The RFP Database
New business relationships start here

Batavia Boiler Plant Work (VA-19-00027248)


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 8
Original Date: 10/12/17
Revision 02 Date: XX/0XX/18


COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C242-19-Q-0353
Posted Date:
02/15/2018
Original Response Date:
02/25/2019
Current Response Date:
02/25/2019
Product or Service Code:
J045
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
238220
Contracting Office Address
James J. Peters VAMC
130 W. Kingsbridge Rd.
Bronx, NY 10468
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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is an request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15 million.

The Batavia VA 222 Richmond Ave. Batavia, NY 14020 is seeking to purchase boiler repair services.








All interested companies shall provide quotation(s) for the following:

Request for Services Statement of Work (SOW)
Repair and Maintenance of Boilers at the Bath VA Locations

Veterans Administration Medical Center (VAMC) at Batavia, NY is requesting a service contract for repair and maintenance of boilers. This service is for a one-time firm-fixed-price contract. Visits for scheduled maintenance shall be set with the Contracting Officer s Representative(s) (COR) in advance. Hours of maintenance are to be scheduled Monday Friday, except federal holidays, between 8:00am and 4:30pm unless otherwise agreed upon with the COR. The Vendor shall coordinate with the COR and respond to immediate concerns no later than 2 hours of the initial call with a technician on-site.

All field reports are to be left for immediate review with any discrepancies noted and resolution recommendations provided. Official service records will be emailed to the COR with all pertinent information on field service work as outlined below.


System Inventory & Specifications

The nameplate information of the Clever Brooks boilers is as follows;

Boiler 1 [B-1] (125 HP)
MODEL; 4WG-200-125-200ST PSI
PRESSURE; 200ST
SERIAL NUMBER; T2130-2-1
DATE; 2011
INPUT; NATURAL GAS 5,103,000 BTU/H
36.4 GPH OIL

Boiler 2 [B-2] (125 HP)
MODEL; 4WG-200-125-200ST PSI
PRESSURE; 200ST
SERIAL NUMBER; T2130-2-2
DATE; 2011
INPUT; NATURAL GAS 5,103,000 BTU/H
36.4 GPH OIL


Boiler 3 [B-3] (250 HP)
MODEL; 4WI-200-250-200ST
PRESSURE; 200ST PSI
SERIAL NUMBER; T2130-1-1
DATE; 2011
INPUT; NATURAL GAS 10,206,000 BTU/H
72.9 GPH OIL
GAS PRESSURE MANIFOLD 17 W.C. SEAL LEVEL
NOX EMISSIONS LEVEL NG60 PPM

Boiler 4 [B-4] (250 HP)
MODEL; 4WI-200-250-200ST
PRESSURE; 200ST PSI
SERIAL NUMBER; T2130-1-2
DATE; 2011
INPUT; NATURAL GAS 10,206,000 BTU/H
72.9 GPH OIL
GAS PRESSURE MANIFOLD 17 W.C. SEAL LEVEL
NOX EMISSIONS LEVEL NG60 PPM



Scope of Work: The Vendor shall follow the manufacture s repair and maintenance guidelines and perform the requested services. The Vendor shall furnish all materials and parts in need of replacement, and remove (dispose) of old materials and parts in accordance with local/state/federal policy and regulations. The following shall be conducted, and any other task pertains to this requirement must be documented:
Repair Boiler Plant deficiencies discovered during Boiler Plant Combustion Tuning / Commutation Testing and Safety Device Testing.
Contractor shall check all four (4) boilers for repair and maintenance; furnish all associated equipment to correct boiler plant deficiencies.
Re-stroke all air dampers and oil valve low fire switches that need adjustments, and/or out of specification.
Install current relays on all three (3) blower motor legs, and tie into 3-P limit string.
Furnish and install new stack damper actuator and pin outlet exhaust damper to shaft.
Recalibrate O2 sensors.
Drill and pin fuel oil control valve actuators.
Perform boiler specific repair and maintenance:
Boiler #2
Furnish and install new Warrick LWCO head
Furnish and install new ASCO upstream pilot solenoid valve
Boiler #3
Furnish and install new main vent valve on the gas train valve
Furnish and install new ASCO upstream pilot solenoid valve
Boiler #4
Furnish and install new ASCO upstream pilot solenoid valve
Safety Controls
Shall perform safety control checks, test functionality of boilers, and inform the COR of any immediate concerns, and make recommendations of forth coming repair and maintenance services.
All safety devices must be checked in accordance with the criteria for a setpoint as defined herein VHA Boiler and Associated Plant Safety Testing Manual Forth Edition.

Gas and Electric
Check gas lines and connections
Check gas mixture and linkage
Check ignitions
Check plugs, wires, and connections

Operation
Shall test run boilers and confirm proper operation in accordance with the local, state, and federal regulations; must adhere to VA guidelines and polices.
Shall provide full reports (hard copy and electronic) of service performed.
Shall inform the COR of any devices and/or equipment failing safety requirement/standard, and provide recommendation to remedy the findings.

Place of Performance:
VA Batavia Boiler Plant
222 Richmond Ave.
Batavia, NY 14020

Period of Performance:

Date of Award to 15-days, but no more than 60-days from the date of award.

Schedule and Inspection:
The work shall be scheduled with the Boiler Plant Supervisor/COR.
Report of acceptance of delivery shall be submitted to the Chief, Engineering Service/COR, upon completion of service.
Inspections shall be coordinated with the COR
Invoices for work not inspected prior to the contractor personnel leaving the premises may not be certified.
Vendor shall show valid ID at police check point for access to the facility s repair site.


The estimated delivery/task order period of performance is 03/01/2019 - 05/01/2019.



Place of Performance






Award shall be made to the quoter whose quotation Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria:
Technical capability - Contractor shall provide a maximum 10 page capability statement demonstrating their ability to meet all of the requirements of the SOW. Technical capability is defined as an offerors ability to satisfy the solicitiation requirements, providing the highest quality service to the specified facility.

(2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor.
(3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.


The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

FAR 52.212-1, Instructions to Offerors Commercial Items 10/26/2018
solicitation number for this requirement as 36C24219Q0353
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete.
Terms of any express warranty
Price should be for all services detailed on the pricing schedule of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete.
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

The following solicitation provisions apply to this acquisition:
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
852.209-70 Organizational Conflicts of Interest (JAN 2008)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items October 2018

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 October 2018
The following clauses are incorporated into Addendum to FAR 52.212-4,
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.228-5B B B B B B B B B B B B B B B B Insurance-Work on a Government Installation (JAN 1997)
CL-120B B B B B B B B B B B B B B B B B B Supplemental Insurance Requirements
52.232-40B B B B B B B B B B B B B B B Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70B B B B B B B B B B B B B Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business
Set-Aside (JUL 2016)
852.232-72B B B B B B B B B B B B B Electronic Submission Of Payment Requests (NOV 2012)
852.237-70B B B B B B B B B B B B B B Contractor Responsibilities (APR 1984)


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders October 2018

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
(NOV 2011)
52.222-3 Convict Labor (JUNE 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015).
52.222-26 Equal Opportunity (SEPT 2016)
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Person
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
(MAR 2015)
52.232-33 Payment by Electronic Funds Transfer System for Award Management
(OCT 2018)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)


All quoters shall submit the following: one copy of technical capability and pricing.

All quotations shall be sent to the Evelyn Peguero at Evelyn Peguero@VA.gov.

This is an open-market combined synopsis/solicitation for boiler repair as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 02/25/19 at 3:00 pm to Evelyn.Peguero@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 contract specialist Evelyn Peguero at Evelyn.Peguero@va.gov.

Point of Contact
Evelyn Peguero
718-584-9000 x2720
Evelyn.Peguero@va.gov

Evelyn Peguero
718-584-9000 x2720
Evelyn.Peguero@va.gov

Evelyn.Peguero@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP