Tender Results of Veterans Affairs, Department Of Usa
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
Z2da-- Renovate Inpatient Wards 6w, 7w & 8w
Contract Date22 Sep 2020
Contract AmountUSD 7.2 Million
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
1
statement Of Work/specifications For Mobile Ct Unit
1.0 Overview Services:
va Connecticut Healthcare System Requires The Lease Of Mobile Multiple Detector Computed Tomography Imaging (mdct) Unit For Use To Address The Backlog Of Ct Scans Created By The Limiting Of Routine Services During The Coronavirus Pandemic. Contractor Shall Provide All Expertise, Trained Personnel, Equipment And Supplies As Necessary To Deliver, Install, And Operate This Mobile Unit At The West Haven Campus Of The Va Connecticut Healthcare System (vacths).
contractor Shall Provide An Aquilian Prime Sp, With Adaptive Iterative Dose Reduction 3d Enhanced Ct System And Associated Equipment (hereinafter Referred To As A Mobile Unit). Above Shall Include A System Scalable To 160 Slice Multiple Detector Ct Mobile Scanner, Which Shall Be Delivered F.o.b. Destination To The West Haven Campus, Vacths 950 Campbell Ave West Haven, Ct 06095. Contractor Shall Be Provided A Minimum Of 30 Days Notice When The Mobile Unit Is No Longer Required After Meeting A Minimum Lease Period Of 12 Months. If The Return Of The Unit Is Anticipated To Be In The Middle Of Month, The Contractor Price Will Be Prorated, And Price Will Be Decreased Accordingly. This Agreement Shall Include All Labor, Material, Tools, Maintenance/repairs, Equipment, Hookup, Delivery, And The Complete Removal Of The Mobile Unit Upon Conclusion Of The Contract Period. Mobile Unit Shall Be Delivered And Removed On A Date And Time Mutually Agreed Upon Between The Cor And The Contractor.
it Is Also Agreed Upon And Understood That Only Qualified/trained Technologists Supplied By The Contractor Or Va Trained Technologist Will Be Allowed To Perform Scans On The Contractor Furnished Equipment. The Contractor Is Always Required To Staff The Mobile Ct Unit With One Qualified / Certified Ct Technologist And One Technologist Aide. The Hours Of Normal Operation Are 7am-5pm Monday - Saturday, Exclusive Of Federal Holidays. Va May Need To Perform Ct Scans At Any Time; Therefore, The Mobile Unit Will Be Available, And The Va Will Have Access On Site 24 Hours A Day, 7 Days A Week (24/7) For The Agreed Upon Period. Contractor Shall Be Responsible To Maintain All The Equipment In Good Working Order And Shall Reimburse The Va For Any Reasonable Costs Which May Be Associated With Any Defective Workmanship Or Equipment Failure As Further Defined Herein. All Required Software Updates/maintenance Performed By The Vendor Must Take Place After 7pm On Weekdays And Weekends.
1.1 Term Of Contract: The Contract Is Effective After Award From The Date Specified For A 12-month Period With An Option To Renew For Additional 12- Month Period. The Option Period Is Subject To The Availability Of Va Funds. No Service Shall Be Performed By The Contractor After Dates Indicated, Unless Authorized By The Contracting Officer In Writing.
1.2 Training: Government Or Government Contract Personnel Shall Provide All Patient Services. Contractor Is Required To Provide All Necessary Training For Full Operation Of The Mobile Ct Unit, If Necessary. Contractor Shall Make The Necessary Arrangements With The Contracting Officer S Representative (cor) To Schedule Training Sessions. Training Sessions Shall Not Be Performed On Weekends And Federal Holidays.
1.3 Use Of Equipment: It Is Agreed Upon And Understood That A Qualified Ct Technologist(s) (who Has Completed And Received The Proper Training On The Use Of The Equipment) Will Be Authorized To Use The Contractor S Furnished Equipment 24/7 To Perform A Variety Of Ct Exams. This Includes Va Connecticut Employees And Contract Staff.
1.4 Authority: This Procurement Can Be Conducted Under Federal Acquisition Regulation (far) Part 8, Required Sources Of Supplies And Services Under Gsa Schedule Or Far Part 13, Open Market. The Resultant Contract Is Non-exclusive And Shall Not Prohibit Va Or Contractor From Entering Into Agreement(s) With Other Health Care Providers Or Purchasers Of Health Care Services.
1.5 Purpose: The Intent Of This Procurement Is To Provide Interim Mobile Ct Lease To Increase Patient Access To Ct Services Post Coronavirus Pandemic. Contractor S Equipment Shall Be State-of-the Art In Order To Achieve High Quality Scans Utilizing Low Radiation Dosing Techniques For Va Patient Diagnosis.
1.6 Contractor S Furnished Equipment: Equipment Shall Be Limited To A Fully Equipped
aquilian Prime Sp, With Adaptive Iterative Dose Reduction 3d Enhanced Ct Scanner Where Studies Will Be Performed On The Contractor S Furnished Equipment. Contractor Shall Submit An Equipment Specification List Of All Equipment, Including The Ct Mobile Unit With His/her Signed Quotes As Further Detailed In Paragraph 1.7. Include Name Of Manufacturer, Model Number, Manufacturer S Brochures, Cut Sheets, Equipment Specifications, And All Pertinent Data. All Equipment To Be Used Will Be Fda Approved Imaging Equipment Placed At A Location Designated By The Cor On Site At The West Haven Campus. The Entire Offering Of A Ct Mobile Lease Shall Meet All Local, State, Federal, Industry, Jc, Nec, Nfpa, Va, Osha, And Other Regulatory Standards, Internal Or External, That The Vacths Is Currently Accountable For.
in Addition, The Ct Mobile Unit Shall Meet The Following Specifications:
max Width Of Mobile: 16 Feet
max Length Of Mobile: 50 Feet
mobile Unit Shall Be Compatible With The Following Main Electrical Power Specifications: 480v, 150a 3 Phase, 125kva, Fused At 150, 4 Pole 5 Wire Service In Place With A Russelstoll Outlet Consisting Of 4 #3/0 & 1 #6g, Maximum Allowable Line Voltage Variation Is +/- 10 Percent. Phase Balance + 2% Maximum, As Per The Oem Site Guide.
(power Needed Is: 380, 400, 420, 440, 460 Or 480 Vac, 50/60 Hz, 3-phase)
1.7 System Capability Requirements: The Contractor Shall Provide A Computed Tomography Imaging Scanner Which Shall Allow The Contract Personnel/staff To Perform A Wide Range Of Exams As Listed Below:
diagnostic Ct Imaging, But Not Limited To, All Body, Msk, Neuro.
1.8 System Networking Interfaces: To Be Provided At No Additional Cost To Vacths.
scanner And All Associated Equipment - Both Hardware And Software, Which Shall Have Ability To Send Digital Imaging And Communications In Medicine (dicom) Images To Vacths Pacs:
system Shall Be Able To Send To Multiple Dicom Destinations
system Shall Operate On Windows 10 Operating System
shall Act As A Service Class Provider (scp) For Third Party Workstations To Pull Dicom
the Mobile Unit Shall Be Equipped With A Dvd Disk Archival System However Va Will Be Responsible For Dvd Discs. The Patient Data And Optical Disk Shall The Property Of The Vacths And Remain With Vacths At The End Of The Contract Term.
the Mobile Unit Shall Be Equipped With Dvd-r Burning Capabilities As A Backup, These Backups Shall Be In Dicom Format.
shall Be Compatible With Dicom Modality Worklist C-find (mwl) To Query Exams
1.9 Accessory Equipment: Accessory Equipment That Shall Be Provided By The Contractor:
handicap Accessibility - Via Ramp Or Lift
intercom System Between The Control Room And Scanning Room
medical Gas Outlets (1 Outlet Each Of Air Oxygen And Suction) In The Ct Room Close To The Head Of The Table
supply Tanks/compressor For The Source Of The Gases/suction Shall Be Supplied With The Mobile Unit
changing Area For Patients Within Mobile Unit (if Available)
ct Medrad Stellant Dual Injector Which Is Compatible To The Ct System Provided
1.10 Equipment Specifications: The Following Minimum Performance Characteristics Of The Equipment Are Required: Brand Name Toshiba Is Required In Order To Avoid The Need To Train Staff That Is Already Familiar With The Use Of This Brand Ct, Currently In Use At The Vacthcs.
aquilian Prime Sp Ct Is Also Required For This Mobile Space In Order To Ensure Ease Of Use And To Prevent Additional Training For The Clinical Users. A Medrad Stellant Dual Injector Brand Is Required In Order To Maintain Consistent Use Of Current Stock Of Injector Syringes That Logistics Currently Has On Contract With The Vendor. Additionally, All Sponges And Table Attachments Shall Be Included. In This Instance, The Supplies To Be Included Are:
head Holder Attachment
head Stability Sponges
footboard Attachment
patient Safety Velcro Table Straps
cardiac Monitor For Cardiac Cta
ekg Leads For Cardiac Monitor
postprocessing Workstation That Is Compatible With Vital Vitrea Imaging Workstation
additionally, The Unit Shall Include, But Not Be Limited To, The Following Specifications:
the Gantry
gantry Tilts Ãâ±30 Degrees
large Aperture: 78 Cm
two Scan Fields Of View
wide Range Of Scan Times Provides Greater Flexibility For Optimal Image Quality
control Touch Panel Many Functions Can Be Controlled In-room For Quick Setup And Improved Workflow
noise, % At 25 Mgy (2.5 Rads) <0.5%
output, Kw 72
kvp Range 80, 100, 120, 135 X-ray Tube
heat Storage, Mhu (x-ray Tube) 7.5
heat Dissipation Rate, Khu/min (x-ray Tube) 1,386 Maximum
tube Cooling (x-ray Tube Anode) Oil/air
tube Focal Spots, Mm (x-ray Tube) 1.6 X 1.4, 0.9 X 0.8 (iec Standard)
gantry Angle Deg (gantry) +/-22
dicom 3-d Image Export
standard Rotation Times, Sec, 0.35, 0.375, 0.4, 0.45, 0.5, 0.6, 0.75, 1, 1.5
table Weight: >440 Lbs
other Features Include:
easy 3d
bone Removal
maximum Intensity Projection (mip)
minimum Intensity Projection
intensity Volume Rendering
quantitative Analysis
profile Display Of Ct Numbers Along A Selected Line In The Axial Plane
distance Measurement And Display
ct Number Display
histogram Display
connectivity To Pacs Is Required As Well As All Capabilities In Section 1.8 In The Above Document.
equipment Provided Shall Also Include The Following:
dicom [connectivity / Functionality Between Vabhs Carestream Pacs]
dvd Disk Archival System
contractor Shall Be Required To Make Whatever Adaptations Are Necessary So That The Contractor S Equipment Is Compatible With The Va Furnished Services Defined Herein.
the Mobile Ct Shall Provide Images With Consistently High Technical Diagnostic Quality Which Meet The Standard Of Care.
the Mobile Ct Unit Shall Be Ready For Use Regardless Of Outside Environmental Conditions.
the Mobile Ct Unit Shall Maintain A Temperature As To Assure Proper Operation Of The Scanner Without Frequent Calibration And Provide For Patient Comfort.
meet All Federal, State And Local Fire And Safety Requirements.
telecommunications: The Mobile Unit Shall Be Equipped With An Outlet Connection Capable Of Transmitting Data And Voice Through A Government Provided Network Cable. The Government Will Provide The Connection Required For The Transmission Of Images, Data And Voice. (pacs Interface Contact Person Shall Be Provided To The Contractor During The Post-award Orientation).
1.11 Additional Requirements/mobile Ct Unit: Contractor Shall Provide A Mobile Ct Unit That Meets The Following Physical Requirements:
has Been Approved By The Fda And Meets Or Exceeds Minimal Standards For The Type Of Equipment Being Provided As Defined Herein.
the Contractor S Mobile Ct Shall Provide The Space Enough For The Monitoring Of Sedated Patients And Conducting Cpr And Code If Needed.
1.12 Va Provided Utilities/services: Vacths Shall Provide The Following Utilities/services (if Necessary) For Operation Of The Ct Mobile Unit:
maintenance Of The Site Which Meets The Requirements For The System.
housekeeping During Use Of The Mobile Unit.
provision Of Electricity Utilities, Telephone Service And Network (hvac, Water And Steam Will Not Be Provided).
provision Of A Radiologist To Oversee Procedures, To Protocol Studies.
va Staff To Respond Medical Emergencies.
va Will Be Responsible For Scheduling Of Patients To Maximize Patient Throughput And Will Provide Clerical Support For Scheduling, Patient Registration And Other Administrative Responsibilities Related To The Ct Schedule.
provision Of Medical Staff, When Required, For Procedures.
transportation Of Patients To/from Their Medical Ward To The Waiting Area Assigned To The Ct Service.
provision Of Medical Supplies Necessary To Perform The Procedure.
provision Of Standard Protocols For Ct Technical Staff And Availability Of Radiologist To Confer With Regarding Protocols.
va Physicians Will Obtain Any Written Consent That May Be Required In Accordance With Va Regulations.
canopy, Walkway And Covering For The Safe Transportation Of Patients To And From The Hospital To The Mobile Unit
1.13 Equipment Maintenance/repairs: Equipment Provided Shall Always Be In Good Working Order In Order To Provide High Quality Scans Required Under This Solicitation And Any Resulting Contract. Contractor Shall Be Completely Responsible For The Preventive Maintenance, Emergency And General Repairs, Replacement Of Any Defective Parts/components, Safety, Cleaning, And Upkeep Of All Equipment Furnished By The Contractor. Preventative Maintenance/repairs On The Ct Mobile Unit And All Associated Equipment Shall Be Performed In Accordance With The Conformance Standards And Manufacturer S Recommendations.
if The Equipment Should Fail During Normal Working Hours, Emergency Repairs Shall Be Performed On-site By The Contractor S Qualified Service Engineers Within A Four-hour Response Time In Order To Reduce Equipment Downtime. Contract Price Shall Be Reduced By Pro-rated Amount In The Event That The Contractor Is Unable To Meet The Response Times Stated Herein Or As Mutually Agreed Upon With The Cor Based Upon Patient Scheduling. Notwithstanding, If It Is Determined That The Equipment Cannot Be Repaired On Site Within An Agreed Upon Period Of Time, The Contractor Agrees To Replace The Mobile Unit Within Forty-eight (48) Hours Of Equipment Failure. Contract Price Will Be Adjusted For Any Days In Which The Equipment Cannot Be Used.
all Required Software Updates/maintenance (non-emergent) Performed By The Vendor Must Take Place After 7pm On Weekdays And Weekends As To Not Interrupt Patient Access.
va Shall Be Responsible For The Overall Housekeeping Of The Unit Including But Not Limited To Removal And Proper Disposal Of All Debris Daily Or As Often As Necessary To Maintain A Sanitized And Neat Environment In Accordance With The Conformance Standards.
1.14 Parts: The Contractor Shall Furnish And Replace Parts To Meet Times Specified In This Agreement. The Contractor Shall Maintain Ready Access To All Parts, Including Unique And/or High Mortality Replacement Parts. All Parts Supplied Shall Be Compatible With Existing Equipment. The Contractor Shall Include All Parts Required. The Contractor Shall Use New Or Rebuilt Parts. All Parts Shall Be Of Current Manufacture And Have Complete Versatility With The Presently Installed Equipment. All Parts Shall Perform Identically To The Original Equipment Specifications. Rebuilt Parts, Used Parts Or Those Removed From Another Piece Of Equipment Shall Not Be Installed Without Specific Approval By The Co Or The Cor.
contractor S Equipment Shall Be Compatible With The Va Existing Equipment And/or Systems In Order To Provide An Interface Between The Mobile Ct Unit And The Contractor S Equipment And The Va Firewall. Va Personnel Will Be Assigned To The Successful Contractor During The Post Award Orientation To Establish Network Connectivity From The Trailer Through The Vacths Firewall. The Contractor And Oit Official Will Discuss Firewall Security And Patient Data Purging Procedures From The Contractor S Computer Hard Drives On The Trailer Unit. The Contractor Shall Comply With Firewall Security And Patient Data Purging Procedures Determined To Be Applicable By The Va Oit Official.
all Hard Drives And Removal Media That Store Sensitive Patient Information Will Be Turned Into The Va At The Conclusion Of The Contract Period.
ct Mobile Unit Driver Shall Be Licensed As Applicable To Operate And Drive The Mobile Vehicle In Which The Unit Is Housed. Contractor Shall Be Responsible For Delivery And Set Up Of Unit On Site.
1.15 Records And Confidentiality
records Created By The Contractor In The Course Of Treating Va Patients Under This Agreement Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred Or Destroyed Except In Accordance With Applicable Federal Laws And Regulations. Whenever Possible, Records And Reports Will Be Made Available In Digital Form.
the Contractor Shall Provide Vacths With The Hard-drive System At The Conclusion Of The Contract Period. This Shall Be Signed Off By A Va Connecticut S Information Security Officer (iso) And Clinical Engineering (ce) Services.
the Treatment And Administrative Records Created By, Or Provided To The Contractor Under This Award, Shall Be Covered By The Va System Of Records Entitled Patient Medical Records- Va (24va136). In Responding To Va Patient Requests That Copies Of Their Patient Records Be Released To A Third Party, The Contractor Shall Refer The Va Patient/family To The Release Of Information Act (roi), Located Within The Va Business Office For Response.
1.16 Tort Claims
the Federal Tort Claims Act Does Not Cover The Contractor And/or Its Employees. When The Group Or Its Employees Has Been Identified As A Provider In A Tort Claim, The Group Or Group Employee Is Responsible For Notifying Their Own Legal Counsel And/or Insurance Carrier. Any Subsequent Settlement Or Judgment Arising From A Group Or Group Employee S Act Or Omission Under This Agreement Is The Responsibility Of The Group, Group Employee And/or Insurance Carrier Unless Such Act Or Omission Was At The Direction Of The Va Clinical Staff Member Or Other Va Employee.
1.17 Quality Control
all Studies Shall Conform To Va Protocol Established By Va Radiologists Prior To Any Examination Being Performed. Studies Will Be Performed According To Va Bhs Protocols. Va Estimates 35 Ct Exams To Be Completed Daily.
this Is A Sources Sought Notice Only. If You Are Able To Meet These Requirements, Please Send Your Company Information To Leah.bennett2@va.gov By 5:00pm Est On August 18, 2020.
Contract Date22 Sep 2020
Contract AmountUSD 1.1 Million
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
An12--hereditary Cancer Test Kits
Contract Date22 Sep 2020
Contract AmountUSD 129.4 K
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
Z1da--correct Legionella Deficiencies & Provide Monitoring - 610a4-18-104
Contract Date22 Sep 2020
Contract AmountUSD 2.3 Million
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
The Department Of Veterans Affairs, National Cmop Contracting Office Intends To Release A Requirement To Procure A Combination Of Eight (8) Medical Surgical Supplies And Pharmaceuticals Listed Below For Delivery To The Cmop Facility Which Is Located At:
department Of Veteran Affairs
leavenworth Cmop
5000 S. 13th Street
leavenworth, Ks 66048-5580
item Number
description
ndc
quantity
unit Of Measure
packaging Multiple
0001
capsaicin 0.1% Cream 60gm (c1761)
61787044302
1296
bt
60
0002
ferrous Sulfate 324mg Ec Tab 100ct (f0608)
00574-0608-01
9792
bt
100
0003
lancet,onetouch Delica Plus 33g 100ct Xj663
53885-0008-10
3360
bx
100
0004
contour Next (glucose) Test Strip 100ct (xr423)
00193-7312-21
5004
ct
100
0005
contour (glucose) Test Strip 50ct, Xu443
00193-7080-50
192
bx
50
0006
contour (glucose) Test Strip 100ct, Xu443
00193-7090-21
1200
bx
100
0007
one Touch Ultra (glucose) Test Strip 50ct (xz173)
53885-0244-50
360
bx
50
0008
one Touch Ultra (glucose) Test Strip 100 Xz173
53885-0245-10
3912
bx
100
rfq: 36c77020q0652
set Aside Category: Sdvosb Set Aside
product Codes: 6515, Medical And Surgical Instruments, Equipment And Supplies
naics Codes: 325413, In-vitro Diagnostic Substance Manufacturing
product Codes: 6505, Drug And Biologicals
naics Codes: 325412, Pharmaceutical Preparation Manufacturing
estimated Issue Date: 09/14/2020
estimated Response Due Date: 09/16/2020
delivery Time Frame: 10 Days Aro
all Responsible Sources May Submit A Quotation, Which If Received Timely, Shall Be Considered By This Agency.
responses Must Be Concise And Be Specifically Directed To The Requirement Reference Above. It Is The Offeror S Responsibility To Monitor Beta.sam.gov For Changes Or Amendments.
offeror Shall Supply Their State Wholesale Distributor Licensure With Offer Verifying Compliance With The Drug Supply Chain Security Act (dscsa) With Their Quote. Vendors That Fail To Submit A Copy Of Their State License Shall Be Deemed Unresponsive.
all Solicitation Packages Will Be Submitted Via Email.
1. Sf1449 - Solicitation Cover Page (signed)
2. Quote - Price Schedule (excel Format)
3. State Wholesale Distributor License
4. Vendor Must List Country Of Origin When Submitting Quote
5. Do Not Provide Any Medicare Only Items When Submitting Quote.
submit The Rfq To Kelley.cunningham@va.gov, Phone Number (913) 684-0140.
Contract Date21 Sep 2020
Contract AmountUSD 524.6 K
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
Solicitation 36c25220q0851 Notice Of Intent For Sole Source Award Under Sat Referencing Far 13.106-1(b)(1)(iii). The Great Lakes Acquisition Center Is Procuring The Following Brand Name (conmed) Only For The Conmed Beamer System Ce600, For The Edward Hines Jr Va Medical Center In Hines, Illinois:
qty. 6 Beamer Mate Esu (ce200).
qty. 6 Beamer Plus Argon (cb200).
qty. 6 Beamer Cart (cc200).
qty. 6 Pressure Reducer (2001599) (cb200-a02).
qty. 6 Beamer Connecting Cable For Argon (cb200-a01).
qty. 6 Double Footswitch (plastic Molded) (ce200-a05).
qty. 6 Argon Gas Cylinder, Full (136050).
qty. 6 Beamer Irrigation Pump (cetegp-100).
qty. 6 Beamer Esu 2 Yr Extended Warranty (ce200-exw2).
qty. 6 Beamer Irr Pump 2 Yr Extended Warranty (cetegp-100-exw2)
the Great Lakes Acquisition Center Intends To Award On A Sole Source Basis, Iaw 10 Usc 2304(c)(1) And Far 13.106-1, A Purchase Order To Conmed Corporation, 525 French Road, Utica, Ny 13502-5994, (duns: 071595540) As The Only Responsible Source To Provide The Above Items. The Original Equipment Manufacturer, Kls Martin Gmbh + Co. Kg, Has Provided Sole Source Documentation.
the Statutory Authority For Other Than Full And Open Competition Is 10usc 2304(c)(1), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirement. The Applicable Naics Code Is 339112 (surgical And Medical Instrument Manufacturing) And The Size Standard Is 1000 Employees. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Quotes. This Notice Of Intent Is Not A Request For Quotations Or A Solicitation Of Offers. However, All Quotes Received Within Three Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Requirement Upon Receipt Of Response To This Notice Is Solely Within The Discretion Of The Government. There Will Be No Solicitation Available.
all Replies Should Be Emailed To Shari.lee@va.gov By 09-17-2020 By 4pm Est/3pm Cst.
Contract Date21 Sep 2020
Contract AmountUSD 190.5 K
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
J045--steam Trap - Solicitation Amendment 00001
Contract Date21 Sep 2020
Contract AmountUSD 219.4 K
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes
set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30
previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer)
2
9
0001
08-24-2020
0
department Of Veterans Affairs
network Contracting Office 9 (90c)
nco 9
1639 Medical Center Parkway, Suite 400
murfreesboro Tn 37129
90c
network Contracting Office 9
department Of Veterans Affairs
network Contracting Office (90c)
1639 Medical Center Parkway Suite 400
murfreesboro Tn 37129
36c24920q0379
08-24-2020
x
x
x
1
x
1
the Purpose Of This Amendment Is To Respond To Questions Received For Solicitation 36c24920q0379.
2.the Rfq Due Date Is Extended From August 24, 2020 At 4:00pm To August 31, 2020 At 16:00 Pm Cst.
3.this Rfq Is Hereby Amended To Respond To Vendor Questions As Noted Herein Below.
See Continuation Page
lori L. Ellis
contracting Officer
section Sf30 Block 14 Continuation Pages
amendment 0001- Response To Vendor Questions
question 1. Regarding The Contractor Providing The Medical Surveillance Program For Asbestos Disease: What Exactly Does The Va Need To See? The State Of Tn Does Not Require A Medical Physical Nor Does The State Of Tn Require A Medical Surveillance Program As Part Of The Asbestos Inspector License.ãâ If Neither Are Required To Be A Licensed Tn Asbestos Inspector, Why Is It Required?
response 1. It S Not A State Requirement, But In The Event That The Contractor Would Have To Disturb Materials To Take A Sample, Then Its An Osha Requirement. Ãâ a Safety Program Should Include A Medical Surveillance Program For Asbestos Disease Which Meets Current Osha Requirements Outlined In 29 Cfr 1926.58.
question 2. Will The Va Provide Escorts With Keys To All Teams Mobilized To The Site To Conduct Survey Activities To Expedite Access To Areas To Be Surveyed?
response 2. Yes, It Would Be Need To Be Scheduled.
question 3. Will The Va Coordinate Any Special Access Requirements To Access Sensitive Areas Such As Records Areas, Psychiatric Areas, Operating Rooms, Etc.?
response 3. Yes
question 4. Will The Va Require Point-count Analysis Of Friable Bulk Samples With Asbestos Concentrations Reported At Less Than 10 %? If So, Will A Unit Rate Be Acceptable Given The Fact That It Is Difficult To Estimate How Many Samples That May Impact?
response 4. No
question 5. Will The Va Require Tem Analysis Of Nob Bulk Samples?
response 5. No
question 6. Are The Current Building Records , As Described On Page 3 Of 17, All In Searchable, Electronic Format?
response 6. No, Some Records Are Only Paper Copies.
question 7. Are These Records Organized By Building?
response 7. Yes
question 8. Are There Baseline Asbestos Assessment Surveys Available For Every Building Within The Scope Of This Solicitation?
response 8. Yes
question 9. The Scope Of Work (sow) Mentions The List Of Buildings In Alvin C York Vamc Campus And Nashville Vamc Campus But There Is No Square Footage Of The Buildings Of The Campuses Provided. Please Provide The Square Footage Of The Buildings In The Campuses.
response 9. See Attached.
question 10. Please Provide The Date Of Construction Of The Buildings On The Campus.
response 10. See Attached.
question 11. Please Provide A Campus Map Of The Locations With The Building S Location On The Map.
response 11. See Attached.
question 12. Please Clarify That The Floor Plans Of The Buildings Will Be Provided To The Successful Bidder In Pdf And Auto Cad Format
response 12. Yes
question 13. Please Clarify If A Site Visit To The Campuses Is Possible Prior To The Submission Of Quote.
response 13. Possible, But Square Footage And Maps Ãâ should Be Sufficient. Due To Covid Site Visit Is Not Recommended And Would Be Limited.
question 14. Please Clarify The Type Of Survey/samplingãâ That Needs To Be Performed By The Contractor As The Sow Mentions 3 Different Types Of Surveys (epa Ahera, Epa Neshap, And Osha Asbestos Notification Requirements) That Needs To Be Fulfilled. The Ahera Survey Does Not Require Quantification And Sampling Of Non-friable Materials And No Exterior Surveyãâ In The Building Whereas Neshap Requires Survey And Testing Of All Materials Present In The Building Prior To The Renovation/demolition Activities Whereas The Osha Only Wants The Materials That Would Be Renovated Or Contacted By The Workers To Be Tested Prior To Work. Is It Ahera Or Neshap Survey That Is Required? A Neshap Survey Would Be Very Detailed And Cannot Be Performed On All The Buildings Within The Time Frame For The Solicitation.
response 14. Ahera Type Survey. Contractor Should Be Knowledgeable In Asbestos Regulations Including Neshap And Osha While Reviewing Asbestos Abatement Documentation To Update Survey.
question 15. Please Clarify If The Contractor Needs To Survey And Sample Ceramic Walls Or Floors Along With Patterned Floor Tiles In The Hallways And Labs And Rooms As Those Cannot The Sampled Without Damaging The Material And All These Materials Cannot Be Filled With A Filler Etc.
response 15. No
question 16. Please Clarify If There Are Any Confined Spaces Or Permit-required Confined Spaces That The Contractor Needs To Access During The Survey.
response 16. No
question 17. Please Clarify That All Areas With Radioactive Materials, Pathogen Testing And Testing Areas Containing Virus Storage And Oxygen Cylinders Would Not Be Required To Be Surveyed And Sampled.
response 17. Building Materials Will Be Surveyed.
question 18. Please Confirm That The Contractor Is Not Required To Perform Any Survey And Sampling Of The Elevators And Elevator Shafts, Laundry Chutes, Dumb Waiters And Any Waste Chutes In The Buildings.
response 18. Correct
question 19. Please Clarify That The Contractor Will Be Able To Access All Areas Of The Hospital Without Hinderance And If Escort Is Needed, The Escorts Will Be Available For Gaining Access To Any Secured Areas. Please Confirm That The Contractor Will Not Be Held Responsible For Wait Times To Enter The Hospital Areas And If Any Areas Are Inaccessible/locked Or Could Not Be Accessed Due To Lack Of Escort, The Va Would Provide Compensation In Time And Money To The Contractor.
response 19. Areas Will Be Schedule In Advance Escorts Will Be Available Within Normal Business Hours. Contractor Will Need To Coordinate With Cor.
question 20. Please Clarify As To The Thoroughness Of The Building Records And The Dates When The Last Surveys And Abatements Actions Were Undertaken. Can These Records Be Made Available For Review Prior To The Submission Of The Quote?
response 20. They Are Paper Copies And Can Be Available.
question 21. Please Confirm That If A Previous Survey Or Abatement Record Shows That The Building Does Not Contain Any Acm Or The Acm Has Been Abated From A Particular Building, The Inspector Is Not Required To Inspect That Building.
response 21. All Buildings Need To Be Reviewed.
question 22. Please Confirm That The Contractor Has To Survey Only The Areas And Materials In The Building That Have Been Shown As Acm In The Previous Report And The Contractor Does Not Need To Survey The Areas Mentioned In The Previous/baseline Report. If A Building Is Shown To Have Acm Only On 2 Floors And The Building Has 7 Floors, The Contractor Only Needs To Visit The Two Floors Where The Acm Has Been Mentioned.
response 22. All Areas Need To Be Reviewed
question 23. Please Clarify If The Previous/baseline Reports Are In Which Format, E.g. Word, Excel Etc.
response 23. Pdf And Paper Copies.
question 24. Please Clarify If The Material Has Been Assumed As Acm In The Previous/baseline Survey Reports Provided By Va To The Contractor, Does The Contractor Needs To Sample Those Assumed Materials Or Can The Contractor Keep Those As Assumed In The Updated Report.
response 24. Areas Need To Be Reviewed And Documents Reviewed To Make Determinations If Samples Were Not Taken Before And Can Be; Sample Should Be Taken.
question 25. Please Confirm That If A Previous Record Mentions That The Acm Has Been Abated/removed From A Particular Location From A Building, The Inspecting Team Is Not Required To Sample The New Replacement Material Installed In That Area.
response 25. Correct But Records Need To Be Reviewed And Documented.
question 26. Please Confirm That The Inspecting Contractor Does Not Need To Sample Any Materials That Have Been Installed As Replacement Material In The Buildings After The Abatement Of Acm.
response 26. Correct But Records Need To Be Reviewed And Documented.
question 27. Please Clarify If There Are Any Records That The Materials Installed In The Hospital Buildings In Last Few Years (15 Years Or 10 Years ) Are Asbestos Free And The Contractor Is Not Required To Survey/sample Those Areas And Materials.
response 27. Correct But Records Need To Be Reviewed And Documented.
question 28. Please Clarify The Task On Page 3 That Mentions That The Contractor Shall Provide A Complete Update To Prior Baseline Asbestos Assessment Surveys. Is There A Baseline Survey Available That The Contractor Needs To Update And Only Inspect The Materials Mentioned In The Baseline Survey Or Does The Contractor Needs To Update The Baseline Survey And Test For Materials Not Mentioned In The Baseline Survey?
response 28. Contractors Need To Review And Update Previous Survey
question 29. The Sow Mentions That All Information From Previous Survey Assessments Shall Be Incorporated Into A Database System Using Ms Excel Or Ms Access. Please Clarify That Campus Buildings Have Existing Database And The Contractor Would Just Need To Update The Existing Database Or Does The Contractor Has To Develop Database For Building If There Is No Previous/existing Database.
response 29. Records Exist; Database Would Need To Be Created And Updated
question 30. Please Confirm If Any Previous Asbestos Data That Exists Will Be Provided To The Contractor And The Contractor Can Utilize The Previous Survey And Sample Results.
response 30. Records Exist And Will Be Provided To Contractor To Update Survey.
question 31. The Sow Mentions That The Contractor To Collect Suspect Materials For Confirmatory Laboratory Analysis. Please Confirm That The Contractor Only Is Required To Survey And Sample The Materials Not Sampled In The Previous Reports. Any Materials Already Sampled, Whether Positive Or Negative, Will Not Be Required To Be Sampled Again.
response 31. Correct
question 32. Please Provide A Not To Exceed Number For Sample Layers For Plm Analysis As Without A Number There Will Be Wide Disparity Between The Quotes Provided By The Contractors And It Will Not Be An Equal Comparison Between The Quotes.
response 32. Not To Exceed 4
question 33. Please Confirm That Only Photographs Of Positive Asbestos-containing Materials Need To Be Included In The Report.
response 33. Yes
question 34. Please Clarify If Any Operation And Maintenance (o&m) Plan For The Buildings Exist And Can Be Utilized By The Contractor For Updating Or Does The Contractor Needs To Prepare The O&m Plans From Scratch.
response 34. O&m Plan Exists And Needs Updating
question 35. Please Clarify If Only One O&m Plan Is Required To Be Submitted For Each Campus With Each Building As A Subsection Or Does Each Building Requires A Separate O&m Plan.
response 35. One O&m Plan For Each Campus.
question 36. Please Clarify If One Electronic Copy Of The O&m Plan Would Be Required To Be Submitted By The Contractor For This Work. The Sow Mentions Requirement Of 1 Electronic And 6 Hard Bound Copies (1 Original And 5 Copies) Of The Report. Please Clarify That The O&m Plan Can Be Provided Electronically Only Or Clarify The Number Of Copies Needed For O&m Plan.
response 36. 1 Electronic Copy Of All Reports And 5 Hard Copies
question 37. Please Clarify That The Survey Report Requirement Of 1 Electronic And 6 Hard Bound Copies (1 Original And 5 Copies) Of The Report Is For Final Report. The Draft Copies Of The Survey Report Could Be Provided As 1 Electronic And 1 Hard Bound Copy For Va Review.
response 37. Draft Copies 1 Electronic And 1 Hard Bound For Review.
question 38. The Sow Mentions That The Successful Contractor Will Load All Information Into A Web-based Facility Management System On Page 6. Please Clarify If The Contractor Will Be Provided With An Access To The Web-based Facility Management System. Please Provide Information As To What Type Of Web-based Facility Management System Is Used By Va And Does The Contractor Needs To Pay For Accessing It.
response 38. There Will Be No Web-based Submission.
question 39. Can The Contractor Provide The Quality Control Plan Mentioned In The Sow On Page 8 After The Award But Prior To The Start Of The Work? It Would Be More Up To Date And Concise Plan As The Contractor Would Have All Pieces In Place As The Things Might Change During The Time Of Submittal Of Proposal And Field Work Due To The Present Conditions (covid-19 Etc.).
response 39. Yes
question 40. Please Confirm That The Kick-off Meeting Can Be Attended By The Contractor Via Phone Call, Webex Or Zoom And Is Not Required To Be Present Physically.
response 40. Yes
question 41. Under Section D. Specific Mandatory Tasks And Associated Deliverables On Page 10 Of The Sow, There Is Mention Of Task One Which Says That The Contractor Shall Provide A Detailed Work Plan And Briefing For The Va Project Team, Which Represents The Contractor S Plan For Completing The Contract. Please Confirm That The Detailed Work Plan And The Briefing To The Va Project Team Would Need To Provide At The Kick-off Meeting Or Later By The Contractor But Prior To Start Of The Work.
response 41. Detailed Work Plan Would Be Expected At Kick Off Meeting Or Shortly After And Before Start Work Allowing For Time For Proper Coordination.
question 42. Under Section E Of The Deliverables On Page 10 Of The Sow, It Is Mentioned That The Contractor Shall Complete The Delivery Date Column In Attachment A. There Is No Attachment A Provided. Please Clarify That The Attachment A Will Be Provided To The Contractor After The Award.
response 42. Yes
question 43. Under Section H Of The Sow On Page 11 Of The Sow, It Is Mentioned That The Contractor Shall Provide The Cor With Monthly Written Progress Reports On The Second Workday Following End Of Each Calendar Month. Please Clarify That A Template Or Performa Of The Written Report Will Be Provided To The Contractor By The Va And The Contractor Does Not Need To Prepare It.
response 43. Contractor May Provide Their Own Format.
question 44. Please Remove The Requirement For Sampling Roofing Materials As The Roofs Are Not Sampled Prior To The Demolition Of The Building To Ensure That The Integrity Of The Roofing Material Is Not Compromised And The Warranty Is Not Voided. The Buildings Can Be Demolished With The Suspect Roofing Material As Most State Regulators Consider Roofing Materials To Be Non-friable Category I Materials That Could Be Left In The Building During Demolition Activities As The Chances Of The Material Becoming Friable Are Minuscule.
response 44. Roofing Materials Will Not Be Sampled.
question 45. Please Confirm That The Samples Need To Be Only Analyzed Using The Polarized Light Microscopy (plm) And The No Cost For Point Count Analysis Or Tem Analysis Should Be Considered During The Cost Preparation.
response 45. Plm For Analysis.
question 46. On Page 7 Of The Solicitation, Under Medical Certification Section, It Is Written That The Contractor Shall Provide Written Evidence, Prior To Commencement Of This Project, Whereas On The Page 16 Of The Solicitation It Is Mentioned That Quote Received Without Evidence Listed Under Medical Certification Will Be Considered Non-responsive.ãâ Please Confirm That The Contractor Can Provide All The Evidence Prior To The Commencement Of The Project As Mentioned On Page 7 As The Training Refreshers And License Renewals And Medical Tests Were Being Held Up Due To Lockdowns, Extensions And Cancellations Due To Covid-19 Situation. The Hospitals Are Passing The Pulmonary Function Testing (pft) And Osha Has Issued Guidelines With Regards To Fit Testing In March And April 2020 With Issuance Of Letters Providing Discretion To Field Offices In Fit Testing Requirements For Filtering Facepiece Respirators. Ãâ a Lot Of Worthy Contractors Would Be Left Out Due To Requirement Of Submission Of Medical Requirements At The Time Of Quote. Please Consider This Request And Provide Latitude To The Contractors To Provide The Medical Certifications Prior To The Commencement Of The Project.
response 46. Understood Latitude/flexibility Will Be Granted.
Contract Date21 Sep 2020
Contract AmountUSD 62.8 K
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
7195--hitc - Covid 19 Acrylic Staff Dividers (va-20-00086932)
Contract Date21 Sep 2020
Contract AmountUSD 33.2 K
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded
United States
J056--removal Disposal Replacement Revolving Door Amendment 0001
Contract Date21 Sep 2020
Contract AmountUSD 216.8 K
5951-5960 of 6147 active Tender Results