Tennessee Bids > Bid Detail

H941--Certified Associated Air Balance Council (AABC), National Balancing Council (NBC) or National Environmental Balancing Bureau (NEBB) needed for TAB work to Certify Isolation Rooms

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159395071468263
Posted Date: Jul 12, 2023
Due Date: Jul 19, 2023
Solicitation No: 36C24923Q0466
Source: https://sam.gov/opp/9ea4a09122...
Follow
H941--Certified Associated Air Balance Council (AABC), National Balancing Council (NBC) or National Environmental Balancing Bureau (NEBB) needed for TAB work to Certify Isolation Rooms
Active
Contract Opportunity
Notice ID
36C24923Q0466
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?

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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 12, 2023 09:56 am CDT
  • Original Response Date: Jul 19, 2023 11:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H941 - OTHER QC/TEST/INSPECT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Department of Veterans Affairs Lt. Col Luke Weathers Jr. VA Medical Center Memphis , TN 38104
    USA
Description
On behalf of the Lt Col Luke Weathers, Jr. VA Medical Center located in Memphis, TN, Network Contracting Office (NCO) 9 is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed-priced 5 (five) year Blanket Purchase Agreement (BPA) to provide Testing, Adjustment and Balancing Services needed to certify Isolation Rooms. The contractor must have one of the following certifications: Associated Air Balance Council (AABC), National Balancing Council (NBC) or National Environmental Balancing Bureau (NEBB). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380, Testing Laboratories and Services.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

Organization name, address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Business type under NAICS 541380, which contains a size standard of $19.0 Million, Commercial and Government Entity (CAGE) Code and System for Award Management (SAM) Unique Entity ID (UEI) number.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

Responses to this SSN shall not exceed 4 pages and should include all the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:

Provide services consistent in scope and scale with those described in this notice and otherwise anticipated.
Implement a successful plan that includes contractor compliance with program standards, quality control, and performance.
Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and certified as such through the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) website at www.veterans.certify.sba.gov

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 11:00 AM CST, July 19, 2023. All responses under this SSN must be emailed to Jennifer.Harper2@va.gov . Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in Federal Acquisition Regulation Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation or combined solicitation may be published in Contract Opportunities (formerly Federal Business Opportunities or FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

See SOW on the following page.


STATEMENT OF WORK
TEST AND BALANCE OF ISOLATATION ROOMS , NUCLEAR MEDCINE AMD SURGERY/SPS ROOMS
GENERAL INFORMATION
INTRODUCTION This requirement is for the semi-annual testing, balance and certification of the Facilities Isolation Rooms, Nuclear Medicine Rooms, Surgery/SPD rooms as well as HEPA Filter replacement and Leak Testing of Filters at Lt. Col. Luke Weathers, Jr. Veteran Administration Medical Center (VAMC), 1030 Jefferson Avenue, Memphis, TN 38104

SCOPE OF WORK

Isolation Rooms:
The Isolation Rooms are used by the Facility for patients with air or contact spreadable diseases.
Contractor/Vendor shall perform semi-annual isolation room air flow readings ensuring there are at minimum twelve (12) air changes per hour with a minimal of .01 negative air pressures in forty-three (43) isolation rooms.
Contractor/ Vendor's service shall consist of all labor, materials, equipment, travel, supervision, and quality control necessary to perform semi-annual isolation room's air flow.

Nuclear Medicine Rooms

Contractor/ Vendor shall take semi-annual supply and exhaust readings in six (6) Nuclear Medicine rooms D100, D102, G109, G110 & G111. Located in Building 1A. Rooms must measure six (6) air changes minimum or meet the current Veterans Administration (VA) standard.
Contractor/ Vendor's service shall consist of all labor, materials, equipment, travel, supervision, and quality control necessary to perform semi-annual isolation room's air flow

Surgery Suites & Sterile Processing Service (SPS) Air Flow Testing
These rooms are used for surgery on patients, sterile processing, lab test rooms and sterile supply storerooms
Contractor/Vendor shall perform air flow, room volume, room pressure and air changes per hour in thirty-one (31) Operating Rooms Suites, SPS Sterile Processing and Clean Storerooms including the surrounding corridors and recovery room.

High-efficiency Particulate Absorbing (HEPA) Filter Replacement and Leak Testing
The HEPA filters are used to filter the air from the isolation rooms throughout the Medical Center buildings. The Facility will provide all filters for Job.
Contractor/ Vendor shall remove and replace eleven (11) bio shield filters in building 1A and thirteen (13) Filters and Prefilters for Buildings 1, 1A and Spinal Cord Injury (SCI) Facility will provide the HEPA Filters and Pre-filters. All filters to be placed in red bags provided by the VA.

Testing Schedule:
Isolation Rooms shall be tested in December and June
Nuclear Medicine shall be tested in March and September
Surgery Suites & Supply Processing and Distribution (SPD) Air Flow Testing shall be done in February and August HEPA Filter Replacement shall be in June
If any room(s) cannot be tested as per the schedule due to the room(s) not being available, the Contracting Officer s Representative (COR) and Maintenance & Operations (M&O) Supervisor shall be notified within 48 hours. When or if the room(s) become available, the Contractor/Vendor shall be required to test the room(s) at their earliest convenience which may coincide with another areas testing schedule.
All rooms and location will be provided to the Contractor/Vendor who is awarded the contract
COR and M&O Supervisor must be notified and approve of any schedule change or delay that is required from the Contractor/Vendor for any reason

Contractor/Vendor Certifications:
The Contractor must be a certified member of the Associated Air Balance Council (AABC), National Balancing Council (NBC), or National Environmental Balancing Bureau (NEBB).
The VA recognizes the Whole Building Design Guide (WBDG) as the reference for a number of design criteria and requirements. The VA has its own very specific design guides and requirements. The WBDG references the American Society of Heating, Refrigeration and Air Condition Engineers (ASHRAE) as the institute to determine specific guidelines and requirements for HVAC requirements not covered by the VA HVAC Design Guide. ASHRAE has indicated the test and balance certifications that meet their needs.

Testing Reports
The contractor/vendor shall provide the COR & M&O supervisor with one (1) hard copy and one (1) electronic copy of the certified report after each semi-annual & annual test The contractor/vendor shall invoice the VAMC Memphis, 1030 Jefferson, Memphis, TN, 38104, at the completion of each semi-annual test and after the testing reports have been submitted.
Note: This contract involves no VA Sensitive Information, this contract is for the testing and certification of the Facilities Isolation, Surgery, SPS and Nuclear Medicine Rooms.

WORK HOURS - All testing shall be performed during the normal business hours of 0730 1600, Monday thru Friday with the exception of Federal Holidays

PERIOD OF PERFORMANCE:

Base Year : 10/01/2023-09/30/2024
Ordering Period 1: 10/01/2024-09/30/2025
Ordering Period 2: 10/01/2025-09/30/2026
Ordering Period 3: 10/01/2026-09/30/2027
Ordering Period 4: 10/01/2027-09/30/2028

U.S. LEGAL HOLIDAYS: The following is a list of United States Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday, if the holiday falls on a Sunday, the following Monday is observed as the holiday.

New Year s Day Martin Luther King s Birthday Washington s Birthday
Memorial Day Juneteenth National Independence Day
Independence Day Labor Day Columbus Day
Veterans Day Thanksgiving Day Christmas Day
(And any other day determined a holiday by the President)

REPORTING REQUIREMENTS SERIVCES BEYOND THE CONTRACT

The Contractor shall immediately, but not later than twenty-four (24) hours after discovery of any potential failures notify the Contracting Officer (CO) and the COR, in writing of the existence or the development of any defects in, or repairs required to the schedule of equipment which the Contractor considers not to be responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs.

7. (End of Statement of Work)
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
  • Jul 12, 2023 09:56 am CDTSources 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 >