Combine Solicitation - J- POOL MAINTENANCE SERVICE - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
June 12, 2014 Newswires
Share
Share
Tweet
Email

Combine Solicitation – J– POOL MAINTENANCE SERVICE

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 11-JUN-14

Office Address: Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301

Subject: J-- POOL MAINTENANCE SERVICE

Classification Code: J - Maintenance, repair & rebuilding of equipment

Solicitation Number: VA24114Q0529

Contact: James [email protected] mailto:[email protected]

Setaside: Total Small BusinessTotal Small Business

Description: Department of Veterans Affairs

VA Boston Healthcare System

Department of Veterans Affairs Boston Healthcare System

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, May 30, 2014. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR)

(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 7.0 million dollars.

(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 HP WR-B2-AB-10

Chlorinator tank Accu-Tab System Chlorinator Tank 3070 3070-0306 WR-B2-AB-10

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 West Roxbury, Therapeutic Pool chemical treatment and equipment as listed in Attachment A and located at the Department of Veterans Affairs Medical Center, 1400 VFW Parkway, West Roxbury, MA 02132 in accordance with all terms and conditions of this contract.

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., 1:00 P.M. Monday to 1:00 P.M. Tuesday equals 24 hours; 12:00 P.M. Friday to 12:00 P.M. Monday equals 24 hours). If days are indicated it shall mean calendar days including Saturdays, Sundays and Holidays.

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: Field Service Engineer

AQL: Acceptable Quality Level

IAW: In Accordance With

QA: Quality Assurance

QC: Quality Control

WS: Performance Work Statement

VA: VA Medical Center

CO: Contracting Officer

COTR: Contracting Officer's Technical Representative

FES: Facilities and Engineering Service

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 Trane regular business hours)

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.

General Assembly

" 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 between the hours of 7:30 a.m. and 4:00 p.m. on the prearranged dates.

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 Department of Veterans Affairs. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. All employees shall be legal residents of the United States and be able to understand, speak, read and write the English language.

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 West Roxbury Police Office.

HOURS OF OPERATION

A. Normal Duty Hours. The Contractor shall have employees available Monday through Friday, except legal public holidays at the times specified to perform routine work and inspections.

B. Federal Holidays. Federal Holidays observed by the VA are:

New Years Day; Martin Luther King Day; President's Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; and Christmas.

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. Telephone Answering Service: The Contractor shall maintain, at his own expense, a dedicated (tie-line) toll-free telephone answering service for the exclusive use in the performance of this contract. This answering service shall be monitored during normal work hours as identified in the specifications.

REMOVAL AND/OR DISPOSAL

A. Removing Government-Owned Material: All property removed remains the property of the U.S. Government and shall be returned by the Contractor to a place of storage as designated by the CO or COR.

B. Salvage: Items received by the Contractor that are non-repairable because of condition, or declared unfit for economical rehabilitation by the Contractor, shall be returned to the Government. All salvage remaining in the Contractor's shop shall remain Government property and may be used for repair of any Government-owned equipment when released by the CO. The Contractor shall be required to maintain an account record of inventory upon completion of the maintenance contract.

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 $500,000 per occurrence.

C. Property Damage Liability. Contractor and any subcontractor covered under this contract are to have Property Damage Liability insurance coverage of at least $500,000.

D. Contractor shall provide proof of liability insurance within five (5) days after contract award.

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 Trane and McQuay equipment covered by this contract.

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 West Roxbury VA Medical Center, 1400 VFW PKWY, West Roxbury, MA 02132.

(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 Commercial Advertising, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission, and VAAR 852.246-71 Inspection.

(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 Wednesday, July 09, 2014 by 7:00 a.m. eastern standard time (est). Only electronic offers will be accepted; submit quotation to - [email protected]

(xvii) contact information

Contracting Office Address:

Department of Veterans Affairs

VA Boston Healthcare System

940 Belmont StreetBrockton, Ma 02301

Place of Performance:

West Roxbury VAMC

1400 VFW PKWY

West Roxbury, MA 02132

Primary Point of contact.:

James Cimini

Contracting Officer,

[email protected]

Phone: 774-826-3196

Secondary Point of contact:

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

Older

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 News

Annuity 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 News

Health/Employee Benefits News

  • How 831(b) plans can protect your practice from unexpected, uninsured costs
  • Savvy Senior: How to appeal a Medicare coverage denial
  • Thousands of Alaskans are facing a health care 'cliff' amid gridlock in Congress
  • What the end of ACA tax credits means for health insurance costs and how Connecticut residents are responding
  • DISABILITY INSURANCE STIFLES HUMAN POTENTIAL
Sponsor
More Health/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

- Presented By -

Top Read Stories

  • How the life insurance industry can reach the social media generations
More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Slow Me the Money
Slow down RMDs … and RMD taxes … with a QLAC. Click to learn how.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

Press Releases

  • Two industry finance experts join National Life Group amid accelerated growth
  • National Life Group Announces Leadership Transition at Equity Services, Inc.
  • SandStone Insurance Partners Welcomes Industry Veteran, Rhonda Waskie, as Senior Account Executive
  • Springline Advisory Announces Partnership With Software And Consulting Firm Actuarial Resources Corporation
  • Insuraviews Closes New Funding Round Led by Idea Fund to Scale Market Intelligence Platform
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2025 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet