New Hampshire Bids > Bid Detail

J041--Solicitation for Manchester Boiler Testing and Inspection service

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159111595477756
Posted Date: Apr 27, 2023
Due Date: May 4, 2023
Solicitation No: 36C24123Q0545
Source: https://sam.gov/opp/efec8c2aa7...
Follow
J041--Solicitation for Manchester Boiler Testing and Inspection service
Active
Contract Opportunity
Notice ID
36C24123Q0545
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 27, 2023 08:06 am EDT
  • Original Date Offers Due: May 04, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Manchester VAMC Manchester , NH 03104
Description
Combined Synopsis Solicitation Manchester VAMC Boiler Testing and Inspection
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q0545 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.
(iv) This requirement is being issued as an open market, SDVOSB set-aside. The associated NAICS 238220 and small business size standard is $16.5 million.
(v) The Government intends to award a firm-fixed price award for Boiler Testing and Inspection at the Manchester New Hampshire VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary to provide Boiler Testing and Inspection IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details.
(vii) The Place of Performance is Manchester New Hampshire as described per the (Performance Work Statement).
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Site Visit: No site visit will be scheduled.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to tnauri.woodbridge@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 4-May- 2023 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, 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.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement).
Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement).
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.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(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 (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018)
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments.
(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: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov)
(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 4-May- 2023 by 12:00 PM EST. RFQ responses must be submitted via email to: tnauri.woodbridge@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov)


ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
JB
__________________
__________________
1001



2001





3001



4001



GRAND TOTAL
__________________






ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:
ATTACHMENT 3
PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER MANCHESTER, NH
BOILER PLANTS
STATEMENT OF WORK
Inspection, Testing and Calibration
Boiler Plant Burners, Controls, Instruments and Data Management
1. Introduction/Background:
Department of Veterans Affairs Medical Centers (VAMC) has an existing Boiler Plant containing (3) boilers to provide steam for heating and air conditioning, domestic hot water, kitchens, and sterilization. Each boiler must be tested, tuned, serviced, and certified. After these requirements are completed, a follow-on third party inspection and certification must follow per VA Directive 1810. The following SOW details these requirements and what is needed for the Manchester VA Medical Center to complete the needed boiler third party inspections and certifications.

Boiler plant safety, reliability, efficiency, and equipment longevity are paramount concerns of VAMC management. Malfunctioning burners or controls can cause catastrophic events resulting in injuries and death and massive property damage. Inaccurate or inadequate data management and monitoring systems can fail to warn of unsafe or inefficient performance. Regular inspections, testing and calibration by expert technicians are an essential part of a program to address these concerns.

This Statement of Work describes the requirements for the inspection, testing and calibration of the boiler plant burners, controls, and instruments by qualified technicians.

Appendix A lists the facilities where the work will be required, lists the boilers at each facility, and provides a schedule for the work. Appendix A also provides general information for the contractor regarding submittals required prior to the start of work on site.

2. Scope & Technician Qualifications:
Contractor shall test all steam plant safety devices to provide a third-party review per VA Directive 1810 and provide written report of findings.

Contractor shall test all three (3) boilers and associated plant devices and provide report of findings.

Any changes to this SOW shall be authorized and approved only through written correspondence from Contracting Officer in coordination with Contracting Officer Representative. Costs incurred by the contractor through actions of parties other than the Contracting Officer shall be borne by the contractor.

The Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the government.

Technicians shall have completed at least a one-year trade school and have five years successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in design to the VAMC plant. The VAMC facility manager/engineer may define and accept equivalent qualifications.

Technicians shall demonstrate familiarity with and ready access to the current versions of the following references:

NFPA 85, Boiler and Combustion Systems Hazards Code, Latest Edition.

ASME Boiler and Pressure Vessel Code, Latest Edition.

VHA Boiler Plant Safety Device Testing Manual, 7th Edition, January 2023.

VHA Boiler and Boiler Plant Directive 1810, January 4, 2023.

NFPA 70E Standard for Electrical Safety in the Workplace, Latest Edition.

Technicians shall be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations, all calibrated within one month of the site visits. At facilities with programmable digital controls, the technicians must be capable of programming the controls and have the appropriate hardware and software for this.
3. Inspection, Testing and Calibration Requirements:

Technicians shall perform inspection, tuning, testing, calibrating, and adjustments of burners and boiler and boiler plant controls as specified below. This shall be done every six months in accordance with a schedule provided by VAMC. VAMC may extend the schedule for burners in limited service.

Instrumentation, monitoring and data management systems as listed below shall be calibrated every six months.

Provide at least two weeks notice to the Contracting Officer Representative (COR) prior to performing the work. Work cannot be scheduled during heavy steam load periods. Only one boiler at a time can be out of service for the inspection, testing and calibration procedures. Work must be conducted when the COR or his/her designate is available on site to monitor the work.

VAMC will have the boilers that are to be serviced prepared for the technicians upon their scheduled arrival (for Internal and external inspection). This includes having the boilers clean of soot and loose scale; All boiler, burner and fuel train pressure gages and thermometers calibrated; fuel meters in accurate operation (pressure/temperature correction factors provided, if applicable); boiler steam flow, stack temperature and flue gas oxygen instruments operating.

VAMC will comply with any other requirements of the test personnel that are considered reasonable by VAMC and have been presented in writing at least two weeks prior to the scheduled testing.

The inspections, testing and calibrations shall comply with:

The recommendations and requirements of VHA Boiler Plant Safety Devices Testing Manual,7th Edition.

The written recommendations of the equipment manufacturers.

The requirements and recommendations of NFPA 85 Boiler and Combustion Systems Hazards Code including applicable appendices.

Burner performance requirements in this document.

A summary of the work is as follows:

Review boiler plant log sheets and alarm and trouble reports.

Review records that show combustion performance (flue gas oxygen and carbon monoxide).

Perform overall visual inspection of systems. Verify that systems comply with referenced codes and VAMC requirements stated in this contract.

Test and record the operation and set points of all burner/boiler safety interlock devices. Refer to list below. Verify that the set points and operating points are within approximately 20% of normal operating parameters. Adjust as necessary and record the new settings. The operation of a device must result in burner shutdown and/or proper alarm operation.

Operate burner(s) on each fuel from low fire to high fire and back to low fire in at least six increments and record combustion performance (flue gas oxygen, carbon monoxide, NOx where applicable), fuel train pressures, atomizing train pressures, burner pressures, stack temperatures, boiler steam output.

Compare the combustion performance data with VAMC requirements (see below) and previous readings. If necessary, adjust the fuel flow and combustion air controllers, control valves and dampers to obtain the required performance. Record the new performance data.

Verify accuracy of instrumentation listed below. Verify that all devices are properly selected for the application in terms of type, size, set point range, performance, code approval. Calibrate all instruments that are not within manufacturer s specifications for accuracy.

Immediately inform COR of any recommended repairs or modifications.

List of interlocks and safety devices to be inspected and tested on each boiler/burner:

High Water Alarm Condensate Tank

Low Water Alarm Condensate Tank

High Water Alarm Deaerator Tank

Low Water Alarm Deaerator Tank

Deaerator Overflow Drain System

Deaerator Safety Valve

Steam Safety Valve Following PRV Deaerator

Liquid Relief Valve Oil Pump Set

Liquid Relief Valve Economizer
Propane Pilot Backup System

Carbon Monoxide and Combustible Gas Alarm

Emergency Stop/Panic Buttons

High Fuel Gas Pressure Alarm Main Gas Line

Low water cutoff and shunt switch.

Auxiliary low water cutoff and shunt switch.

High water alarm.

Low water alarm.

High operating steam pressure switch recycle.

High operating steam pressure switch non-recycle.

Steam Safety Valves

High and low main fuel pressure switches (gas/oil).

Fuel Gas Shutoff Valves and Solenoid Vent Valve Seat Leakage

Pilot Fuel Gas Shutoff Valve and Solenoid Vent Valve Seat Leakage

Low pilot gas (igniter) pressure switch.

Low fuel oil atomizing media (oil/compressed air) pressure switches.

Low differential pressure switch, atomizing media/fuel oil (if provided by burner manufacturer).

Proof of Closure Automatic Fuel Shutoff Valves Natural Gas

Flame Scanner for Main Flame Out

Flame Scanner Not Sensing Ignitor Spark

Ignitor Timing

Main Flame Ignition Timing

Pre-Purge and Post-Purge Timing

Low-Fire Proving Switch

Force Draft Damper Wide-Open Pre-Purge Proving Switch

Combustion Air Pressure Switch

Purge Airflow Proving Switch

Forced Draft Motor Interlock Switches

Furnace Pressure Interlock

Low Pilot Fuel Gas Pressure Cutoff Switch

Flue Gas Recirculation Damper Interlock

Low Flue Gas Oxygen Level Interlock

Low Fuel Oil Pressure Cutoff Switch

High Fuel Oil Pressure Cutoff Switch

Low Atomizing Media Pressure Switch

Automatic Fuel Oil Shutoff Valves Seat Leakage

Proof of Closure Automatic Fuel Oil Shutoff Valves

Oil Burner Position Switch
Required burner performance (natural gas and fuel oil):

Turndown (ratio of maximum and minimum firing rates): 10/1 8/1 5/1 4/1 (Refer to original burner specification).

Achieve, but do not exceed, boiler maximum steam flow output rating. Measure fuel input at minimum and maximum firing rates.

Maximum carbon monoxide: 200 parts per million (ppm)

Maximum NOx: _____ (Refer to original burner specification).

Flue gas oxygen: 2.5 4.2% (Up to 5.2% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single-point positioning systems).

Flue gas oxygen (low excess air burners): 1.0 2.0% (Up to 2.5% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single point positioning systems).

No visible smoke, except on heavy oil fuel maximum opacity is 20%. Comply with local emissions regulations.

Need a copy of the plant permit and references for the plant.

Flames shall be stable with no pulsations, shall be retained near burner, no blowoff or flashbacks, no constant flame impingement on refractory or waterwalls.

List of instrumentation and controls to be inspected and calibrated:

Steam flow transmitters (all).

Steam flow recorders/computer readout.

Flue gas oxygen sampling, analyzing and recorder/computer readout.

Boiler and economizer stack temperature transmitters and recorder/computer readout.

Master steam pressure and combustion controllers.

Boiler outlet draft controllers.

Boiler water level controllers.

Feedwater deaerator and condensate storage tank water level controllers including overflow.

All pressure and temperature sensors and transmitters.

All signal processing and readout devices.

4. Report Requirements:

Provide complete written report of the inspection fully describing all tests performed, all findings, and recommendations.

Furnish report within one week of each facility inspection in Microsoft Word format by email to the COR and to the VA Headquarters office designated. Provide hard copies of data sheets and flue gas analyzer strip printouts to the COR within one week of visit.

All safety-related deficiencies shall be immediately reported to the COR during the inspection visit.

5. Service Hours and Federal Holidays:

Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee.
All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR.
Federal Holidays observed by the VAMC are:

New Years Day
Labor Day
Martin Luther King Day
Columbus Day
Presidents Day
Veterans Day
Memorial Day
Thanksgiving Day

Independence Day
Christmas Day

APPENDIX A

Work is to be performed at VAMC Manchester, NH, 718 Smyth Road, Manchester, NH 03104, Building 7.

Equipment List
The following boilers are to be inspected: Please note that the boiler plant and equipment are under construction. This list represents the current equipment inventory in service and is subject to change.

Boiler
Manufacturer
Model
Serial Number
Installation Date
Inspection
1.
Superior/Webster
7-5-1500-S200-WB-GA2
18431
2018
March/Sept
2.
Superior/Webster
MS7-5-787-S200-WB-GP2
18429
2018
March/Sept
3.
Superior/Webster
7-5-1500-S200-WB-GA2
18428
2018
March/Sept
4.
Cain Industries
(HRSG)
816816CSS
ASME 5135,
NB 1970
2018
March/Sept

OTHER CONSIDERATIONS FOR PROPOSAL

Bidders must submit a copy of the following as part of their bid:
Safety Plan.
Respiratory Protection Program (or, if a subcontractor is removing the existing insulation containing mold, the subcontractor s Respiratory Protection Program).

Additionally, the following must be submitted and approved by the VA before the contractor begins work on site:
Safety Plan.
Respiratory Protection Program, if respirators are to be used in the performance of the work of this contract.
Activity Hazard Analysis (AHA). A blank AHA form is available at http://www.swf.usace.army.mil/pubdata/safety/PDF/blank_AHA_Form.pdf.
Schedule.
Safety Data Sheets (SDS) for chemicals to be brought on site.

The provisions of all applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at www.va.gov/facmgt.


PERFORMANCE PERIOD
The Period of Performance (PoP) of this Firm Fixed Price task order is as follows:
12 May 2023 11 May 2028
4.0 PLACE OF PERFORMANCE
Tasks under this contract shall be performed at Contractor Facility and commodities delivered to the designated VA facilities located at 718 Smyth Road, Manchester NH 03104 and 1750 Elm Street, Manchester NH 03104
5.0 KICKOFF MEETING
The Government will host a kickoff meeting within three (3) business days after contract award (if required).
6.0 TASKS AND DELIVERABLES
The Contractor shall perform the Tasks contained herein. The Contractor shall provide all labor resources necessary to accomplish the deliverables described herein and as identified in 8.0.
6.1 PROJECT MANAGEMENT
The Contractor shall appoint an Onsite Supervisor who will be the single point of contact between the Contractor and the Government. The Onsite Supervisor shall be responsible for ensuring that the deliverables set forth in this document are delivered on schedule and that they meet the requirements of the PWS. Onsite Supervisor shall provide management briefings, as required. The onsite supervisor or designee shall be available when contract work is in progress to receive notices, reports or requests from the Contracting Officer s Representative (COR).
6.2 WAREHOUSE OPERATIONS SUPPORT
Contractor shall provide the following warehouse operations support.
6.2.1 RISKS ASSET MANAGEMENT
The Contractor shall provide Receipt, Inventory, Integration, and Delivery support using multiple asset management processes and systems, as required.
6.2.1.1 RECEIPT
Review accuracy of all assets delivered to warehouse are in accordance with approved invoice or associated Bill of Lading, including verification of asset counts.
Inspect deliveries for damages, document condition upon receipt and notify COR of any discrepancies.

6.2.1.2 INVENTORY
Track all packages from receipt to delivery.
Open packages and check received goods and materials, as requested.
Initiate inventory within the contractor web-based inventory management system described in 2.11.

6.2.1.3 INTEGRATION
Store assets and ability to quickly retrieve stored assets upon request.
Capture assets by pallet and rack location within the designated staging facility.
Verify assets using inventories and inventory verification processes.

6.2.1.4. INSPECTION
Regular Inspection and Maintenance: The Contractor shall regularly inspect and maintain stored VA items in accordance with manufacturers requirements.
6.3 DAMAGE
Contractor should inspect all goods and material at pick-up for obvious damage.
VA personnel will document condition of material and identify any known damage when submitting to the contractor for pick-up and storage.
Any damage realized while in possession of the contractor during transportation or while in storage will be identified to the COR as soon as discovered.
Damage will be submitted to the Contracting Officer for resolution
7.0 PLAN, SAFETY PLAN, AND COVID-19 BREAKOUT PLAN
The Contractor's General Management Plan, Warehouse COVID-19 Safety Plan, and COVID-19 Warehouse Breakout Safety Response, as presented in its proposal, will be incorporated as part of the contract award, and implemented upon award.
8.0 SCHEDULE FOR DELIVERABLES
Note: Deliverables with due dates falling on a weekend or holiday shall be delivered the following Government workday after the weekend or holiday unless an emergency delivery is requested.

Task #
Deliverable Number
Deliverable Description
Final Due Date
6.1
001
Daily Inbound/Outbound Delivery Report
Daily
6.1.
002
Weekly On-hand Status Report
Every Friday by COB.
6.1
003
Report of product inventory with expiration dates
Monthly by 15th
6.1
004
Stock rotation report
Monthly by 15th
6.1
005
Environmental Monitors Report- to include at a minimum temperature, humidity, pest control, cleaning
Monthly by 15th
6.1
006
Discrepancy/Damaged Goods Report
Daily
6.1
007
Access Control Log
Monthly by 15th

9.0 METHOD AND DISTRIBUTION OF DELIVERABLES
The Contractor will deliver documentation in electronic format, unless otherwise directed.
10.0 CONTRACTOR PERSONNEL SECURITY
A. The Contractor shall provide all material handling equipment training for their employees required to perform the tasks identified herein
B. The Contractor shall be responsible for obtaining all necessary permits and licenses, and for complying with all applicable federal, state, and municipal laws and regulations.
C. The contractor shall comply with all Privacy Act regulations related to personally identifiable information (PII). http://www.privacy.va.gov/Privacy Resources.asp.
D. The contractor shall be able to read, write, speak, and understand the English language.
11.0 CONTRACTOR PERSONNEL NON-SECURITY REQUIREMENTS
A. Contractor personnel shall always wear visible identification while they are on the premises.
B. Smoking is prohibited inside/outside any building other than the designated smoking areas.
C. Possession of weapons is prohibited except for those personnel designated by the Contractor (e.g., Security Guards) to ensure safety of personnel and materials.
D. Contractor will maintain physical security of the warehouse facilities housing the activities performed under this contract. The contractor will ensure that security procedures are defined and enforced.
12.0 Quality Assurance Surveillance Plan (QASP)
Purpose: To ensure the Government has an effective and systematic method of surveillance for the services herein. This plan will serve as a tool to verify the Contractor is performing all services required in a timely, accurate, and complete fashion.
Performance measures for this initiative are defined in the table below:
Performance Objective
Performance Standard
Surveillance Method
Performance Levels
1. Timeliness
Contractor shall pick up, if necessary, and deliver items as scheduled.

Minimum Quality Standard - Performance will meet standard 90% of the time
Observation, validated complaints.
Performance Evaluation to reflect poor performance; Negative CPARS Ratings
2. Stored Items Regularly Inspected and Maintained
Stored items inspected and maintained in accordance with manufacturers standards.

Minimum Quality Standard - Performance will meet standard 95% of the time
Observation, validated complaints.
Performance Evaluation to reflect poor performance; Negative CPARS Ratings
3. Continued Operability of Stored Items
Stored items are usable as intended when returned to the ordering facility. Items will not become functionally inoperable while in Contractor s custody.

Minimum Quality Standard - Performance will meet standard 100% of the time
Observation, validated complaints.
Performance Evaluation to reflect poor performance; Contractor will provide replacement item at no cost to the VA
4. Reports
Provide all reports in accordance with section 8.0 of the PWS (Deliverables 0001, 002, 003, 004, 005, 006, and 007)
Minimum Quality Standard - All deliverables are met 98% of the time.
Review of Deliverables and Direct Observation
Incentives Positive CPARs
Disincentives Negative CPARs reporting

13.0 NON-PERSONAL SERVICES CONTRACT
This contract is a non-personal services contract as defined in the FAR at subpart 37.101. It is understood and agreed that the Contractor and/or Contractor's employees and subcontractors:
shall perform the services specified herein as independent contractors, not as employees of the Government.
shall be responsible for their own management and administration of the work required and bear sole responsibility for complying with all technical, schedule, or financial requirements or constraints attendant to the performance of this contract.
shall be free from supervision or control by any government employee with respect to the manner or method of performance of the services specified; but
shall, pursuant to the government's right and obligation to inspect, accept or reject the work, comply with such general direction of the Contracting Officer, or the duly authorized representative of the Contracting Officer, as is necessary to ensure accomplishment of the contract objectives.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C24123Q0545_1.docx (opens in new window)
38 KB
Public
Apr 27, 2023
file uploads

Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 27, 2023 08:06 am EDTCombined Synopsis/Solicitation (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 >