H359--Isolation Panel Testing (Base 4 Option Years)
Description
Request for Quote (RFQ) #: 36C25925Q0709 Line Isolation Monitor (LIM) Panel Testing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm ET, 8/19/2025 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to chris.hollingsworth@va.gov no later than 4:00pm ET, 8/22/2025. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25925Q0709. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 effective August 7, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $47 Million. This solicitation is unrestricted. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Line Isolation Panel Testing (Base) 1 YR $ $ 1001 Line Isolation Panel Testing (OY1) 1 YR $ $ 2001 Line Isolation Panel Testing (OY2) 1 YR $ $ 3001 Line Isolation Panel Testing (OY3) 1 YR $ $ 4001 Line Isolation Panel Testing (OY4) 1 YR $ $ Grand Total $ Description of Requirements for the items to be acquired 1.0 - OBJECTIVE Perform monthly testing procedures, maintenance and documentation for certification of 23 Line Isolation Module (LIM) panels located in the Diagnostic and Treatment (DAT) Building; and one (1) of the same in the Inpatient Building North (IBN) at the Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St. Aurora, CO 80045; as required by the codes, standards, and documents below. The contractor shall maintain & provide a complete record of testing services for submission to the Government Point of Contact (POC). 1.1 Locations: (23) Line Isolation Monitor Panels, Bender LIM 210 Primary 277 Secondary 120 1. OR1A 2. OR1B 3. OR2A 4. OR2B 5. OR3A 6. OR3B 7. OR4A 8. OR4B 9. OR5A 10. OR5B 11. OR6A 12. OR6B 13. OR7A 14. OR7B 15. OR8A 16. OR8B 17. OR9A 18. OR9B 19. OR10A 20. OR10B 21. ORBR 22. ORGI1 23. ORGI2 (1) Line Isolation Panel in Impatient Building North DATA: Bender IP-10EASB-A216-Q 2.0 - STATEMENT OF WORK All work and services shall be executed in accordance with the National Fire Protection Association Standards for Healthcare Facilities, Veteran s Administration (VA) protocol, standards, as well as manufacturer (Bender) recommendations. Line Isolation Monitor (LIM) tests and ground fault protection testing shall be conducted using the procedures detailed in the entries below: 2.0 a, b & c and under section 3.0 - Applicable Documents . Regarding documentation of these tests, the provisions set forth by NFPA 99 shall be adhered to. In accordance with the same governance, a record of maintenance and testing will be maintained by the Contractor for submission to the POC upon completion of work required by this contract. The contractor must provide all tools, equipment, materials, transportation, professional expertise, personnel, and supervision. 2.0A - Perform annual testing and required maintenance on Line Isolation Module panels in accordance with manufacturer s (Bender) recommendations, NFPA 99 and Veterans Administration specifications. Such procedures shall be completed by technicians trained to perform work on Bender equipment. 2.0B - Recommended testing procedures include adhering to the standards presented in item a above and: Visual & mechanical inspection Electrical tests 2.0C - Regarding the location of LIM panels to be tested and certified in 14 separate rooms, the contract drawings stated below for the Diagnostic and Treatment building (DAT) and Inpatient Building North (IBN) can provide such guidance. Tested LIM Panels must pass annual inspection and shall be certified. 2.1 - Work by Others The VA will perform monthly testing and required maintenance on Line Isolation Module panels in accordance with manufacturer s (Bender) recommendations, NFPA 99 and Veterans Administration specifications. 3.0 - APPLICABLE DOCUMENTS NFPA 99 sections- 6.3.3.3.2, 6.3.3.3.3, 6.3.3.3.4/ 6.3.3.4 NFPA 99 sections- 6.3.4, 6.3.4.1, 6.3.4.1.1, 6.3.4.1.2/ 6.3.4.1.3 26 20 11- 01R1 (09-24-2013) VA Response AN 26 20 11- 003 (08-22-17) - VA Response - O&M VA Specification section 26-20-11(01/01/2018) VA contract drawings- 03.ES.413.1/ 03.ES.413.2 for operating and procedure rooms in DAT VA contract drawing- 05.ES.401-A/ Cystoscopy - IBN 4.0 - RESOURCES The Government will not furnish any resources for the fulfillment of the services required under this contract. The contractor must provide all tools, equipment, materials, transportation, professional expertise, personnel, and supervision for testing, maintenance, and certification services required under this contract. 5.0 - CODE & REGULATION COMPLIANCE The Contractor shall comply with the public laws and statutes including all changes and amendments of federal, state and local environmental statutes and regulations in effect of date of issuance of this contract, including, the applicable portions of the documents cited in the basic contract and below. NFPA 99: Health Care Facilities Code NFPA 70: National Electrical Code NFPA 70E: Personnel Protection 29 CFR 1910 Occupational Safety & Health Standards NFPA 101: Life Safety VHA Directive 2006-056 Electric Power Distribution Systems 6.0 ACCEPTANCE STANDARDS All LIM Panels must pass testing per NFPA 70 and NEMA and have up-to-date certification documentation. LIM Panel locations shall be free of debris, and testing equipment, and returned to original condition. The VA reserves the right to dispute completion of contract scope if any number of LIM Panels do not pass testing and certification, or documentation of successful testing and certification is incomplete or deficient. 7.0 - SUBMITTALS Contractor shall submit the following: Work Schedule including proposed sequencing & duration in each location. *The proposed schedule will be provided to the POC two (2) weeks prior to start of the work. A Site Specific Safety Plan developed in cooperation with the VA POC Site superintendent OSHA-30, and tradesmen/laborer OSHA-10 certificates Manufacturer s specifications for all testing equipment utilized and any necessary replacement components, in relation to the monthly testing schedule. Inspection reports and certificates for each panel tested. Proof of inspector/testers certification for performing inspection/testing according to the Colorado State Electrical Board. 8.0 - CONTRACTOR DELIVERABLE A comprehensive record of LIM panel testing, and certification will be provided by the Contractor to the Government POC upon completion of contract. Inspections shall be performed within 3 months of award of Contract. The Contractor shall submit two (2) copies of the inspection reports within 7 calendar days of completion of inspections. 9.0 - SPECIAL AURORA VAMC REQUIREMENTS Only qualified senior staff at the facility and/or qualified electrical contract professionals are authorized to execute any design, installation, operation, testing, and maintenance of the EES in accordance with The Joint Commission (TJC) and National Fire Protections Association (NFPA) standards and that all work on these systems is compliant with Occupational Safety & Health Association (OSHA) standards. The Chief, Facilities Management Service (FMS), or designee, shall be responsible for completing and recording monthly testing procedures and for notifying identified areas of scheduled outages. He/she is also responsible for ensuring notifications are provided to the Director during required instances of electrical hot work. The Chief, FMS is responsible for ensuring that testing requirements of the electrical systems, emergency and non-emergency, are carried out. Details of this testing are found in FMS SOP-PM-11 Normal & Emergency Electrical Systems Operational Plan, Management of Failure & System Shutdown Procedures . 10.0 - HOURS OF WORK, SCHEDULE AND FEDERAL HOLIDAYS The hours of work shall take place during the normal business hours of 7:30 AM and 4:00 PM, Monday through Friday, Federal Holidays excluded. Request for weekend, after-hours, and Federal holiday work is permitted with a request in writing submitted beforehand. Federal Holidays and any other day declared a federal holiday by the President of the United States are defined below. New Year s Day Martin Luther King Jr s Day Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Juneteenth If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government. 11.0 - BADGES AND PARKING If a given contractor s personnel will be working on-site for less than 5 working days, access to the facility can be obtained by contacting the police and obtaining temporary access badges. If a contractor will be working on site for more than 5 working days, identification badges must be obtained by contacting Travis Donnell in building 7 of the Clermont VA Hospital. All Contractor personnel are required to comply with VHA Directive 0710 (Available online at VA Technical Information Library) which covers the following requirements: background checks, and the wearing of identification (I. D.) badges issued by the VA ECHCS. While on VA Facilities grounds, temporary or official I.D. badges shall be worn continuously. Failure of the background check may result in specific personnel being disallowed to work on VA premises and the Contractor will need to provide replacement personnel. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. The designated parking area will be specified by POC upon award of contract. 12.0 - INSPECTOR QUALIFICATIONS The Government reserves the right to accept or reject Contractor s staff for cause. All inspectors/testers shall hold current OSHA 10/30 certification. The Contractor must conform with all requirements called out in NFPA 70. The Contractor shall have a back-up inspector/tester in the event the primary inspector is unable to perform his/her duties. The Inspector/tester must be registered or licensed by the State Electrical Board. The Contractor shall ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPPA (Health Insurance Portability and Accountability Act of 1996) with respect to personal and confidential information that they may come upon, while servicing the LIM panels. Bender certification as applicable. 13.0 PERSONNEL ASSIGNMENT The Contractor shall assign the appropriate quantity and type of personnel to successfully complete all functions specified in this SOW. The Contractor shall maintain throughout the life of this contract, a current list of technicians and their credentials available for inspection by the Government at any time. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs Rocky Mountain Regional Medical Center 1700 N Wheeling St Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation, the SOW, and based on the information requested in the instructions to quoters section of the solicitation. the vendor will need to be certified on the equipment being maintained and tested and show proof with their quote submission. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. {Contracting Officer shall insert the following if the solicitation will include options that are exercisable under FAR 52.217-8}
Award Information
0
Awardees
Notice Timeline
Combined Synopsis/Solicitation
Aug 14, 2025
Place of Performance
1700 N Wheeling St
Aurora, CO 80045
USA
Contacts
Chris Hollingsworth
Contract Specialist
Chris.Hollingsworth@va.gov
(303)712-5724