The RFP Database
New business relationships start here

Chilled Water Pump Reconditioning


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

(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; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA241-17-Q-0527 and the solicitation is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97.
(iv) This requirement is being issued as a total small business set-aside. The associated NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and small business size standard is $7.5 million.
(v) The Government intends to award a firm-fixed priced award for a Contractor to provide all equipment, supplies, parts, tools, and labor to perform Chilled Water Pump Reconditioning at the VA West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132. Please see the Performance Work Statement, Price Schedule and Evaluation below for full requirement details and pricing submission.

Item #
Description -

Qty
Unit
Price
Amount
0001
The Contractor shall provide all labor, materials and equipment to remove, recondition, and reinstall two (2) existing chilled water pumps.
1
JB



(vi) The Contractor shall provide all labor, materials and equipment to remove, recondition, and reinstall two (2) existing chilled water pumps in the penthouse of Building 2 at the VA West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132.
(vii) The Place of Performance is the Manchester V A West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132. The period of performance shall be 2 weeks from Notice to Proceed.
(viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.217-5 Evaluation of Options (JUL 1990); 852.270-1 Representatives of Contracting Officers (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. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and it will not delay our purchase.
(2) Quotes shall be submitted electronically via email to Tammy.Davis6@va.gov.
(3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code.
(5) Questions shall be submitted to the Contract Specialist 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 03/26/2017 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

(6) Evaluation Process:
Award will 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.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:B
Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.
Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).B Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.

(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. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation.
(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: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.215-71 Evaluation Factor Commitments (DEC 2009; 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984).

(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: 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) ; 52.219-28 Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 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); (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.
(xv) RFQ responses are due 04/05/2018 at 12:00 PM. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered.
(xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov).


Statement of Work (SOW)

Building 2 Chilled Water Pump Reconditioning
Boston Healthcare System, West Roxbury Division

BACKGROUND:
The Contractor shall provide all labor, materials and equipment to remove, recondition, and reinstall two (2) existing chilled water pumps in the penthouse of Building 2 at the VA West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132. This work is necessary to maintain and insure the normal operations of the primary cooling and heating systems to the Operating Rooms at West Roxbury. The system serves the Operating Rooms, SICU, and three floors of patient rooms. The make and model of the pumps are Bell and Gossett, VSC-8x8x10-1/2B B B

STATEMENT OF WORK:
Provide all labor and materials necessary to recondition mechanical components of existing chilled water pumps in order to return them to manufacture specifications to include:
On site removal of bearing housings and bearings
Remove pump element and seals
Machine and install new wear rings
Metal spray damaged seal area on pump shaft
Bore and sleeve damaged bearing journal in bearing housing
Supply and install new bearings in housings
Supply and install new seals on pump shaft
On site installation of all components for both pumps when complete

The vendor shall be issued a badge and escorted by VA Employees while onsite.

---END---

Tammy Davis
Tammy.Davis6@va.gov

Tammy.Davis6@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP