Combine Solicitation – J– POOL MAINTENANCE SERVICE
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: J-- POOL MAINTENANCE SERVICE
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: VA24114Q0529
Contact:
Setaside: Total Small BusinessTotal Small Business
Description:
Solicitation Number: VA-241-14-Q-0529
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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 VA-241-14-Q-0529 and is issued as a Request For Quotation (RFQ)
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-74,
(iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 561790, and the size standard is
(v) This requirement consists of one (1) line item:
1. Vendor to provide all labor, maintenance, material, equipment, supplies, transportation and supervision to complete bi-monthly pool maintenance service on the therapeutic pool at the West Roxbury VAMC.
(vi) The following Performance Work Statement is a detailed description of the requirements for this solicitation:
ATTACHMENT A
EQUIPMENT COVERED BY THIS CONTRACT
VA ID# MANUFACTURER ITEM NAME MODEL # SERIAL# SCHEDULE LOCATION
Pump 1 Marathon electric Pump 1 Cat no M321 6VA213TTDV7047AA 7HP WR-B2-AB-10
Pump 2 Marathon electric Pump 2 Cat no M321 6VA213TTDV7047AA 7HP WR-B2-AB-10
Feed Pump Sta-Rite Feed Pump CVHF0910C48M2A22 IGO3R 1-1/2
Chlorinator tank Accu-Tab System Chlorinator Tank 3070 3070-0306
STATEMENT OF WORK
I. EQUIPMENT
See Attachment A.
II. SCOPE OF WORK
The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing basic preventive maintenance on the
III. DEFINITIONS/ACRONYMS
A. Contract Discrepancy Report (CDR) : A report that the Government shall complete and issue to the Contractor when service is unsatisfactory and not in compliance with the terms and conditions of the contract. The Contractor is required to complete and return this form to the COR whenever performance is unsatisfactory. The CDR requires the Contractor to explain, in writing, the cause of the unsatisfactory performance, how performance will be returned to acceptable standards, and how reoccurrence of the problem will be prevented in the future.
B. Contracting Officer (CO) : The individual with the authority to enter into, administer, and/or terminate contracts. The CO is the exclusive Government official authorized to execute changes and deviations or variations in the contract.
C. Contracting Officer's Representative (COR) : A Government representative, designated in writing by the Contracting Officer, to be responsible for quality assurance, inspection, surveillance, documentation and acceptance of the Contractor's performance. A copy of the letter of designation will be provided to the Contractor.
D. Preventive Maintenance (PM) : Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. To clean, lubricate, calibrate, test and replace faulty or worn parts and/or parts which are likely to become faulty, fail or become worn, repair or adjust components, or assemblies of components as necessitated by wear, tear, damage, or failure of parts, returning the equipment and/or instrument to the operating condition defined in the manufacturer's specifications.
E. Repair Cost Estimate: The Contractors estimated cost (for parts, labor and freight ) to repair a system according to manufactures' specifications and requirements.
F. Time: When hours are given it shall mean clock hours exclusive of Saturdays, Sundays and Holidays unless otherwise specified (i.e.,
G. Rework. Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government.
H. ESR. Vendor Engineering Service Report. A documentation of services rendered for each incidence of work performance under the terms and conditions of the contract.
I. Acronyms. Commonly used acronyms are listed below
FSE:
AQL: Acceptable Quality Level
IAW: In Accordance With
QA: Quality Assurance
QC: Quality Control
WS: Performance Work Statement
VA:
CO: Contracting Officer
COTR: Contracting Officer's Technical Representative
PREVENTIVE MAINTENANCE REQUIREMENTS
A. Within 14 calendar days of Notice to Proceed, the vendor will submit to the COR a written schedule of the planned PM visits for the coming year along with a written description of the work to be performed during each visit. Refer to paragraph IV.B. below for schedule and inspection requirements.
The following is the scope of services to be performed on Covered Equipment. Detailed descriptions of these services are provided in Attachment C, Equipment Maintenance Procedures. Items marked with an "X" are included in this contract.
Services Included Labor and Materials for Covered Equipment
x Scheduled Maintenance Labor
x Scheduled Maintenance Parts and Materials
Not covered Repair Labor: Repairs will be performed on covered equipment during regular business hours - Select Agreement
Not covered Repair Parts and Materials - Select Agreement
Not covered Overtime Repair Labor for Emergency Failures (outside
Equipment Maintenance Procedures:
FILTER ROOM INSPECTION REPORT
" Report in with the COR and sign log with name, date and time.
" Record and report abnormal conditions, measurements taken, etc.
" Review customer logs with the customer for operational problems and trends.
" Inspect for leaks and report leak check results to the customer.
" Repair minor leaks as required (e.g. valve packing, flare nuts).
" Calculate refrigerant loss rate and report to COR.
" Replace the filter / drier on the motor cooling line, in accordance with mfg specifications.
" Test the security of mounting points; tighten all major points.
" CHECK FILTER-BACK WASH CYCLING, FLOW RATES AND Biofilm inspection.
" Pumps- check flow rates, cavitation, check seals, check vacuum or pressure and strainers.
" Controllers- Inspect and check calibration, probes (clean if needed), sample stream inspection.
" Sanitizer/Oxidizer Delivery System- check chlorinators, UV, ozinators, and MIOX. Check system and indicate if there is adequate flow, bulb intensity, clear tubing, clear any clogs, inspect check valves, solenoids, etc.
" PH Adjustment systems- check CO2, acid feeders, etc. .
" Heaters-inspect for efficient operation and fine tune.
" Auto Water Level Controllers-inspect and adjust.
" Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected
Chemical Testing
" Check and record PH, sanitizer/oxidizer levels (ORP, PPM), Alkalinity, Calcium Hardness, Total Dissolved Solids, Phosphates, nitrates, metals and saturation index.
" Review operating procedures with operating personnel.
" Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.
" Check contactor(s) for free and smooth operation.
" Meg the motor and record reading.
" Check disconnect terminal block for wear, tightness and signs of overheating and discoloration.
" Check the condition and operation of the basin heater contactor(s).
a. Each inspection will be provided in accordance with the system/equipment manufacturers factory recommended procedures. Each inspection shall, at a minimum, include the following as specified for the equipment make, type, and time of seasonal operation. Any additional parts not identified in this document will not be covered by this contract. The vendor will obtain prior approval from the COTR prior to performing any additional repair work and the additional work will be billed separately.
b. For each PM inspection, the contractor will provide a detailed written report to the COTR that summarizes work performed, problems/deficiencies found, and measurements taken. This report will be submitted at the completion of the inspection.
c. All work will be performed
EMERGENCY SERVICE
Emergency repair service is not covered by the contract. However, the contractor will provide a preferred customer response to emergency repair calls that includes labor and parts costs to be billed separately.
CONTRACTOR PERSONNEL
A. Personnel Experience. All work shall be performed by competent mechanics, experienced and qualified to work on the specific makes and models of equipment listed in this contract. The Contractor shall submit to and for the approval of the Contracting Officer, certification and a list of credentials of the approved mechanics. Personnel shall have a minimum of three (3) years recent experience related to this work. The contractor must provide a list of three (3) reference contacts that have been provided service on similar or identical equipment. The contractor must provide authenticated factory training certificates or credentials (or acceptable substitute as approved by the COR) for any personnel who are working on any VA equipment. The VA specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on VA equipment.
B. Conduct of Personnel. The Contractor shall ensure that his personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this facility or the
C. Identification of Employees. : The Contractor shall within 10 calendar days before beginning performance of work provide the Contracting Officer a list of all employees who will perform under this contract. The list shall include the full name, and work assignment of each employee. The Contractor shall notify the Contracting Officer in writing of any addition, deletion or change in work assignment within 10 days of such change. Each of the Contractor's employees shall conspicuously display on their person a badge provided by the VA
HOURS OF OPERATION
B. Federal Holidays. Federal Holidays observed by the VA are:
CONTRACTOR QUALITY CONTROL
The Contractor shall establish and maintain a Quality Control Program that ensures that all requirements of the contract are provided as specified.
INSPECTION AND ACCEPTANCE
A. Final inspection and acceptance by the Government shall be made at the site of each system. However, final inspection and acceptance do not preclude the Government's right to inspect completed work prior to shipment from the Contractor's shop nor does it waive any rights of the Government.
B. Unsatisfactory service will be reported in writing by the VA CO to the Contractor.
C.
REMOVAL AND/OR DISPOSAL
A. Removing Government-Owned Material: All property removed remains the property of the
C. Inventories shall not be disposed of by the Contractor without inspection and written approval of the CO. Salvaged parts used in the repair of any government owned equipment shall be treated by the Contractor as Government furnished material and reflected as same on Contractor's invoices when submitted for payment. All salvage in the possession of the Contractor, upon expiration of the contract, will be returned to the Government within thirty (30) days after such expiration.
FIRE PREVENTION AND PROTECTION
The Contractor shall fully acquaint himself and his personnel with the location of fire equipment before work, take all prudent measures to minimize fire hazards that result from work, complies with all ordering agency fire and safety regulations.
ENERGY CONSERVATION
The Contractor is required to comply with all energy conservation regulations and instructions that are applicable to Government-owned facilities including but not limited to thermostat settings.
CLEANING UP
The Contractor shall clean up after work, leaving each area where work is performed, neat and clean. All containers, trash and debris for which he is responsible shall be removed.
HAZARDOUS CONDITIONS
During the course of performing work under this contract, should the Contractor find serious or hazardous conditions existing with or in any of the equipment the Contractor shall secure the equipment and immediately notify the COR.
CLEANLINESS
The area immediately around the equipment provided for the Contractor's use shall be kept in a clean and orderly condition. Trash and waste material shall not be permitted to accumulate, but shall be removed by the Contractor's employees.
SERVICE MANUALS
The VA shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSEs all operational and technical documentation, (such as: operational and service manuals, schematics, and parts lists), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request.
XVII. INSURANCE
A. Worker compensation and employer's liability. Contractor and any subcontractor covered under this contract are required to comply with applicable Federal and State Worker's Compensation and occupational disease statutes.
B. General Liability. Contractor and any subcontractor covered under this contract are required to have Bodily injury liability insurance coverage written on the comprehensive form of policy of at least
C. Property Damage Liability. Contractor and any subcontractor covered under this contract are to have Property Damage Liability insurance coverage of at least
VENDOR REQUIREMENTS
1. The contractor must employ mechanics and technicians that are trained in the applicable codes, standards, and manufacturer requirements for maintenance and repair of the
2. The contractor must have at least 3 year's experience satisfactorily performing such maintenance on comparable units, equipment, or systems.
3. The contractor must have access to OEM (original equipment manufacturer)-manufactured parts and materials required for performance of this work.
4. The contractor must have sufficient supplies, tools, and equipment to perform all requirements of this contract.
(vii) Delivery FOB Destination to
(viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda,
(ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the item offered to meet the Government requirement
(ii) Price
(iii) Past Performance
(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far;
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition:
52.203-6, 52.204-10, 52.204-14, 52.219-6, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41,
52.222-42, 52.223-15.
(xiii) n/a
(xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition
(xv) n/a
(xvi) RESPONSES ARE DUE
(xvii) contact information
Contracting Office Address:
Place of Performance:
West Roxbury VAMC
1400 VFW PKWY
Contracting Officer,
Phone: 774-826-3196
n/a
Link/URL: https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24114Q0529/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2988 |



Combine Solicitation – T.S. KENNEDY – Davit & Boat Repairs and Testing
Advisor News
- Investor use of online brokerage accounts, new investment techniques rises
- How 831(b) plans can protect your practice from unexpected, uninsured costs
- Does a $1M make you rich? Many millionaires today don’t think so
- Implications of in-service rollovers on in-plan income adoption
- 2025 Top 5 Advisor Stories: From the ‘Age Wave’ to Gen Z angst
More Advisor NewsAnnuity News
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER BENEFIT CONSULTING SERVICES” Filed: Great-West Life & Annuity Insurance Company
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Baby On Board
- 2025 Top 5 Life Insurance Stories: IUL takes center stage as lawsuits pile up
- Private placement securities continue to be attractive to insurers
- Inszone Insurance Services Expands Benefits Department in Michigan with Acquisition of Voyage Benefits, LLC
- Affordability pressures are reshaping pricing, products and strategy for 2026
More Life Insurance News