Kentucky Bids > Bid Detail

N041--Food & Nutrition (F&NS) "COMPLETE" Cooler Repair Service Lexington VA Medical Center

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159917132679170
Posted Date: Nov 6, 2023
Due Date: Nov 10, 2023
Source: https://sam.gov/opp/478b29f0cf...
Follow
N041--Food & Nutrition (F&NS) "COMPLETE" Cooler Repair Service Lexington VA Medical Center
Active
Contract Opportunity
Notice ID
36C24924Q0056
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 06, 2023 01:22 pm CST
  • Original Response Date: Nov 10, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N041 - INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Department of Veterans Affairs Lexington VA Medical Center Lexington , KY 40511
    USA
Description
Department of Veterans Affairs
Lexington VA Medical Center
Franklin R Sousley Campus

Sources Sought Notice

Replacement (F&NS) Food & Nutrition service Coolers
This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation. Network Contracting Office 9 is seeking potential sources to repair ALL components in (2) F&NS Coolers, except shell. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.
Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method.

Period of Performance:
December 22, 2023 February 22, 2023

STATEMENT OF WORK PART A GENERAL INFORMATION

A.1 INTRODUCTION This requirement is for replacement of ALL parts on two F&NS coolers, except the shells.

A.2 BACKGROUND
Franklin R Sousley Campus, 2250 Leestown Rd, Lexington, KY 40511:
Replacement of mechanical parts on (2) F&NS coolers located 119A and 119B in Building 3.
A.3 SCOPE OF WORK The Contractor shall furnish all labor, supervision, equipment and material to replace parts on two coolers and recycle the items removed.

STATEMENT OF WORK PART B WORK REQUIREMENTS

B.1 Tasks to be accomplished:
Remove and recycle/dispose of condensing units, evaporators, defrost clocks, temperature controls, line sets, and refrigerant.
Contractor to seal off work area from the rest of the kitchen while working inside.
Work shall conform to all recognized standards of the HVAC/Refrigeration industry, including but not limited to all EPA and OSHA rules and regulations.
Waste will be disposed of in accordance with all federal, state, and local laws.
Contractor to provide EPA certification and notification, waste manifests, and company certification/training documents.
Contractor is responsible for all OSHA monitoring of their employees.
Owner is responsible for moving items from the work area affected.

B.2 Salient Characteristics:
Condensing unit; Scroll, 208-230/3/60, R404A/407A, outdoor unit (or equivalent)
Evaporator; 208-230/1/60, R404A/407A, medium temp (or equivalent)
Defrost clock; 40amp, auto-voltage, universal
Digital temp control
New line sets

Additional tasks:
Contractor must apply for all applicable permits.
Contractor will provide chemical inventory list and associated Safety Data Sheets for all chemicals used in project.
All work must be completed in accordance with local, State and Federal regulations.
Contractor shall provide daily cleanup of affected areas and trash removal from site.
Provide all required documentation for mechanical abatement.
STATEMENT OF WORK PART C SUPPORTING INFORMATION

Work at the government site shall not take place on Federal holidays or weekends unless specifically directed by the Contracting Officer in the Contract. All work in areas involved shall be scheduled with the VA Engineering Service representative. Work shall be scheduled for proper execution to completion of contract.

Type of Contract: One time service contract.

Contract Award Meeting: The contractor will attend construction safety orientation Monday or Tuesday morning in the Engineering Department and complete the photo identification badge process prior to start of project.

Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be always worn above the belt while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order.

General Requirements: Prior to award of a contract, the contracting firm shall furnish to the Government a statement of facts, in detail, as to his previous experience, organization, and facilities available to perform work. A minimum of five years is required. The contracting firm to provide all necessary training/certification documentation.

Supervision/Communications. At all times during the performance, the Contractor's Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor's "Competent Person" that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor's Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job.
The Contracting Officer's Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer's Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.

The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location.

Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order.

Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen.

Smoking Policy. The Contractor shall not allow smoking on VA property.
Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
CHANGES TO STATEMENT OF WORK

Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
CONFIDENTIALITY AND NONDISCLOSURE

It is agreed that:

1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order.

2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response.

3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer.

CONTRACTOR PERSONNEL SECURITY REQUIREMENTS
Contractor will not have access to VA computer system.
If you are interested, and can provide equipment that meets or exceeds the specifications listed, please provide the requested information below:

The anticipated North American Industry Classification System (NAICS) code is 811310. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:

[ ] yes [ ] no - Small Business (SB)
[ ] yes [ ] no - HUBZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB)
[ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no - Veteran Owned Small Business (VOSB)
[ ] yes [ ] no - Large Business
[ ] yes [ ] no - Other (please specify)

[ ] yes [ ] no Is this service available on your GSA/FSS or other GWAC Contract?
If so, what is your contract number?_____________________
Please include the following information:

Company Name:
POC:
UEI:
Address:
Email:
NOTE: Respondent claiming SDVOSB and VOSB status must be registered, and CVE verified in VetBiz Registry www.vetbiz.gov.
In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request.

Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.

Please respond to this SSN by November 10, 2022, at 14:00 (2:00PM) CST via email to lara.hampton@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 06, 2023 01:22 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >