAC Systems to be Air Balanced and HEPA DOP Tested West Haven Campus: Mechanical Air Handler Unit and Exhaust Equipment Schedule Building Room Service Area 1 6137M 6 East 1 5150 5 East and South MICU 1 5206 OR 2, 3, 6, 7 1 4260 OR 1, 5 1 4260 SICU 1 4181 4 West 1 10th Floor Endoscopy 1 2213B OR Storage and EMS Breakroom 1 2222 1st Floor Ultrasound AHU 5 1 2222 OR Locker and Library AHU 6 1 1207 IAQ 1 1218 Hematology 1229 1 Cardiology Roof Cath Lab 2 Room 1111 1 Nuclear Med Roof Cath Lab 1 Room 1115 1 Cardiology Roof 1st Floor Old Psych/ Cardiology 1 Subground SPS 1 Subground SPS 1 Pharmacy Roof Inpatient Pharmacy 1 SG174 SPD Unit 1 SG129 Ground Cardiology/ MRI 1 SS6 Morgue 2 9 Interior Animal Lab 2 8 Exterior Animal Lab Chiller 2 8 7 DNA Lab 2 6 Cancer Center 2 5185 5 West 2 2102 Pharmacy Corridor 2 2120 Dental 2 2113 Penthouse First AHU Front ER 2 2113 Penthouse Middle AHU Dialysis 2 2113 Penthouse End AHU ER Clinic 2 2200 TB Lab 2 G132 Electrical Lockup AHU 2 G139A New Orleans AHU 7 2 G139B AHU 5 2 G139 Switchgear Room 2 G142A Sterile Storage 2 6th Floor AHU 6 2 7th Floor AHU 1 HVAC Systems to be Air Balanced and HEPA DOP Tested Newington Campus: Lab AHU #1 and Exhaust Located B2E Basement SPS AHU #2 and Exhaust Located B2E Basement Dental AHU B2C Penthouse Pharmacy AHU C01 and Exhaust Located B2W Basement Negative Air Machines at West Haven Campus: VAMC West Haven has (10) negative air machines. The Service provider shall test these machines utilizing the following performance evaluation tests: In-place HEPA filter leak test, airflow volume test, and magnehelic gauge reading, where applicable. Filters shall be tested using aerosol challenge and aerosol photometer downstream filter probe test method. Individual equipment test reports shall be included in final report submittals. Make note on the reports if the filters and/or negative air machines fail to meet the manufacturers requirements for proper operation. Negative Air Machines at Newington Campus: VAMC Newington has (06) negative air machines. The Service provider shall test these machines utilizing the following performance evaluation tests: In-place HEPA filter leak test, airflow volume test, and magnehelic gauge reading, where applicable. Filters shall be tested using aerosol challenge and aerosol photometer downstream filter probe test method. Individual equipment test reports shall be included in final report submittals. Make note on the reports if the filters and/or negative air machines fail to meet the manufacturers requirements for proper operation. Unscheduled/Emergency Service Calls Requirements: Unscheduled service calls shall be performed at the direction of the VA Contracting Officer. The vendor and the VA Contracting Officer will agree on the Scope of Work and labor hours prior to the commencement of work. Emergency service and repairs shall be available on a 24 hour per day basis and will be invoiced at the prevailing straight time or overtime contract customer rate. Vendor shall submit the following associated with unscheduled service calls. Labor Hours: Minimum 6 Hours SUBMITTALS/DELIVERABLES The Service provider shall furnish Certificates of Calibration for all instruments used in conducting the balancing of systems and DOP testing of HEPA filters where applicable including, function, minimum range, minimum accuracy, minimum resolution, manufacturer, model, serial number, frequency of calibration, and date of last calibration. The Service provider shall furnish a detailed written report making special notations of variances from design quantities which exceed plus or minus ten percent of design specifications. The Service provider shall furnish Project Synopsis Detailed Written Report of performance test procedures, Equipment ID, and orientation drawings of each performance test and statistical data analysis with all findings and recommendations clearly called out. The Service provider shall submit two (2) hard copies and electronic copy of all maintenance, testing, and inspection data/reports to the COR within thirty (30) calendar days of completion of work. Billing subject to the receipt and acceptance of testing and reports per service unit. The contractor shall submit any waste manifest documents as applicable with final reports. Work hours and service calls for corrective maintenance shall be as follows: Normal routine service shall occur during normal business hours. 7:30 a.m. to 4:00 p.m., Monday through Friday. Correction/Emergency service shall be provided 24 hours, 7 days per week. During this period, corrective, emergency maintenance will be initiated by the VA Connecticut Healthcare System call to the contractor s service center, which must be acknowledged within 2 hours (per a call back to review details of concerns, suspect causes, and outcomes.) A fully qualified and competent service technician must be on site at the start of the next first shift on Monday Friday to address specific concerns. The equipment and its operation shall be restored to full service within two (2) hours of arriving on the job site, barring extenuating circumstances (e.g., required replacement parts). Full service means that defective parts have been replaced with parts that meet or exceeds the manufacturers original specifications and that the equipment meets or exceeds the manufacturers original performance specifications. c. Annual preventative maintenance work (90%) or better) shall be completed no less than one calendar month before the end of each annual contract period. d. Contractor shall cover all costs for preventative maintenance services for labor and materials (e.g. calibrations of gauges, valves, equipment settings, transmitters and controls including shipping, handling, and freight. e. All labor, materials, parts, and supplies for corrective/emergency maintenance will be paid for by the VA before the material is procured and/or the work is completed, or the contractor may be perceived as proceeding at risk. Contractor shall submit all proposals within two (2) working days of field assessment for determination of issue(s) and acceptance of corrective action plan. f. Authorization to procure and complete corrective/emergency maintenance work shall be per verbal or written direction of the VA Contracting Officer or per Purchase Order Number issuance upon approval and funding of cost for correction) and upon which the contractor shall provide all labor, parts, and or materials necessary for correction/emergency maintenance work. SPECIAL INSTRUCTIONS Contractor Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 15 and receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor shall provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced, the name of the representative, and the services performed, and parts replaced and labor hours. The reports shall be delivered within five business days. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. 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 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 VA Contracting Officer. Prior to commencing work onsite, all Service providers and provider personnel shall furnish 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 personnel shall furnish proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 04, 2021. Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA 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 the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. TERMS AND CONDITIONS User Responsibility: The contractor shall not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. All work is subject to inspection, review and approval by the HVAC Supervisor, Utility System Supervisor, Chief M&O, Chief Engineer, and/or their designees. Evaluation Process Award will be made to the best price, 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. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Vendor shall provide a quote for the services above. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of service if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. 3. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). i. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (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, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Newington VAMC WD 2015-4119 (Rev-26) and West Haven VAMC WD 2015 4127 (Rev-26), 52.222-42, 52.222-43, 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 NLT 05/17/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0423 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

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
441
Active Projects
259
Bidding Soon
4,168
All Active Projects
1,751
Updated Recently

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.

May 17, 2024

June 1, 2024

img_map_placeholder

Multiple Locations, West Haven, CT

The best commercial construction data available. Period.

Access 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.

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.