Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

Renovation of Building
Renovation
Design
$1,000,000 to $5,000,000 est. value
Fort Hood, TX

Fort Hood, Texas Renovate Building 15061 to Provide Use As An Administrative Facility
Renovation
Design
$250,000 to $500,000 est. value
Fort Hood, TX

Repair Perimeter Fencing Joint Base Lewis McChord(JBLM)
Infrastructure
Bidding
$250,000 CJ est. value
Joint Base Lewis McChord, WA 98433

Convert Patient Rooms to Private Rooms Building 204
Renovation
Bidding
$10,000,000 CJ est. value
Temple, TX 76504

Renovate and Repair Architectural Features IDIQ contract
Term Contract
Sub-Bidding
$100,000,000 CJ est. value
Fort Hood, TX 76544

Renovate and Repair Architectural Features IDIQ contract
Term Contract
Sub-Bidding
$100,000,000 CJ est. value
Fort Hood, TX 76544

Hammerhead Barracks Renovations (B10001, B10002, B10003, & B10004) Fort Hood TX. Phase I
Renovation
Post-Bid
$25,000,000 to $100,000,000 est. value
Fort Hood, TX

FY22 Repair Hammerhead Barracks Building 10020, 10021 and 10022, Fort Hood, Texas
Renovation
Post-Bid
$25,000,000 to $100,000,000 est. value
Fort Hood, TX

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Grease Trap Services
Results

Repair Battalion Headquarters Building 12011
Construction
$1,000,000 to $5,000,000 est. value
Killeen, TX 76544

Hammerhead Barracks Renovation (B10005 and B10007), Fort Hood, Texas
Renovation
Construction
$25,000,000 to $100,000,000 est. value
Fort Hood, TX

Vertical Construction Multiple Award Task Order Contract - 8(A) Set-Aside
New Construction
Design
$2,500 to $640,400,000 est. value

Last Updated 08/11/2022 02:31 AM
Project Title

Sterilizers Maintenance New Contract

Physical Address View project details and contacts
City, State (County) Temple, TX 76504   (Bell County)
Category(s) Government/Public, Medical, Single Trades
Sub-Category(s) Hospital, Military Facility, Service/Term Contracts
Contracting Method Competitive Bids
Project Status Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is 36C25722Q0973. This acquisition is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective May 01, 2022. The associated North American Industrial Classification System Code (NAICS) for this procurement is 811219 with a small business standard of $22.0M. This acquisition is solicited as a 100% set-aside for Service-Disabled Veteran Owen Small Business. Statement of Work SCOPE The services to be provided by the Contractor under this agreement shall consist of furnishing all parts, labor and transportation to provide preventative maintenance and repair services for the Steris Sterilization Systems owned the Central Texas Veterans Health Care System (CTVHCS), 1901 S. 1st Street, Temple, Texas 76504. The systems that are covered under this agreement are located in Temple, Austin and Waco and are used in SPS and Laboratory Service: Facility Adress # Units Temple 1901 S. 1st. Street, Temple, TX. 76504 16 Austin 7901 Metropolis, Austin, TX. 78744 5 Waco 4800 Memorial Dr. Bldg 4, Waco, TX. 76711 1 Period of Performance: Base: December 1, 2022 through November 30, 2023 Option Year 1: December 1, 2023 through November 30, 2024 Option Year 2: December 1, 2024 through November 30, 2025 Option Year 3: December 1, 2025 through November 30, 2026 Option Year 4: December 1, 2026 through November 30, 2027 SERVICES TO BE PROVIDED PREVENTATIVE MAINTENANCE (PM) The scheduling of PM inspections will be coordinated between the Contractor, the owning service, and Biomedical Engineering. PM inspections will be performed in a manner that clearly demonstrates that the equipment meets or exceeds all manufacturers technical specifications. It is the sole responsibility of the Contractor to perform all PM inspections. The VA will not assume the responsibility of reminding the Contractor that a PM inspection is due to be performed. PM inspections will be performed on a weekday at a time set up once the contract is awarded. The equipment user, Contracting Officer s Representative (COR) and the Contractor must all agree to the reoccurring time set for PM inspections. REPAIR Technical Support: Telephone service for technical support will be provided for the number of hours shown per system and location identified in the Section IV schedule as either 24/7 (24 hours a day, 7 days a week) or 8/5 (8 hours a day, 5 days a week). Contractor shall provide appropriate telephone number(s) for 24 hours access. All service personnel assigned to work on the equipment will have been trained by the Original Equipment Manufacturer (OEM) and can provide proof of that training. Repair Coverage: The Contractor will provide all repairs on the equipment at no additional cost to the VA. Inadequate or improper repairs performed by the Contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. Cleaning of Machines: The Contractor will provide an annual cleaning on the equipment at no additional cost to the VA. Inadequate or improper cleanings performed by the Contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. Service Calls: Routine service calls are hereby defined as necessary to diagnose and repair equipment problems which can be performed during normal working hours. Response time of the Contractor for routine service calls shall be within 48 hours after being officially notified. Emergency service calls are defined as service required to safeguard the health and well-being of VA patients. For emergency service calls the Contractor shall respond by phone within 1 hour after being officially notified and shall be on-site with two hours after being officially notified. The term Response time of the Contractor indicates the physical presence of a fully qualified technician on station within the specified time frame. Official notification is hereby defined as the time a service call is placed with the Contractor. PARTS The Contractor shall furnish and replace parts to meet uptime requirements. The Contractor has ready access to unique and/or high mortality OEM replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts with no exceptions. The Contractor shall use new parts only. 52.223-99 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021) (DEVIATION) (a) Definition. As used in this clause - United States or its outlying areas means (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https://www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. VHA Supplemental Contract Requirements for Combatting COVID-19 1. Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: 1) If fully vaccinated, contractors shall show proof of vaccination. i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. 2. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. The test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA-approved over-the-counter test that includes an affiliated telehealth service. 3. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening, process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. a. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 4. For indefinite-delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. *Some or all of the documents for this project may be controlled unclassified information and property of the United States Government and if so we will not be obtaining them. Users must register with Beta.Sam in order to view and obtain controlled unclassified documents.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents