4120--Provide and install new chillers and remove and dispose existing chillers

expired opportunity(Expired)
From: Federal Government(Federal)
36C24122Q0918

Basic Details

started - 04 Aug, 2022 (21 months ago)

Start Date

04 Aug, 2022 (21 months ago)
due - 12 Aug, 2022 (21 months ago)

Due Date

12 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
36C24122Q0918

Identifier

36C24122Q0918
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103600)VETERANS AFFAIRS, DEPARTMENT OF (103600)241-NETWORK CONTRACT OFFICE 01 (36C241) (3856)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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) 1 13 0001 36C405 Department of Veterans Affairs VAMC White River Junction 215 North Main Street White River Junction VT 05009 36C405 Department of Veterans Affairs VAMC White River Junction 215 North Main Street White River Junction VT 05009 To all Offerors/Bidders 36C24122Q0918 08-03-2022 X x x See CONTINUATION Page x The purpose of this amendment is to include attachments for Solicitation #36C24122Q0918. Page 7 of 13 Combined Synopsis Solicitation VA Medical Center, 200 Springs Road, Bedford MA. Provide Chiller and Installation and Removal (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24122Q0918 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. (iv) This requirement is being issued as VOSB/SDVOSB Set Aside. The associated NAICS code is 333415 Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing and small business size standard is 1,250. (v) The Government intends to award a firm-fixed price award for the purchase of a Chiller and the Installation and Removal of existing Chiller for the Bedford, MA VAMC. Please see the attached Statement of Work for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to perform Services per the attached Statement of Work. Please see the attached SOW for full requirement details. (vii) The Place of Performance as outlined in the SOW is: Department of Veterans Affairs VA Medical Center 200 Springs Road Bedford, MA (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addendums to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to: Krisanne.Dernago@va.gov (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is August 9, 2022 10:00AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): a. Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. b. Ensure your representations and certifications are complete in the System for Award Management (SAM)(https://www.beta.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. c. Contractor shall submit any applicable certification for the State of Massachusetts. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Limitations on Subcontracting attached (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013). 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.232-72 Electronic Submission of Payment Requests 852.273-70 Late Offers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) is included in this requirement (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.204-14, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52-222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, Wage Determination 2015-4047, 52.222-42, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. COVID-19 Precautions: Covid-19 precautions can potentially change at any time; Contractors shall be required to follow all current Federal, State and Local VA COVID-19 regulations. See internal VA POC for precaution updates prior to arrival on station. Contractors shall wear PPE (mask) covering their mouth and nose while on VA property, this includes outside areas and parking lots. The mask shall be work throughout the entire period of service. COMPLIANCE: All services provided must be compliant with the most current applicable Federal, State and Local Standards, Laws and Regulations. In any event where the awarded Contractor creates a scenario where the Contracting Agency is found to be out of compliance with any Federal, State and Local Standards, Laws and Regulations (Department of Health, Labor & Industry, etc), the awarded Contractor will be liable and responsible for any damages (Administrative, Operational, Monetary) suffered by the Government. All non-compliance issues shall be addressed and resolved by the awarded Contractor within (48) forty-eight hours of notification. (xv) RFQ responses are due August 12, 2022 10:00 AM EST. RFQ responses must be submitted via email to: Krisanne.Dernago@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Krisanne Dernago See attached document: Statement of Work See attached document: Wage Determination 2015-4047 Revision 20 See attached: Solicitation/Request for Quotations See attached: Limitations on Subcontracting Page 13 of 13 STATEMENT OF WORK Department of Veterans Affairs VA Medical Center 200 Springs Road Bedford, MA 01730 1. OVERVIEW Project Data: Project Title: Bldg. #4 Air Cooled Chiller Replacement Specifications: Industry Standard, National Electric Code, & Eversource Standards OBJECTIVE: The objective of this project is to: Provided two air existing Bldg # 4 Air Cooled Chiller Reclaim Refrigerant from chiller (by VA) Dispose of existing Chiller 1 & 2, York, 104-ton Air-Cooled Scroll Chiller, Model YCAL0104EC46XCADBT Disconnect piping (by VA) Disconnect Electrical (by VA) Provide two new 100 Ton chillers Replacing York, 104-ton Air-Cooled Scroll Chiller, Model YCAL0104EC46XCADBT Install new electrical feed from the existing disconnect, to chiller and tie in power (by VA) Provide piping and appurtenances to connect new chillers to existing piping Provide insulation for pipng piping Insulation will consist of 2" fiberglass, covered with vinyl jacketing Deliver new chiller to equipment pad and remove existing Chiller Vendor to confirm existing electrical, piping, and control connections GENERAL SCOPE: Vendor shall deliver and remove chillers located at Edith N. Rogers Veterans Memorial Hospital, 200 Springs Road, Bedford, Massachusetts bldg. #4. Vendor shall provide the following: Remove & dispose existing air cooled chiller. Replace chiller with similar cooling capacity, provide start up and training Use of common areas in order to deliver and remove existing chiller shall be coordinated with the COR for approval. Vendor shall provide products as specified with manufacturers named when noted. Pricing shall be based on specified item. Substitutions can be offered as a deduct alternate if it provides a cost savings. Vendor shall obtain written approval for substitution. The Medical Center is a 24/7 facility with multiple end users. The Vendor shall work directly with the COR. Any changes in the schedule or coordination required with the end user shall be facilitated by the Contracting Officer. Detailed Requirements: Bldg. #4 Air Cooled Chiller Replacement Provide a replacement for the two existing #4 Air Cooled Chiller Reclaim Refrigerant from chiller. (by VA) Disconnect piping,(by VA) Disconnect Electrical (By VA) Remove old chiller and discard Provide new Daikin Chiller Model # AGZ061E or Equal Install new electrical feed from the existing disconnect, to chiller and tie in power. (By VA) Provide new Y-strainer in piping Provide needed piping changes for chiller connections to existing piping Provide insulation for newly installed piping Insulation will consist of 2" fiberglass, covered with vinyl jacketing Vendor shall confirm existing electrical, piping, and control connections. Vendor shall supply any material or devices to interface with existing systems (i.e. pipe connections, control interface, or electrical interphase) Provide factory Start-up. Attached Drawing from original contract for reference only (B4.2002.MECH.4-H19 & B4.2002.SITE.4-C3) Picture of nameplate for reference only DELIVERY SCHEDULE: ITEM NUMBER QUANTITY DELIVERY DATE Subject: Compliance with 13 C.F.R. 125.6; FAR 52.219-14 and/or VAAR 852.819-74 DATE: Contractor Point of Contact Business Name DUNS #: Solicitation Number 36C241_________ Offerors are required to comply with 13 C.F.R. 125.6. For small business set asides or sole source procurements valued over the Simplified Acquisition Threshold, offerors shall comply with the percentages in FAR 52.219-14 and VAAR 852.819-74. For SDVOSB/VOSB set asides or sole source at any value, offerors shall comply with the percentages in VAAR 852.819-74 and the similarly situated requirement. Offerors are to check which applies block applies: [ ] I certify that no subcontractors are anticipated in performing services under this contract. My Company receives 100% of the cost of this contract. [ ] I certify that my company and those subcontractors that are similarly situated are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted. For each subcontractor provide the flowing: business name, DUNs number, description of work, Percentage COST of Contract. Value of work in % Contractor DUNs Number Description of Work Contract Services ____________________ _______________ _ ____________________________ ____________ ____________________ _______________ _ ___________________________ ____________ ____________________ _______________ _ _____ ____________ ____________ ____________________ _______________ ______________________________ ____________ Total % of value of contract by Prime Contractor ____________ Total % of value of contract by similarly situated subcontractors ____________ WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed. I certify the above representations are true and correct to the best of my knowledge. _________________________________________________ ____________ (Contractor) Date Return this certification via email to: CO NAME

ONE VA CENTER  TOGUS , ME 04330  USALocation

Place Of Performance : Department of Veterans Affairs VA Medical Center - Bedford

Country : United States

You may also like

Classification

naicsCode 333415Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
pscCode 4120Air Conditioning Equipment