J045--Boiler Interior Cleaning

expired opportunity(Expired)
From: Federal Government(Federal)
36C24122Q1072

Basic Details

started - 18 Aug, 2022 (20 months ago)

Start Date

18 Aug, 2022 (20 months ago)
due - 23 Aug, 2022 (20 months ago)

Due Date

23 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C24122Q1072

Identifier

36C24122Q1072
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)241-NETWORK CONTRACT OFFICE 01 (36C241) (3845)

Attachments (1)

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.

Combined Synopsis-Solicitation for Commercial Items Effective Date: 08/01/2022 Description This 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 solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $16.5 Million. The FSC/PSC is J045. The Contracting Activity is seeking Boiler Interior Cleaning at the West
Haven VA Medical Center located at 950 Campbell Ave, West Haven, CT 06516. All interested companies shall provide quotations for the following: Boiler Interior Cleaning Statement of Work Department of Veterans Affairs (VA) West Haven Connecticut VA Campus Interior Cleaning of High Pressure Boilers BACKGROUND The VA Connecticut Healthcare System (VACHS) in West Haven, CT, has three aging high pressure steam boilers. These boilers are in need of mechanical cleaning to remove foreign material deposits from both the furnace gas side and the boiler water side. 2.0 GENERAL INFORMATION 2.1 Scope of Work Clean the fire side surfaces and volumes of each boiler, including air intake duct, furnace, tube areas, and exhaust duct. Thoroughly clean with appropriate methods. Properly dispose of any debris. Clean the water side surfaces and volumes of each boiler, including drums, tubes, piping, and instrumentation tubing and housings. Thoroughly clean with appropriate methods. Properly dispose of any debris. Perform a turbine cleaning procedure of boiler tubes if it is deemed necessary, with VA concurrence. Patch and repair any minor cracks or other slight material deficiencies. Report major equipment condition deficiencies to the VA. Install insulation on bare piping when construction and testing is complete. 2.2 Specific Requirements Contractor shall provide all parts, materials and equipment required to complete this scope of work. All materials furnished and all work installed shall comply with current codes, standards and recommendations of the Department of Veterans Affairs (DVA), the Joint Commission (JC), the American Society of Mechanical Engineers (ASME), American Society of Testing and Materials (ASTM), National Fire Protection Association (NFPA), the State of Connecticut Building Code, and The National Electric Code (NEC) and the International Plumbing Code. Work shall be accomplished by appropriately licensed tradesmen. Contractor shall have a safety plan that conforms to OSHA, AIA, and VA requirements. Contractor shall follow current COVID guidance while working at the VA Contractor shall dispose of all waste and hazardous materials in accordance with applicable environmental regulations Contractor shall conform to all applicable VA construction and engineering specifications Contractor shall comply with VA lockout-tagout policy while working on VA systems 2.3 Period of Performance The period of performance for this project is 120 calendar days starting from the date of the notice to proceed. 2.4 Place of Performance Location of Facilities: VA Connecticut Healthcare System West Haven 950 Campbell Ave West Haven, CT 06516 3.0 DELIVERABLES The contractor shall present the final cleaned boiler for inspection by the VA to verify that cleaning has been completed satisfactorily. The contractor shall complete minor repairs encountered during the cleaning- for example, patching refractory. The contractor shall reassemble the boiler in a condition to be ready to be filled and fired. The contractor shall provide a written report including descriptions and pictures of initial conditions, work completed, and final results. Discoveries of material deficiencies shall be documented in this report as well. 4.0 GENERAL REQUIREMENTS Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 5.0 REFERENCES VA CONSTRUCTION SPECIFICATION SECTION 23 21 11 BOILER PLANT PIPING SYSTEMS VA CONSTRUCTION SPECIFICATION SECTION 33 63 00 STEAM ENERGY DISTRIBUTION VA CONSTRUCTION SPECIFICATION SECTION 23 05 10 COMMON WORK RESULTS FOR BOILER PLANT AND STEAM GENERATION ASME B31.1, Power Piping NB-23 National Board Inspection Code END OF STATEMENT OF WORK The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders May 2022 The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6, 52.219-28, 52.219-32, 52.219-6, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) All quoters shall submit the following: QUOTE All quotes shall be sent to the Contract Specialist, Tnauri.Woodbridge@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: price, past performance, technical, speed of delivery, items available The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. (C$END-OF-PROV) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 10AM 08/23/2022 at Tnauri.Woodbridge@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Tnauri Woodbridge tnauri.woodbridge@va.gov Work Phone: 203-932-5711

West Haven VAMC  ,
 CT  06516  USALocation

Place Of Performance : West Haven VAMC

Country : United StatesState : ConnecticutCity : West Haven

You may also like

HVAC AND BOILER SYSTEMS REPLACEMENT

Due: 18 Sep, 2024 (in 4 months)Agency: ATF ACQUISITION AND PROPERTY MGMT DIV

BOILER CLEANING

Due: 23 Feb, 2028 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

BOILER LOUVER REPLACEMENT

Due: 31 Aug, 2024 (in 4 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

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J045Maintenance, Repair and Rebuilding of Equipment: Plumbing, Heating, and Waste Disposal Equipment