J042--VACHS Fire Damper Inspection and Testing (VA-24-00057073)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Connecticut
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 11, 2024
Due: Apr 22, 2024
Solicitation No: 36C24124Q0413
Publication URL: To access bid details, please log in.
Follow
J042--VACHS Fire Damper Inspection and Testing (VA-24-00057073)
Active
Contract Opportunity
Notice ID
36C24124Q0413
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 11, 2024 02:44 pm EDT
  • Original Published Date: Apr 03, 2024 09:15 am EDT
  • Updated Date Offers Due: Apr 22, 2024 05:00 pm EDT
  • Original Date Offers Due: Apr 19, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 07, 2024
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J042 - MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    VAMC West Haven West Haven , CT 06516
    USA
Description View Changes
VA Connecticut Healthcare System
Fire and Smoke Damper Survey, Inspection, and Testing
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 36C24124Q0413. 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 541990 (All Other Professional, Scientific, and Technical Services) size standard $19.5 Million.

This is being bid as a SDVOSB set-aside.

VA Connecticut Healthcare System West Haven and Newington Campuses require complete Survey, Inspection and Testing of Fire and Smoke Dampers. VACHS is currently seeking services for all labor, materials, transportation, parts, disposal, and expertise necessary to provide required inspections and testing. This scope of work is to provide details related to a service contract to support this necessary work. Mandatory site visits before 04/17/2024 please see below for details.

All interested companies shall provide quotations for the following:
Site Visits are scheduled as:

West Haven VAMC Pre-Bid Walk Through
Tuesday April 16 at 7:00 AM; Sign in at Building 15
A valid driver s license is required to obtain a temporary badge
Jay Chapman will provide escort
950 Campbell Avenue
West Haven, CT 06516

Newington VAMC Pre-Bid Walk Through
Wednesday April 17 9:00 AM; Sign in at Building 3, 3rd Floor Facilities Management Office
A valid driver s license is required to obtain a temporary badge
Harlan Corriveau will provide escort
555 Willard Avenue
Newington, CT 06111
STATEMENT OF WORK
FIRE AND SMOKE DAMPER SURVEY, INSPECTION, AND TESTING
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
BACKGROUND
VA Connecticut Healthcare System West Haven and Newington Campuses require complete Survey, Inspection and Testing of Fire and Smoke Dampers. VACHS is currently seeking services for all labor, materials, transportation, parts, disposal, and expertise necessary to provide required inspections and testing.

JUSTIFICATION
Veterans Health Administration (VHA) seeks to continue to improve the operational capabilities by establishing services that result in few operational problems, improved communications, increased efficiency within the facility and improve the quality of services to veterans as required by VHA Directives.

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
The period of performance is 90 calendar days from NTP.

QUALIFICATIONS
To be considered eligible for consideration, potential 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 Service Provider s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided.

SCOPE OF WORK
The Service Provider shall furnish all labor, materials, equipment, tools, supervision, disposal, and all incidentals to complete the work for the services described in this document including inspections and testing required per NFPA 101, NFPA 105 2021, and NFPA 80 2021).

Scheduled survey, inspections and testing shall be completed Monday through Friday in non-critical/non-patient care Buildings during regular business hours or as coordinated; or Monday through Saturday outside of regular business hours after 5:00 p.m. and before 6:00 a.m. or as coordinated with the VA COR for Sunday. A minimum notice of fourteen (14) calendar days. No work shall be performed on Government Holidays unless an emergency status has been indicated by the VA Contracting Officer.

The VA Connecticut Healthcare System Newington Medical Center Campus normal operating hours are 7:00 a.m. 5:00 p.m. Special consideration and coordination may be required to access pharmacy, procedure and treatment rooms.

The VA Connecticut Healthcare System West Haven Medical Center Campus is a 24 hour tertiary care Medical Center and may require special consideration and coordination to access operating rooms, intensive care units, inpatient wards, inpatient and outpatient pharmacy, procedure, laboratory, and treatment rooms.

Service Provider shall coordinate with VA COR and Safety & Outage Coordinator to ensure that no patients are within critical patient areas and/or receiving treatment before performing work. Work in Canteen storage areas requires coordination with Canteen Service for access and escort personnel.

Operation of smoke dampers require the initiation of the fire alarm system. Service Provider and sub-contractors shall coordinate with VA COR, Safety & Outage Coordinator, and VA Connecticut Safety for contact information to the Fire Alarm Company servicing Newington and West Haven campuses. Include all costs associated with required work and support to shunt master box, trip smoke detector in affected smoke zone and witness smoke damper operation.

Newington and West Haven Fire Alarm Servicer:
Veterans Fire Life Safety
Rod Davis rod.davis@vflsc.com

Description of Services:
Service Provider shall schedule and coordinate work with VA COR.

Any outages shall follow proper coordination and notification through the VA COR and Safety & Outage Coordinator.

All LOTO requests and procedures shall be in compliance with the VA Connecticut Healthcare System Medical Center Policy 138-075. Coordinate all LOTO with the VA COR and Safety & Outage Coordinator.

Service provider shall locate all fire dampers and smoke dampers, and once located, operate (actuate) or identify inoperable dampers. Hospital furnished data and VA HVAC Shop Personnel shall be used as a guide for location. Dampers in mechanical rooms, offices and corridors are accessible via panels in the ceiling and ductwork.
VACHS will furnish Damper Inventory for West Haven B1 and B2.
VACHS will provide electronic construction documents for the Newington Campus Modernization Project including B1, B2W, B2C, and B2E.

The alphanumeric designation used for each damper identification tag shall begin with the particular damper s building number, floor location, followed by the damper s wing location and number of the damper within the floor. Note the location on the drawings submitted to the VA.

Service Provider shall inspect and certify all fire and smoke dampers at the VA Connecticut Healthcare System Newington and West Haven Campus Buildings in accordance with the Newington and West Haven Campus Buildings identified herein.

Service Provider shall remove and reset fusible links to verify that each damper fully closes, and if necessary, replace any fusible link that is compromised. Provide a recommended specification for VA Connecticut review and approval.

Service Provider shall remove debris and lubricate all moving parts on each damper. Damper shall be exercised to ensure it can move freely.

Service Provider shall clear each damper of any debris that would impede the damper s normal operation. Remove and dispose of debris.

Service Provider shall replace or repair damaged or oxidized springs. Replace missing access handles for the doors for the fire and smoke dampers.

Service Provider shall perform and provide safety, supervision, PPE and cleanup associated with completing the referenced inspections and testing.

Work shall be completed in accordance with industry standard and comply with VA Regulations and code requirements to include but not limited to OSHA and NFPA.

All Areas of work shall be considered clinical area and require full dust containment with HEPA exhaust.

Areas of the Operating Room, Sterile Processing Service, and other areas considered to be Sterile may require the Service Provider to wear disposable shoe covers, overalls, and head cover.

Work in corridors and public areas require dust containment. In corridors, public areas, and clinical areas, provide containment via AIRE GUARDIAN TITAN mobile Dust Containment Cart, Model AG8000 or equivalent. Do not block egress in the execution of work.

Work that requires dust protection measures and localized cleanup to prevent the introduction or transmission of dust into the Medical Center. Dust protection measures include containment. Dust and debris must be removed, and the area cleaned prior to moving to another worksite. Service Provider shall damp mop as required to control dust and keep traffic areas clean and safe. Place cones and signage to mark wet areas. The Service Provider shall take all precautions as required to control dust and not disrupt hospital operations.

A safe environment shall be always maintained. Tools, equipment and work area shall be secure. Do not leave work site (tools, equipment, etc.) unattended or accessible by the public.

Prohibited equipment: Work area is within an active medical center. Equipment that uses hydrocarbon fuel, flammable fuel, and/or produces carbon monoxide exhaust are prohibited from use within the medical center or where fumes can be introduced into the medical center. At its option the Service Provider shall use either electric or electric pneumatic tools to perform the required work.

Means of egress: Do not block any exit, discharge, or path of travel from occupied buildings.

Service Provider shall request and coordinate outages of smoke detectors with the VA COR/ VA Connecticut Safety Office.

Deliverables
Prior to the start of work, provide the following:
Site Specific Safety Plan
Schedule of Work Plan
When Hours Work Plan and Request
Infection Control Plan

Service Provider shall provide a complete inventory database in hard copy and electronic format.

Service Provider shall provide a written, hard copy and digital report to be delivered to document dampers as of the date of the report. Based on information provided to Service Provider by VA, Service Provider agrees to provide the following inspection services with respect to VA s Dampers (collectively, Inspection Services reference NFPA 105 2021 and NFPA 80 2021).
Include spreadsheet inventory with location, damper s identification number, and pass/fail status of inspection.
For failed dampers, provide a detailed report and explanation of the failure and corrective action.

Service Provider shall provide a recommendation of dampers not required and estimated cost of decommissioning.

Service Provider shall provide a written report of any deficiencies discovered to the VA COR and Contracting Officer.

If a condition arises where there is no access to a damper, Serviced Provider shall recommend access door, access door size and cost to provide a complete installation. Access doors shall be UL listed and approved for 2-hour wall or ceiling, size up to 24 x24 . Base cost shall provide for installation in plaster and drywall only.

The VA will furnish electronic floor plan drawings in AutoCAD format to the Service Provider.

Service Provider shall provide Life Safety Drawings indicating the location of each damper in AutoCAD format and provide finalized drawings in 24x36 hard copy and electronic format. Place an ID sticker identifying each damper as well as a Fire Damper Sticker on the ceiling grid indicating the presence of a fire damper.

West Haven Campus Buildings
Building 1: Clinical
Building 2: Clinical
Building 2A: Clinical - NIC
Building 3: Admin
Building 4: Admin
Building 5: Admin/Research
Building 6: Admin
Building 7: NIC
Building 8: Admin
Building 8A: Admin
Building 9: Admin
Building 10: NIC
Building 11: NIC
Building 11A: NIC
Building 12: Admin
Building 12A: NIC
Fisher House: Hospitality
Building 14A: NIC
Building 15: Engineering
Building 15A: NIC
Building 16: Engineering
Building 19: Engineering
Building 21: NIC
Building 22: NIC
Building 24: Engineering
Building 27: Research
Building 32: Engineering
Building 34: Research
Building 35: Admin
Building 35A: Admin/Research
Building 36: Clinical
Building 36A: NIC
Building 38: Engineering
Building 39: Engineering
Building 50: Engineering

West Haven Fire Damper Inventory for B1 and B2
Building
Fire
Smoke
Total Dampers
1
44
15
59
2
60
1
61

West Haven Building 1 Inventory
Floor
Fire
Smoke
Total Dampers
Ground
3
0
3
Sub Basement
2
0
2
1
2
0
2
2
1
0
1
3
2
0
2
4
12
3
15
6
4
0
4
7
2
2
4
9
7
4
11
10
9
6
15

West Haven Building 1 Dampers and Locations
Floor
Damper Number
Damper Type
Damper Location
Ground
G-FD-001
Fire
Across room 174 hatch on floor
Ground
G-FD-002
Fire
Across room 174 hatch on floor
Ground
G-FD-003
Fire
Inside room G196
Sub-Basement
SG-FD-001
Fire
Inside room SG129
Sub-Basement
SG-FD-004
Fire
Inside room SG165
1
1-FD-001
Fire
Inside room 1145
1
1-FD-003
Fire
Housekeeping
2
2-FD-004
Fire
Inside room 2129
3
3-FD-002
Fire
Inside room 3163A
3
3-FD-003
Fire
Inside room 3163A
4
4-FD-001
Fire
Across from the Main elevators
4
4-FD-002
Fire
The floor damper inside mechanical rm next to elevator P5
4
4-FD-003
Fire
The floor damper inside mechanical rm next to elevator P5
4
4-FD-004
Fire
The floor damper inside mechanical rm next to elevator P5
4
4-FD-005
Fire
The floor damper inside mechanical rm next to elevator P5
4
4-FD-006
Fire
In mechanical room 4/260
4
4-FD-007
Fire
The floor damper inside mechanical rm next to elevator P5
4
4-FD-008
Fire
Inside r0om 4/162
4
4-FD-009
Smoke
Inside r0om 4/162
4
4-FD-010
Smoke
In mechanical room 4/255
4
4-SD-011
Smoke
In mechanical room 4/255
4
4-SD-012
Fire
In mechanical room 4/255
4
4-SD-013
Fire
In room 4/148
4
4-SD-014
Fire
4200 kitchen alcove
4
4-SD-015
Fire
In storage room by 6/135
6
6-FD-001
Fire
in the storage room by 6/135
6
6-FD-002
Fire
in the storage room by 6/135
6
6-FD-003
Fire
in clean linen room 6/100
6
6-FD-004
fire
in the clean linen room 6/100
7
7-SD-001
Smoke
in the ceiling above the door to outpatient detox room 7
7
7-SD-002
Smoke
in the ceiling above the double doors next to stairwell 1
7
7-SD-003
Fire
Near the door to the right behind the nursing station
7
7-SD-004
Fire
in room 7/128 across the nursing station
9
9-FD-001
Fire
The floor damper in room 9/112
9
9-FD-002
Fire
The floor damper in room 9/112
9
9-FD-003
Fire
The floor damper in room 9/112
9
9-FD-004
Fire
The floor damper in room 9/112
9
9-FD-005
Fire
Inside the hatch next to freight elevator S1
9
9-SD-006
Smoke
In the ceiling outside of room 9/127
9
9-SD-007
Smoke
In Room 9/127
9
9-FD-008
Smoke
In Room 9/127
9
9-FD-009
Fire
In the ceiling hatch inside of housekeeping room 9/145
9
9-FD-010
Fire
In the ceiling hatch inside of housekeeping room 9/145
9
9-FD-011
Fire
In the ceiling by room 9/144
10
10-FD-001
Fire
In the elevator machine room
10
10-FD-002
Fire
In the elevator machine room
10
10-FD-003
Fire
In the elevator machine room
10
10-FD-004
Fire
The wall damper in the east mechanical room
10
10-FD-005
Smoke
The wall damper in the east mechanical room
10
10-FD-006
Smoke
The wall damper in the east mechanical room
10
10-FD-007
Smoke
The wall damper in the east mechanical room
10
10-FD-008
Smoke
The wall damper in the east mechanical room
10
10-FD-009
Fire
Above the door to the west mechanical room
10
10-FD-010
Smoke
Inside the west mechanical
10
10-FD-011
Smoke
Inside the west mechanical
10
10-FD-012
Fire
Inside the west mechanical
10
10-FD-013
Fire
Inside the west mechanical
10
10-FD-014
Fire
Inside the west mechanical
10
10-FD-015
Fire
Inside the west mechanical

West Haven Building 2 Inventory
Floor
Fire
Smoke
Total Dampers
2
1
0
1
3
12
0
12
4
10
0
10
5
8
0
8
6
14
0
14
7
8
1
9
9
7
0
7

West Haven Building 2 Dampers and Locations
Floor
Damper Number
Damper Type
Damper Location
2
2-FD-006
Fire
Across room 2245
3
3-FD-001
Fire
Elevator corridor
3
3-FD-002
Fire
Inside room 3224
3
3-FD-003
Fire
Inside room 3165
3
3-FD-004
Fire
Inside room 3165
3
3-FD-005
Fire
Inside room 3169
3
3-FD-006
Fire
Inside room 3169
3
3-FD-007
Fire
Inside room 3152
3
3-FD-008
Fire
Inside room 3152
3
3-FD-009
Fire
Inside room 3149
3
3-FD-010
Fire
Inside room 3149
3
3-FD-011
Fire
Inside room 3149
3
3-FD-012
Fire
Inside room 3217
4
4-FD-001
Fire
Inside room 4165
4
4-FD-002
Fire
Inside room 4165
4
4-FD-003
Fire
Inside room 4169
4
4-FD-004
Fire
Inside room 4169
4
4-FD-005
Fire
Inside the elevator corridor
4
4-FD-007
Fire
Inside room 4150
4
4-FD-008
Fire
Inside room 4150
4
4-FD-009
Fire
Inside room 4150
4
4-FD-010
Fire
Inside room 4153
4
4-FD-011
Fire
Inside room 4153
4
5-FD-001
Fire
Inside room 4153
5
5-FD-001
Fire
Inside room 5165
5
5-FD-002
Fire
Inside room 5165
5
5-FD-003
Fire
Waiting room area 5170
5
5-FD-004
Fire
Waiting room area 5170
5
5-FD-006
Fire
Elevator corridor
5
5-FD-009
Fire
Inside room 5217
5
5-FD-010
Fire
Inside room 5185
5
5-FD-011
Fire
Inside room 5185
6
6-FD-001
Fire
Inside room 6163
6
6-FD-002
Fire
Inside room 6163
6
6-FD-003
Fire
Inside room 6161
6
6-FD-004
Fire
Inside room 6161
6
6-FD-005
Fire
Elevator corridor
6
6-FD-006
Fire
Inside room 6212
6
6-FD-007
Fire
Inside room 6146
6
6-FD-008
Fire
Inside room 6146
6
6-FD-009
Fire
Inside room 6146
6
6-FD-010
Fire
Inside room 6149
6
6-FD-011
Fire
Inside room 6149
6
6-FD-012
Fire
Inside room 6204
6
6-FD-013
Fire
Inside room 6195
6
6-FD-014
Fire
Inside room 6195
7
7-FD-002
Fire
Inside room 7160
7
7-FD-008
Smoke
Inside room 7100
7
7-FD-009
Fire
Inside room 7145
7
7-FD-010
Fire
Inside room 7145
7
7-FD-011
Fire
Inside room 7145
7
7-FD-012
Fire
Inside room 7145
7
7-FD-013
Fire
Inside room 7146
7
7-FD-015
Fire
Inside room 7148
7
7-FD-017
Fire
Outside room 7181
9
9-FD-001
Fire
Mechanical room
9
9-FD-002
Fire
Mechanical room
9
9-FD-003
Fire
Mechanical room
9
9-FD-004
Fire
Mechanical room
9
9-FD-005
Fire
Mechanical room
9
9-FD-006
Fire
Mechanical room
9
9-FD-007
Fire
Mechanical room
Fisher House
Emergency
West Haven Campus Map: Not to Scale

Newington Campus Buildings

Building 1: Clinical
Building 2C: Clinical
Building 2E: Admin/Clinical
Building 2W: Clinical
Building 3: Engineering
Building 4: NIC
Building 11: Engineering - NIC
Building 6: NIC
Victory Gardens Not in Contract

Building 7: NIC
Building 8: NIC
Building 11: NIC
Building 12: NIC
Building 14: NIC
Building 21: NIC
Building 30: NIC
Building 32: NIC

Building 33: NIC
Building 34: NIC
Building 42: Admin
Building 44: NIC
Building 46: NIC
Building 50: NIC
Building 64: NIC
Building 65: Engineering
Building 168: NIC

Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Revision 01
Effective: 05/30/2023
Newington Campus Map: Not to Scale
All Service Provider personnel, sub-contractors and representatives visiting VA sites will be required to sign in upon arrival at Building 15 in West Haven or the 3rd Floor of Building 3 in Newington and/or retain a temporary VA badge. Each visiting individual be required to enter their name, their company s name, VA project title, reason for visit, and the times of arrival and departure. Arrangements for after normal hour working site visits must be made in advance and during normal working hours.
General: The Contracting Officer reserves the right to terminate any services, without payment for services completed, if such services are not needed or are not being adequately completed.

Approved Plans and Permits: Prior to the start of construction, submit to VA copies of all required permits.

Site Visits: Day to day administration will be performed by the COR. Periodic reviews, tests, and other field observation by the Government are not to be interpreted as superintendence nor as resulting in any approval of the Service Provider s apparent progress toward meeting the Government s objectives; but are intended to discover any information that the Contracting Officer may be able to call to the Service Provider s attention to prevent costly misdirection of effort.

The Service Provider shall remain responsible for constructing, operating, and maintaining the site in full accordance if the requirements of this solicitation.

The Service Provider shall provide VA with a copy of all inspection reports for inspections conducted by local, regional, and state code authorities from the start of construction through issuance of the certificate of occupancy or completion.

The Service Provider shall develop and provide to the VA the following:
Safety Plan: The Service Provider shall produce work in accordance with the latest editions of all applicable DVA guidelines (e.g. Standards, Master Specifications, Standard Details, Special Design Criteria to meet Hospital Joint Commission (JCAHO) requirements), NFPA, Federal and State codes pertinent to the project scope.
Schedule of Work Plan.
When Hours Work Plan and Request.
Infection Control Plan.

All applicable personnel on site are required to obtain an Occupational Safety and Health Administration (OSHA) 10 hour certification, and the site competent person for the Service Provider must obtain an OSHA 30 hour construction certification.

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.

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.

Safety Codes / Certification / Licensing:
Environmental abatement work, if necessary, is to be performed by Service Provider under supervision and monitoring for the VA by a Certified Industrial Hygienist.

The Service Provider shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the Service Provider shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the reports.

Travel:
Service Provider and/or subcontractors will travel from their place of business to the West Haven and Newington VA Medical Center of the VA Connecticut Healthcare System.

Site Visit:
There is a mandatory site visit to bid on this contract. Please reach out to Melissa Metevelis at Melissa.Metevelis@va.gov before 04/17/2024.

West Haven VAMC Pre-Bid Walk Through
Tuesday April 16 at 7:00 AM; Sign in at Building 15
A valid driver s license is required to obtain a temporary badge
Jay Chapman will provide escort
950 Campbell Avenue
West Haven, CT 06516

Newington VAMC Pre-Bid Walk Through
Wednesday April 17 9:00 AM; Sign in at Building 3, 3rd Floor Facilities Management Office
A valid driver s license is required to obtain a temporary badge
Harlan Corriveau will provide escort
555 Willard Avenue
Newington, CT 06111

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 04/22/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0413 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)
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 28, 2024[Sources Sought (Original)] J012--VACHS Fire Damper Inspection and Testing (VA-24-00057073)
Apr 3, 2024[Combined Synopsis/Solicitation (Updated)] J042--VACHS Fire Damper Inspection and Testing (VA-24-00057073)
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

CCF 2024_1.1 | CCF_2024_1_Crumbling Foundation Services-Materials Lab Testing Please visit www.crcogbonfirehub.com Start Date:

State Government of Connecticut

Bid Due: 6/30/2024

Follow Hazardous Substance Pollution Response Technology Active Contract Opportunity Notice ID 70Z02324-RFI-RDC-01 Related

Federal Agency

Bid Due: 5/15/2024

21552 | Utilization Mgmt & Provider Payment Practices of Medicare Adv Plans Study

State Government of Connecticut

Bid Due: 4/30/2024

21495 | CT National Electric Vehicle Infrastructure (NEVI) Phase 1a - Northern Rt.

State Government of Connecticut

Bid Due: 6/07/2024

* 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.