H--VISN 10 Boiler Inspection Safety Contract

expired opportunity(Expired)
From: Federal Government(Federal)
36C25018Q9777

Basic Details

started - 07 Sep, 2018 (about 5 years ago)

Start Date

07 Sep, 2018 (about 5 years ago)
due - 19 Sep, 2018 (about 5 years ago)

Due Date

19 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C25018Q9777

Identifier

36C25018Q9777
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
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.

36C25018Q9777TIERED EVALUATIONSCOMBINED SYNOPSIS / SOLICITATIONDESCRIPTIONThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This is a Request for Quote (RFQ). The government anticipates awarded a firm-fixed price contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100.The North American Industrial Classification System (NAICS) code for this procurement is 238220 and the small business size standard is $15M. This solicitation will be posted using Tiered Evaluation (Cascading) in
accordance with the VA Rule of Two in accordance VA Procurement Policy Memorandum (PPM) 2018-04.TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNSThe Network Contracting Office (NCO) 10-SAO Central is soliciting offers using Tiered Evaluations (Cascading) procedures from Service Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), Small Businesses (SBs), and Large Businesses (LB s) to provide all management, supervision, labor, materials, supplies, tools and equipment, necessary to perform boiler inspection for the various facilities within VISN 10. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below.This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a tiered evaluation for other small business concerns with HUBZone small business concerns and 8(a) participants having priority, or in the alternative, a tiered evaluation for large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract registered in the record must be complete and not missing elements such as representations and certifications. Also, if you want consideration as a Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Business (VOSB), you must be registered in VIP (Vendor Information Pages) at https://www.vip.vetbiz.gov/, if not, then you will fall into the small business tier.All questions regarding this RFQ shall be emailed to Harvey J. McGowan, Contracting Officer at harvey.mcgowan@va.gov and submitted no later than 4:00 PM EST on September 14, 2018. Contractors interested in successfully completing this requirement shall submit their quotes via email to harvey.mcgowan@va.gov. All quotes are due by 4:00 P.M. Eastern Standard Time (EST) on September 19, 2018. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Description of Services: The VHA NCO 1O VA Healthcare system serving Indiana, Michigan and Ohio, Engineering, requires the following services:Scope of Work:The Contractor shall perform annual boiler inspections of all Boilers as outlined in the inspection requirements (section 6) of the Performance Work Statement (PWS). The Contractor shall perform semiannual Boiler Safety Device Testing on all contracted Boilers. The Contractor shall perform semiannual Boiler Tuning of all contracted Boilers. All Inspections will be based on actual contract performance periods and coordinated with the Contracting Officer s Representative (COR) after award.VA Boiler Operator staff shall witness and be trained on all testing under this contract and be familiar and competent to perform all testing in-house in lieu of solely administering third party completion. Contractor shall validate operators are skilled in the performance through questioning and document any concern or issue and submit to the Chief Engineer and COR. (in accordance with VA Directive 1810) The Contractor selected shall provide a complete VISN 10 schedule in advance of the work planned for the network to the VISN COR and facility. All VISN 10 facilities and Boilers are to be inspected during times suitable to the facility generally from May 1 Sept 1 for the annual inspections (prior to the heating season). Contractor selected shall coordinate with each facility within 10 days of NTP when inspections are required to maintain certifications. Semi-annual and annual inspections will be performed in accordance with the latest BEI safety device testing manual (accepted by VA) and per the VA Directive 1810 and ES-2018-001. The Contractor shall coordinate with facility Boiler operations staff in advance of all activity prior to coming on site (at least 2 months in advance). (Contact information will be provided to the awarded Contractor). Contractor shall provide all materials tools and equipment to perform required work. Contractor shall be flexible to adjust schedules as necessary so that facility may provide steam as necessary to meet the N+1 boiler requirement as mandated by VHA. This SOW shall also include as a matter of clarification the Condensate receiver testing, firing off on Oil/ Propane and other alternate fuels, economizer and all safety devices to ensure a safe and energy efficient Boiler Plant operation. The following equipment is included in the annual service contract:Table 1 VISN 10 Boilers by Site Boiler TypeBrandCapacity (Lbs/Hr)Serial #National BoardDayton, OH1VC Water TubeErie City Iron Works4000096288165772VC Water TubeErie City Iron Works4000096287165723VC Water TubeErie City Iron Works2000096285165704VC Water TubeErie City Iron Works200009628616571Cincinnati Ft. Thomas, OH1Fire TubeCleaver Brooks8375L-48522414592Fire TubeCleaver Brooks8375L-48523Cleveland, OH 1Water TubeTampella250009116356432Water TubeTampella2500091161-156443Water TubeTampella2500091161-25645Chillicothe, OH 1 Fire TubeCleaver Brooks20,000 T1518-1-3168452Fire TubeCleaver Brooks20,000T1518-1-2168403Fire TubeCleaver Brooks20,000T1518-1-116822Columbus, OH1Fire TubeJohnston776210617-04106452Fire TubeJohnston776210617106443Fire TubeJohnston776210617-02106434Fire TubeJohnston776210617106425Water tubeFenwal972C07190962190962Battle Creek, MI1Water TubeB&W24000240-4014254492Water TubeB&W20000201-3584254183Water TubeB&W40000201-3586254294Water TubeB&W40000201-358525424Saginaw, MI1UNFIRED STEAM RESISTANCE ELEMENTLATTNER1260 lbs /Hr93514550192UNFIRED STEAM RESISTANCE ELEMENTLATTNER1260 lbs /Hr93515550203BENT WATER TUBEUNILUX10,353,000 BTU INPUTA201710174BENT WATER TUBEUNILUX10,353,000 BTU INPUTA201610165BENT WATER TUBEUNILUX10,353,000 BTU INPUTA203010306NATURAL GAS HOT WATER BOILERAERCO1,000,000 BTU INPUTG120566614817LOW PRESSURELOCHINVAR752,000 BTU/HRK09H101236251236258LOW PRESSURELOCHINVAR752,000 BTU/HRK09H101230821230829LOW PRESSURELOCHINVAR752,000 BTU/HRK09H1012361812361810LOW PRESSURELOCHINVAR752,000 BTU/HRK09H1012254412254411LOW PRESSURELOCHINVAR752,000 BTU/HRK09H1012254812254812LOW PRESSURELOCHINVAR752,000 BTU/HRK09H10120172120172NIHCSMarion, IN1FireTube/Power Flame-Burnham Boilers/ High PressureBurnham16800MBH13800 Lb s/Hr#1-SS061453880National Board#1-314942FireTube/Power Flame-Burnham Boilers/ High PressureBurnham16800MBH13800 Lb s/Hr#2-SS061453879#2 -314933FireTube/Power Flame-Burnham Boilers/ High PressureBurnham16800MBH13800 Lb s/Hr#3-SS0614538783# -31488Ft. Wayne, IN1Fire Tube, Low PressureJohnston Boiler Co.8000 Lbs/HrSteam80120172342Fire Tube, Low PressureJohnston Boiler Co.8000 Lbs/HrSteam80120372363Fire Tube, Low PressureJohnston Boiler Co.8000 Lbs/HrSteam 8012027235Detroit, MI1Fire TubeCleaver Brooks26000L04281032712Fire TubeCleaver Brooks26000L04272032623Fire TubeCleaver Brooks26000L04270032604Fire TubeCleaver Brooks26000L0428403274Ann Arbor, MI1Fire tubeCleaver Brooks17,250L-92690041492Fire tubeCleaver Brooks24,150L-92688041353Fire tubeCleaver Brooks24,150L-92687041394Fire tubeCleaver Brooks24,150L-92689041505Heat recoveryCain220565381675Deliverables: All parts, labor, travel and freight will be included under the contractContract Type: 52.216-1 Type of Contract; The Government anticipates awarding a Firm Fixed Price contract. Ordering/scheduling of service shall be coordinated by the Contractor and the local Government appointed representative, at least two weeks in advance.PAYMENT:CONTRACTOR REMITTANCE ADDRESS: Effective January 1, 1999 all payments by the Government to the Contractor will be made in accordance with Federal Acquisition Regulation (FAR) Clause 52.232-34, Payment by Electronic Funds Transfer-- Other than Central Contractor Registration (31 U.S.C. 3332).Payments will be made monthly in arrears upon receipt of properly prepared invoices which must show reference to the correct purchase order number issued upon contract award, and submitted electronically to the Department of Veterans Affairs, Financial Services Center in Austin, Texas. Contractors must use OB-10 system for submission of invoices. Register at the following website, www.ob10.com/veteransaffairs Solicitation document and incorporated provisions and clauses applicable to this acquisition:52.252-2 FAR Clauses Incorporated by Reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights;52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements;52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper;52.204-7- Central Contractor Registration;52.204-9 Personal Identity Verification of Contractor Personnel; 52.212-1-Instructions to Offerors Commercial Items;52.212-4 Contract Terms and Conditions Commercial Items;52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items;52.217-8 Option to Extend Services;52.219-9, Small Business Subcontracting Plan;52.219-14 Limitation on Subcontracting;52.228-5 Insurance-Work on a Government Installation; CL-120 Supplemental Insurance Requirements; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration;52.232-40 Providing Accelerated Payments to Small Business Subcontractors;52.333-3 Protest After Award;VAAR 852.203-70 Commercial Advertising;VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster;VAAR 852.215-70 Separate priced line item, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors;VAAR 852.215-71, Evaluation Factor Commitments;VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements; 001AL-11-15-C Subcontracting Plan Monitoring and Compliance;VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside; 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance;VAAR 852.232-72 Electronic Submission of Payment Requests;VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.237-70 Contractor Responsibilities;VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.270-1 Representatives of Contracting Officers.Submitting Quote: Contractor shall submit their quote by completing the attached cost schedule; including any offered discounts; name, address, and telephone number of the vendor; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items and 52.209-5 Certification Regarding Responsibility Matters (see 52.209-7 Information Regarding Responsibility Matters). Interested Contractors must submit a copy of any relevant certifications and licenses. The Government may use various price analysis techniques and procedures to make a price reasonableness determination.PRICE EVALUATIONPrice quotes will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price reasonableness and determine availability of funds. The Government may use various price analysis techniques and procedures to make a price reasonableness determination.TECHNICAL EVALUATIONTechnical quotes will be rated either acceptable or unacceptable. Each element of experience and quality control must be rated acceptable (proposal clearly meets the minimum requirements of the solicitation) to receive an overall acceptable technical rating. Quotes must separately address each element to be considered responsive to this solicitation. Experience the offeror must demonstrate that it has successfully performed at least three (3) similar contracts with the past three (3) years. Quality Control Contractor shall provide a detailed description of the quality control policies in their technical evaluation, as well as a plan showing how the project will be controlled to maintain staffing of qualified professional inspectors to meet the performance objective. Qualified Professional Inspector is defined as any one or combination of: A. A boiler inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors (NB).B. A boiler inspector who has qualified by passing a written examination under the laws, rules and regulations of a jurisdiction of a state.C. A boiler inspector who is regularly employed as a boiler inspector by a jurisdiction which has adopted and administers one or more sections of the American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code as a legal requirement, and has a representative serving as a member of the ASME Conference Committee.D. A boiler inspector who is regularly employed by an insurance company which has been licensed or registered by the appropriate authority of a State of the United States to write boiler or pressure vessel insurance.PAST PERFORMANCE The Government will evaluate the offerors past performance based on recent and relevant projects that they have completed as a Contractor. Offerors should provide a minimum of three (3) references with their technical quote. Recent is defined as a project performed within the last five (5) years. Relevant is defined a project for an organization that is similar in volume of service provided. Ensure phone number and email contact information is correct for your references. In addition to the past performance references listed with the technical quote, contractors are encouraged to have references complete the Past Performance Questionnaires, these questionnaires are to be sent directly from the company giving references to the Contracting Officer by mail, fax or email. You are to use the questionnaire in at the end of this solicitation. Questionnaire, received after the due date listed on the solicitation, will not be considered as timely received. FAR 52.212-2 Evaluation Commercial Items. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: past performance, price and technical acceptance. Past performance and technical acceptance when combined are more important than price.Options. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8." FAR 52.232-19 Availability of Funds for the Next Fiscal Year; Funds are not presently available for performance under this contract beyond 30 September 2017. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.Quotes must be received by 4 o clock pm EST September 19, 2018. All quotes must be submitted by electronic submission in reference to 36C25018Q9777 to harvey.mcgowan@va.gov; Quotes received after the Response Date as specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Specialist by e-mail only. Any prospective vendor desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contracting Specialist: Harvey J. McGowan (harvey.mcgowan@va.gov) No Later Than: close of business on September 14, 2018. Award will be made to the vendor offering the best value to the government, technical and past performance when combined, are more important than price.DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERSBOILER PLANTSPERFORMANCE WORK STATEMENTNCO 10 INDIANA MICHIGAN - OHIOInspection of Boilers, Feedwater Deaerators1. Introduction:A. Most Department of Veterans Affairs Medical Centers (VAMC) have a central high pressure boiler plant to provide steam for heating and air conditioning, domestic hot water, kitchens, and sterilization. Some medical centers have laundries that utilize steam.B. Boiler plant safety, reliability, efficiency and equipment longevity are paramount concerns of VAMC management. Boilers and feedwater deaerators are pressurized devices containing steam and hot water. They can fail catastrophically causing injuries and death and massive property damage. Regular inspections by experts are an essential part of a program to address these concerns. C. This Performance Work Statement describes the requirements for the boiler inspections and feedwater deaerator inspections to be performed by Qualified Professional Inspectors under contract. D. A separate document lists the facilities where the inspections will be required, lists the boilers and feedwater deaerators to be inspected at each facility and provides a schedule for the inspections. Other pressure vessels may be included in the inspection requirements.E. Qualified Professional Inspectors as defined below shall perform internal and external inspections on high pressure (over 15 psig) steam boilers and internal inspections on feedwater deaerators and other pressure vessels. F. Non-destructive testing of feedwater deaerator pressure vessels shall be performed by certified non-destructive testing technicians as defined below under the guidance of the Qualified Professional Inspector.G. A separate section covers the work of burner and instrument technicians inspecting, testing and calibrating burners, controls and instruments.2. Qualified Professional Inspector is defined as any one or combination of: A. A boiler inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors (NB).B. A boiler inspector who has qualified by passing a written examination under the laws, rules and regulations of a jurisdiction of a state.C. A boiler inspector who is regularly employed as a boiler inspector by a jurisdiction which has adopted and administers one or more sections of the American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code as a legal requirement, and has a representative serving as a member of the ASME Conference Committee.D. A boiler inspector who is regularly employed by an insurance company which has been licensed or registered by the appropriate authority of a State of the United States to write boiler or pressure vessel insurance.3. Qualifications for Non-Destructive-Testing Technicians:The technicians shall be certified as being qualified Level II technicians in the non-destructive testing methods to be utilized. The certification shall be in accordance with the requirements of the American Society for Non-Destructive Testing (ASNT).Technician Qualifications:Technicians shall have completed at least a one-year trade school and have five years successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in design to the VAMC boiler plant. The COR may define and accept equivalent qualifications.Technicians shall demonstrate familiarity with and ready access to the current versions of the following references: NFPA 85, Boiler and Combustion Systems Hazards Code. VHA Boiler Plant Safety Device Testing Manual, 3rd Edition. (or latest edition)VHA Directive 1810 Boiler Plant OperationsTechnicians shall be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations, all calibrated within one month of the site visits. At facilities with programmable digital controls, the technicians must be capable of programming the controls and have the appropriate hardware and software for this.4. Management Information Requirement:Documentation of services performed shall be reviewed prior to certifying payment. The contractor s performance will be monitored by an assigned COR at the VISN 10 FACILITIES. The Contractor shall have a Quality Control program to assure that the requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control Program shall be submitted for approval by the COR. Subsequent changes to the approved Quality Control Program must also be reviewed and approved by the COR with final approval by the Contracting Officer. The program shall include, but not be limited to the following: a) A Quality Assurance plan covering all services required by this contract. The plan must specify the service / conduct to be inspected on both a scheduled or unscheduled basis, how often inspections will be accomplished and documented, and the title of the individual(s) who will perform the inspections. The VISN 10 Facilities reserves the right to request copies of any and/or each inspection. b) The methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable and organizational functions noting intermediate supervisory responsibilities and overall management responsibilities for ensuring total acceptable performance. c) A log to account for all requests for service. The log shall indicate the date and time of service call, drop off and pick-up times. The Government reserves the right to request copies of any and/or each log. The CORs and/or Alternate CORs shall perform periodic spot checks to ensure contract monitoring and recordkeeping procedures are sufficient. The VISN 10 FACILITIES shall pay for boiler inspection services actually performed in strict accordance with the schedule of prices/costs shown in the RFQ solicitation. If the Vendor find issues which are out of compliance with latest VA Safety Device Testing Manual. The Vendor shall provide a cost (which is mutually negotiated & agreeable by both Vendor and Facility COR) to make corrections necessary to the facility Boiler and respective operations.The Vendor shall ensure the work is scheduled and completed per agreed price and schedule (within 6 months) and/or validate (through re-testing & documentation) that work is completed by others.GOVERNMENT FURNISHED IINFORMATION AND PROPERTY Storage Space for Supplies, EquipmentSpace that may be assigned to the contractor for the storage of his/her bulk supplies, replacement parts and the equipment, which he/she will use in the performance of work under this contract, shall be kept in a neat and orderly condition. Space assigned to the contractor may be changed by the Medical Center during the term of this contract, at no additional cost.The Medical Center will not be responsible in any way for damage to the contractor's stored supplies, materials, replacement parts or equipment5. Reference Materials:The Qualified Professional Inspector shall demonstrate familiarity with and ready access to the current versions of the following codes and manuals:The Privacy Act of 1974, PL 93-579, as amendedBoiler Efficiency Institute Safety Device Testing Manual Current EditionEngineering Service SOP 138-47-HV Operations, Testing and Inspections of High Pressure BoilersASME Boiler and Pressure Vessel Code:Section I - Power BoilersSection IV - Heating BoilersSection VI - Care and Operation of Heating BoilersSection VII - Care of Power BoilersASME B31.1, Power Piping Code ASME CSD-1, Controls and Safety Devices for Automatically Fired BoilersANSI/NB-23, National Board Inspection CodeNFPA 85, Boiler and Combustion Systems Hazards CodeVHA Boiler Plant Safety Device Testing Manual, 3rd Ed.VHA Directive, 1810 Boiler and Boiler Plant Operations (or latest)Engineering SOP 138-15HV Scaffold and Ladder RegulationsEngineering SOP 138-62HV Housekeeping and Safety on Construction Projects,Engineering SOP 138-45HV Confined Space EntryOSHA Safety and Health Regulations for Construction6. Inspection, Testing, and Calibration Requirements:A. Annual internal and external inspections are required for each boiler. Internal inspections of the feedwater deaerator pressure vessel are required once during the term of the contract or more frequently if welding repairs have been performed.B. At least two weeks notice to the VA Facility is required prior to an inspection. Also, the inspection must be scheduled for periods when VA Facility determines that the boilers that will be inspected internally will not be needed for steam supply and when the Contracting Officer s Representative (COR) or his/her designate is available on site to monitor the inspections. To maintain steam service, typically only one boiler at a time will be scheduled for internal inspections per inspection visit. Thus, multiple visits per VA facility will be necessary every year to inspect all the boilers internally. Inspections are to be done during normal business hours, 8:00 a.m. 4:30 p.m. Monday through Friday, unless otherwise agreed upon by the Facility and the Contractor. C. Feedwater deaerator pressure vessel inspections must be scheduled during periods of low steam demand.D. Coordinate the inspection schedule with the COR so that VA Facility can prepare the boilers and feedwater deaerator for the inspections in advance and have personnel available to monitor the inspections. E. The COR is: John D. Elliott, VISN 10 Energy ManagerJohn.elliott4@va.gov11500 Northlake Dr.Suite 200Cincinnati Oh 45249 Phone: (desk) 513-247-4616 (mobile) 513-227-1599F. Boilers scheduled for internal inspection will be prepared for the inspection by VAMC prior to the scheduled arrival of the inspector. This includes cooling the boilers to near ambient temperature and having all manways, handholes and furnace access doors open; the boilers cleaned of loose materials waterside and fireside; electrical lock-out, tag-out in place; connecting piping isolated; proper illumination provided; compliance with confined space access requirements including having VAMC safety personnel present in the boiler plant. Similar advance preparations will be made to the feedwater deaerator when it is scheduled for internal inspection. G. VAMC shall comply with any other requirements of the inspector that are considered reasonable by VAMC and have been presented in writing at least two weeks prior to the scheduled inspection.H. The boiler and feedwater deaerator inspections shall comply with the guidelines in the current issue of the NATIONAL BOARD INSPECTION CODE, Part RB, In-service Inspection of Pressure-Retaining Items, and ASME Boiler and Pressure Vessel Code, Section VI or VII as applicable. In addition to those guidelines, the inspections shall comply with all VAMC requirements as listed in this document.I. The inspector must completely enter the internal spaces of the boiler or feedwater deaerator and visually inspect all internal surfaces that can be accessed.J. Methods for testing safety devices shall comply with VHA Boiler Plant Safety Device Testing Manual, 3rd Edition.(or latest edition)K. Summary of the minimum inspection requirements for boilers:1) Review the boiler history including: operating conditions, date of last inspection, current inspection certificate, ASME stamping on boiler, National Board registration number, history of repairs and modifications. Review boiler logs, water test reports, and reports on tests performed on the burner controls and interlocks.2) Assess the external parts of the boilers and boiler accessories and piping and valves for safety, accessibility, proper maintenance and operation, cleanliness, and compliance with codes.3) Inspect for evidence of leakage of combustion gases or fluids, externally and internally, including all gaskets.4) Inspect foundations for signs of stress such as cracking or movement.5) Inspect boilers externally and internally for defects including bulges, blisters, cracks, wasted or eroded material, warping, general corrosion, grooving and pitting, damaged insulation.6) Inspect all accessible internal surfaces for waterside and fireside deposits, including scaling, sediment, debris, carbon deposits.7) Examine all stays and stayed plates.8) Inspect gas side baffles.9) Inspect internal drum surfaces and steam separating internals.10) Inspect soot blowers and verify proper alignment.11) Inspect tubes, tube ends and tube alignment. Check for sagging tubes.12) Verify that all nozzles of internal piping such as feedwater admission and bottom blowoff collection are clear with no obstructions.13) Inspect seating surfaces of manways and handholes.14) Check that boiler structure is plumb and level with no excessive deformations.15) Check for missing items such as bolts and nuts.16) Examine all valve and pipe connections to the pressure vessel.17) Inspect refractory including burner throat, expansion joint, bull ring, furnace seals, furnace walls and floor.18) Verify proper alignment of burner assembly.19) Inspect furnace for evidence of flame impingement.20) Test operation of water level gage glass.21) Perform mechanical and electrical inspection of disassembled low water cutouts (disassembly by VA). After reinstallation, test operation to the extent possible. Test low water cutouts on hot boilers by lowering water level gradually.22) Verify that steam pressure gage is properly calibrated.23) Test operation of high steam pressure cutouts on hot boilers by raising steam pressure.24) Inspect safety valve installations and verify that the valves have proper capacity and set pressure and valves, drains and vents are properly installed. Verify that valve locking seals are not broken. On boilers that are hot, perform an operation test under pressure to confirm operation at proper set pressures. Operate boiler with burner at high fire to verify adequate steam flow capacity of the safety valves ( accumulation test ).25) Inspect piping connected to the boilers for evidence of leakage, provision for expansion, provision of adequate support, proper alignment, evidence of detrimental conditions.26) Inspect piping to the water column, low water cutoffs and alarms, gage glass. Verify that interior of piping is clear of obstructions.27) Inspect valves on boiler feedwater, blowdown, drain and steam systems.28) Provide recommendations for non-destructive testing when the inspections indicate that this is necessary to assure continued safety and reliability under current operating conditions.Review boiler plant log sheets and alarm and trouble reports. Make comments as necessary for full compliance.Review records that show combustion performance (flue gas oxygen and carbon monoxide) (Before and After test for environmental compliance). Make recommendations as necessary based upon findings.Perform overall visual inspection of systems. Verify that systems comply with referenced codes and VAMC requirements stated in this contract.Test and record the operation and set points of all burner/boiler safety interlock devices. Verify that the set points and operating points are within normal operating parameters as required by the safety device testing manual. Make adjustments as necessary and record the new settings. The operation of a device must result in burner shutdown and/or proper alarm operation. Operate burner(s) on each fuel from low fire to high fire and back to low fire in at least six increments and record combustion performance (flue gas oxygen, carbon monoxide, NOx where applicable), fuel train pressures, atomizing train pressures, burner pressures, stack temperatures, boiler steam output. Compare the combustion performance data with VAMC requirements (see below) and previous readings. If necessary, make adjustments to the fuel flow and combustion air controllers, control valves and dampers to obtain the required performance. Record the new performance data. 35) Verify accuracy of instrumentation listed below. Verify that all devices are properly selected for the application in terms of type, size, set point range, performance, code approval. Calibrate all instruments that are not within manufacturer s specifications for accuracy.L. Summary of the minimum inspection requirements for feedwater deaerators:1) Review the feedwater deaerator history including: operating conditions, date of last inspection, current inspection certificate, ASME stamping, National Board registration number, materials of construction, extent of postweld heat treatment, history of repairs and modifications.2) Assess the external parts of the feedwater deaerator and accessories and piping for safety, accessibility, cleanliness. proper operation, and compliance with codes.3) Inspect for evidence of leakage.4) Note feedwater deaerator pressure gage and thermometer readings and verify gage and thermometer accuracy.5) Inspect safety valve installation and verify that the valves have proper set pressure and capacity and are properly installed. Perform an operation test under pressure to confirm operation at proper set pressures. Verify that the deaerator can safety withstand the test pressure prior to testing the valve(s) in-situ.6) Verify that non-condensable gas vent line is open and proper orifice is provided to permit venting of gases.7) Inspect support structures for proper integrity and allowance for thermal expansion.8) Internal inspections (6 year intervals unless otherwise recommended because of welding repairs):a. Visually inspect all visible pressure vessel surfaces for corrosion, material thinning, deposits, and weld cracking. b. Inspect spray nozzles and trays.c. Certified American Society for Non-Destructive Testing (ASNT) Level II technicians shall perform non-destructive tests using the wet fluorescent magnetic particle (WFMT), ultrasonic testing (UT), and any other necessary non-destructive tests.c.1 Completely examine all accessible welds utilizing the WFMT test method. Properly prepare the surfaces before testing. c.2 Determine pressure vessel material thickness by UT. Thickness measurement locations shall be selected by dividing the storage tank heads into quadrants and taking measurements at each quadrant on two imaginary rings in each head (eight measurements total) . Measurement locations on the shell shall be on each of the quadrants, on four to six locations along the length of the shell (16 to 24 measurements total). The technician may recommend fewer or more tests to the owner, providing justification. c.3 Typically, the pressure vessel section containing the deaerator trays and sprays is not accessible for non-destructive testing. The experience is that this section, which is mainly exposed to steam, is less vulnerable to weld failures and material thinning than the storage section which contains condensate and make-up water.d. Calculate maximum allowable working pressure rating of vessel based on thickness measurements. Calculate depletion rate of material thickness.All of interlocks and safety devices to be inspected and tested on each boiler/burner/equipment, are contained in the VHA Boiler Plant Safety Devices Testing Manual, 3rd Edition,(or latest edition) along with testing procedures.Required burner performance (natural gas and fuel oil):Turndown (ratio of maximum and minimum firing rates): 10/1 8/1 5/1 4/1 (Refer to original burner specification).Achieve, but do not exceed, boiler maximum steam flow output rating. Measure fuel input at minimum and maximum firing rates.Maximum carbon monoxide: 200 parts per million (ppm)Maximum NOx: _____ (Refer to original burner specification).Flue gas oxygen: 2.5 4.2% (Up to 5.2% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single-point positioning systems).Flue gas oxygen (low excess air burners): 1.0 2.0% (Up to 2.5% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single point positioning systems).No visible smoke, except on heavy oil fuel maximum opacity is 20%. Comply with local emissions regulations. Copies of the applicable emissions regulations will be available in the boiler plant office.Flames shall be stable with no pulsations, shall be retained near burner, no blowoff or flashbacks, no constant flame impingement on refractory or waterwalls.Significant List of instrumentation and controls to be inspected and calibrated:Steam flow transmitters (all).Steam flow recorders/computer readout.Flue gas oxygen sampling, analyzing and recorder/computer readout.Boiler and economizer stack temperature transmitters and recorder/computer readout.Master steam pressure and combustion controllers.Boiler outlet draft controllers.Boiler water level controllers.Feedwater deaerator and condensate storage tank water level controllers including overflow.All pressure and temperature sensors and transmitters.All signal processing and readout devices.7. Report Requirements:1. Provide complete written report fully describing all inspections and tests performed, findings, and recommendations. The condition of all items inspected shall be stated whether acceptable or deficient. All deficiencies shall be fully described along with recommendations for methods of correction. Utilize National Board Forms NB-6 and NB-7, or other similar forms acceptable to owner. Items found which deviate from the VA Directive 1810 and/or the Latest BEI Safety Device testing manual shall be reported and flagged in a report. Each and every device shall be annotated clearly as pass or fail with sufficient comments to identify a corrective action required. Again, all issues are to be reported and further communication of any variance permissible will require Facility and COR discussion with VA OCAMES in tandem with Contractor. 2. Provide sketches and photographs as necessary and as requested by owner to show areas identified as not acceptable for continued service or requiring repair.3. Include test data and calculations. Show locations and extent of all non-destructive testing by sketches.4. Furnish report within one week of each facility inspection in Microsoft Word format by email to the Facility Chief Engineer, the COR and to the VA Headquarters office designated in the attachment.5. All safety-related deficiencies shall be immediately reported to the COR during the inspection visit.6. Provide recommendations on need for re-inspections after correction of deficiencies. Cost of re-inspections shall be extra cost negotiated with VA Contracting Officer. 7. The Contractor shall provide all their employees with identification that clearly identify the employee as a representative of the Contractor s company and not an employee of the VA. This identification shall be worn at all times when employees are on campus performing duties under the contract.8. (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.9. The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the States of Indiana, Michigan and Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.10. The resulting contract will be a nonpersonal services contract means a contract under which the personnel rendering the services are not subject, either by the contract s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.PRICE/COST SCHEDULE Base Year (1 October 2018 30 September 2019)Item/ Description Total PriceChillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST BASE YEAR: __________________Option Year 1 (1 October 2019 30 September 2020)Item/ Description Item/ Description Total PriceChillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 1:__________________ Option Year 2 (1 October 2020 30 September 2021)Item/ Description Total PriceChillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 2:__________________ Option Year 3 (1 October 2021 30 September 2022)Item/ Description Total PriceItem/ Description Total PriceChillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 3:__________________Option Year 4 (1 October 2022 30 September 2023)Item/ Description Total PriceChillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 4:_________________ TOTAL BASE YEAR AND OPTIONS:__________________VA Medical Facilities Locations:Louis Stokes Cleveland VA Medical Center10701 East Blvd.Cleveland, Ohio 44016-1702Chillicothe VA Medical Center17273 State Route 104Chillicothe, Ohio 45601-9718 Cincinnati VA Medical Center (Ft. Thomas Division)1000 S. Ft. Thomas AvenueFt. Thomas, Kentucky 41075-2305 Chalmers Pl Wylie VA Ambulatory Care Center 420 N. James RoadColumbus, Ohio 43219-1834 Dayton VA Medical Center 4100 W. 3rd StreetDayton, Ohio 45428-9000 VA Ann Arbor Healthcare System2215 Fuller RoadAnn Arbor, Michigan 48105-2303 Battle Creek VA Medical Center 5500 Armstrong RoadBattle Creek, Michigan 49037-7335 John D. Dingell VA Medical Center 4646 John R StreetDetroit, Michigan 48201-1916 Northern Indiana Health Care System Marion Campus1700 East 38th StreetMarion, Indiana 46953-4589 Northern Indiana Health Care System Ft. Wayne Campus2121 Lake AvenueFort Wayne, Indiana 46805-5100 Aleda E. Lutz VA Medical Center1500 Weiss StreetSaginaw, Michigan 48602-5251 52.233-2 Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Harvey J. McGowan.Harvey J. McGowan Contracting Specialist / OfficerNetwork Contracting Office (NCO) 10VA Healthcare System Serving Indiana, Michigan and Ohio6150 Oak Tree Blvd, Suite 300Independence, OH 44131-2569Phone: 216-447-8300 Ex. 3792 / 3793Fax: 216- 447-8310Email: harvey.mcgowan@va.gov(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Contact Information: Harvey J. McGowanharvey.mcgowan@va.govharvey.mcgowan@va.gov Office Address :Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131 Location: Department of Veterans Affairs Medical Center Set Aside: N/A

Department of Veterans Affairs Medical CenterLocation

Address: Department of Veterans Affairs Medical Center

Country : United States

You may also like

BOILER INSPECTION MAINTENANCE

Due: 09 Dec, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

ANNUAL BOILER INSPECTIONS

Due: 19 May, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

TVHS - BOILER INSPECTION SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAISC: 238220 GSA CLASS CODE: H