J065--Medical Gas System Preventive Maintenance and Service - New Jersey Healthcare System-East Orange and Lyons Campuses

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: New Jersey
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 9, 2024
Due: Apr 16, 2024
Solicitation No: 36C24224Q0539
Publication URL: To access bid details, please log in.
Follow
J065--Medical Gas System Preventive Maintenance and Service - New Jersey Healthcare System-East Orange and Lyons Campuses
Active
Contract Opportunity
Notice ID
36C24224Q0539
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 09, 2024 03:00 pm EDT
  • Original Response Date: Apr 16, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    New Jersey Healthcare System East Orange and Lyons Campuses , NJ
    USA
Description
This is a Sources Sought Notice

(a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited.

(b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only.

(c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law.

(d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY, for the purpose of collecting information about Medical Gas System Maintenance and Service at New Jersey Healthcare System East Orange and Lyons Campuses. The VA is seeking to provide for this requirement as of May 16, 2024, to establish a new contract. The NAICS code identified for this requirement is 811210 Electronic and Precision Equipment Repair and Maintenance. The requirement is detailed in the Statement of Work section of this document.

(e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these services, are encouraged to email a capability statement and full information to Levi Russin at Levi.Russin@va.gov.

- Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category(service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic.
If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy.
The following information is required for determining procurement strategy and viability of sources:
Set aside requirements have limitations on subcontracting. This service is located in East Orange and Lyons, NJ. Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work?
If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company?
How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity?
How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years?
How many certified/licensed technicians does your company currently employ?
- Contractors shall also identify any Federal Supply Schedules that may carry the desired services.
- Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors.
- Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs.
- Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded.
- Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable.
- Contractors shall include any relevant comments about the Attachment(s) if applicable.
Below is the Limitation on Subcontracting Certificate of Compliance Clause. Please complete this as part of your response.
852.219-77Â 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) [ ] 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 852.219-10 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 852.219-10 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 852.219-10 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.
Certification:
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)


Statement of Work
MEDICAL GAS SYSTEMS
NJ VA MEDICAL CAMPUSES
Overview:
The New Jersey Healthcare System at Lyons and East Orange campuses has a requirement for preventive maintenance on their medical gas systems. We are currently seeking a full service and preventative maintenance contract for both campuses. The contractor shall perform quarterly preventative maintenance (PM) services on each piece of equipment outlined in this scope of work.

Scope:
The contractor shall provide all labor, materials, and equipment necessary for a full preventive maintenance program. PM shall include annual inspection and testing of the equipment. It shall also include evaluation of the medical gas system in accordance with NFPA 99, VA specifications and the terms within this statement of work.

Performance Period:
The period of performance for this contract will include a base year plus one option year. Note: the government has the option to not exercise the option years.

Base Period: May 2024 to September 2024
Option Year One: October 2024 to September 2025

The contractor shall provide quarterly services in July, October, January, and April.

Hours of Work:
All work must be performed Monday through Friday during the hours of 8:00 AM to 4:30 PM; except for the Operating Room and Recovery Rooms, which will be done at night or on weekends as scheduled and approved by the COR. No work shall be performed on Saturdays, Sundays, and Holidays unless otherwise stated and approved by the COR.

Reports:
The contractor will provide a copy of service report to the COR. The report will include a list of all preventive maintenance checks completed, as well as, identified problems and/or deficiencies found. The contractor will provide two inspection reports to the COR following completion of evaluation. The inspection documents will include, as a minimum, test parameters consisting of terminal performance, valve testing, cross connections, alarm testing, leak detection, equipment evaluation, contaminant, particulate and dewpoint testing. The service reports must be signed by both the service provider and the COR at completion of work. An electronic version of same shall be sent to the COR.


PM Procedures:
The contractor shall evaluate existing medical/dental compressed air and medical vacuum systems. terminal performance, compressor or source configuration, valves, gauges, warning systems and alarms, back-up systems, vents, and contamination for compliance with current NFPA 99 specification and requirements.

Contractor employees shall be ASSE 6040 certified to perform maintenance and ASSE 6030 certified for inspection and testing. Minor repairs will be done while on station more difficult repairs or those needing additional parts a quote will be provide for those deficiencies.

Medical Air & Vacuum Systems: All systems to be serviced Quarterly. PM is to include services to replace any parts per the Manufacturers recommended intervals. At completion of Service, a report is to be sent to the respective COR.

Repair Procedures: Any repairs beyond the SOW PM procedures shall be quoted first before any repair work can be approved through the Contracting Officer for completion.

Place of Performance: East Orange
385 Tremont Ave E Orange, NJ 07018

Upon arrival the contractor will report to Plumbing Shop Foreman, Bldg. 1, Room B-102, Ext. 3365. The contractor is required to sign out before leaving the facility in order to provide reports as required.

Equipment List for East Orange Location:

Bldg 1, C Level C-132 One EMSE Cabinet 15 H/P Quad Vacuum System (Model 1QCB15S200), Busch Claw vacuum Pumps (Model MINK MV 0602B)

Bldg 1, C Level C-112 Two Sullair Hitachi Screw Compressor Medical Air (Model DSP-22AT6N-M125, Ser. # U1240304 & U1243830) 30 KW/40 H/P Simplex Screw Compressor, Patton Medical Air Dryers 275 SCFM/64-020275
Two Sullair Hitachi Screw Compressor Dental Air (Model DSP22AT6N-M125, Ser. # U1241137 & U1243829) 30 KW /40 H/P Simplex Screw Compressor, BEKO Refrig. Dryer

Place of Performance: Lyons Campus
151 Knollcroft Lyons, NJ 07939

Upon arrival the contractor will report to M&R Shop Foreman, Bldg. 15, Ext. 4280. The contractor is required to sign out before leaving the facility in order to provide reports as required.

Equipment List for Lyons Location:

Chemtron Medical air System 7.5 H/P Powerex Compressor (Model DAPOL 7.5-120T), Cabunet Model 100 Compressors ser. # 2187
Chemtron Vacuum System (Model DVR5-120T) Lube Vacuum Pumps VCEH-100 5 H/P Ser. # 2187-987198
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 09, 2024 03:00 pm EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Industry Day 2023 - Hereford Inlet to Cape May Inlet Coastal Storm

Federal Agency

Bid Due: 10/31/2024

# Title Entity Description Type Status Pre-Conference Opening Date CCMUA Bid #21-18 Supply

County Camden

Bid Due: 10/28/2024

Upcoming Purchases & Bid Solicitations Upcoming Purchases and Bid Solicitations Request For Proposal

Delaware River Port Authority

Bid Due: 5/06/2024

Status Ref# Project Department Close Date Days Left Action Open BC-C-24-006 Medical Examiner's

Bergen County

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.