The RFP Database
New business relationships start here

Semi-Instantaneous Hot Water Heater


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

Page 1 of 4

COMBINED SYNOPSIS/SOLICITATION

GENERAL INFORMATION:
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
36C24919Q0284
Posted Date:
05/17/2019
Response Date:
05/24/2019
Response Time:
3:00 PM Central
Set Aside:
100% Service Disabled Veteran-Owned Small Business
Product Code:
4410
NAICS Code:
332410
CONTRACTING OFFICE ADDRESS:
Department of Veterans Affairs
Network Contracting office 9 (NCO 9)
1639 Medical Center Parkway
Murfreesboro, TN 37129
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 a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 05/ 06/2019

The associated North American Industrial Classification System (NAICS) code for this procurement is 332410 Power Boiler and Heat Exchanger Manufacturing, with a small business size standard of 750 employees.

NCO 9 is seeking to purchase two Semi-Instantaneous Water Heaters for the James H. Quillen VA Medical Center in Mountain Home, TN.

All questions regarding this RFQ must be in writing and may be sent by e mail to
darrin.nicholson@va.gov.

Questions must be received no later than 05/21/2019 at 3:00 P.M. Central. No further questions will be accepted after that date and time.

You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this procurement phase. All questions and concerns regarding this RFQ shall be directed to the above Contract Specialist.

SCHEDULE:

All interested parties shall provide a Brand Name or Equal quotation for the following:

CLIN
Item
Qty/UI
Unit Price
Total Price
0001
CEMLINE Model V60SSH1242DW
Semi-Instantaneous Water Heater
Series "SSH" factory assembled and packaged.

1 EA


Physical/Functional Characteristics:
ASME conformance and stamped for 150 psi working pressure.
Stainless-Steel tank and Stainless-Steel threaded openings.
Steel support skid mounted w/lifting lugs.
3" fiberglass insulation protected by min 20-gauge coated metal jacket.
Factory configured and piped, including:
Incoming steam strainer.
Electrical temperature regulators.
Main & Aux float and thermostatic steam traps.
Double wall, copper tubes, copper lined tank side/steel head side tube sheet and cast-iron steam chamber.
Intra tank circulator.
ASME pressure-temp relief valve.
Water pressure gauge and steam pressure gauge.
Solid State Control module w/pilot lights/switches for: On-off, remote start-stop, alarm horn w/alarm silence, power on, primary high limit, and secondary high limit. Module shall have built-in PID Control signal with LED display of set point and operating temp read out and contacts for BACnet and Computrol Compatible (Front-End capability).
Double solenoid safety system.
Vacuum Breaker.
Rated to heat 175 G.P.M. from 40 F. to 125 F. and control outlet within 5deg of selected temp when supplied with 60 PSIG of steam to the control valve.
Heater will be mounted vertically.
0002
CEMLINE Model V60SSH1236DW
Semi-Instantaneous Water Heater
Series "SSH" factory assembled and packaged.

1 EA


Physical/Functional Characteristics:
ASME conformance and stamped for 150 psi working pressure.
Stainless-Steel tank and Stainless-Steel threaded openings.
Steel support skid mounted w/lifting lugs.
3" fiberglass insulation protected by min 20-gauge coated metal jacket.
Factory configured and piped, including:
Incoming steam strainer.
Electrical temperature regulators.
Main & Aux float and thermostatic steam traps.
Double wall, copper tubes, copper lined tank side/steel head side tube sheet and cast-iron steam chamber.
Intra tank circulator.
ASME pressure-temp relief valve.
Water pressure gauge and steam pressure gauge.
Solid State Control module w/pilot lights/switches for: On-off, remote start-stop, alarm horn w/alarm silence, power on, primary high limit, and secondary high limit. Module shall have built-in PID Control signal with LED display of set point and operating temp read out and contacts for BACnet and Computrol Compatible (Front-End capability).
Double solenoid safety system.
Vacuum Breaker.
Rated to heat 107.5 G.P.M. from 40 F. to 120 F. and control outlet within 5 deg of selected temp when supplied with 60 PSIG of steam to the control valve.
Heater will be mounted vertically.

DELIVERY:
Delivery shall be provided no later than 30 days after receipt of order. Delivery terms FOB destination. The contractor shall deliver CLINs 0001 and 0002 to:

James H. Quillen VA Medical Center
Sidney & Lamont St.
Mountain Home (Johnson City), TN 37684.

Delivery shall be made during regular business hours, 7:00 a.m. to 4:30 p.m., Monday
through Friday, except for Federal Holidays. Evening, night, and weekend delivery may be required as circumstances dictate and are approved by the Contracting Officer or Contracting Officer s Representative (COR) only. Delivery shall not be made unless persons are present to receive equipment.

EVALUATION OF QUOTES:

Award shall be made to the vendor whose quotation offers the best value to the government, considering technical acceptability, past performance, and price. In accordance with FAR 13.106-2(b)(3), the government will evaluate information based on the Comparative Evaluation process, by comparing one quotation with another in a uniform and fair manner to determine which quote provides the government what it needs, where and when as identified herein. Once one quote is determined acceptable, that quote will then be compared side by side to the remaining quotes; the best quote will then be chosen.

QUOTE FORMAT AND SUBMISSION REQUIREMENTS:

Offerors shall provide only one quote. Quote should be emailed to Darrin.nicholson@va.gov NLT 05/24/2019 at 3:00 PM CST. Non-compliance with this requirement may result in disqualification of the quote.

All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM

All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award.

The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offeror shall list exception(s) and rationale for the exception(s).
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.

CLAUSES/PROVISIONS:

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.

The following clause apply to this acquisition:

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

FAR
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS
OCT 2018
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.209-6


PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
OCT 2015


52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
OCT 2018
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
OCT 2018
52.219-13
NOTICE OF SET-ASIDE ORDERS
NOV 2011
52.222-3
52.222-19
CONVICT LABOR
CHILD LABOR
JUN 2003
JAN 2018
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
JUL 2014
52.222-50
COMBATING TRAFFICKING IN PERSONS
MAR 2015
52.222-54
52.223-18
EMPLOYMENT ELIGIBILITY VERIFICATION
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
OCT 2015
AUG 2011
52.225-3
BUY AMERICAN-FREE TRADE AGREEMENTS
MAY 2014
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
JUN 2008
52-232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52-232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013

VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)

VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)
The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. Contracting Officer insert CLIN information]. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required.

(End of Clause)

VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION)
(a) This solicitation includes (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of clause)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)

VAAR 852.246-71 REJECTED GOODS (OCT 2018)
(a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor.
(b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products.
(End of Clause)

The following provisions apply to this solicitation:
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

FAR
Title

Date

52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
JULY 2016
52.211-6
BRAND NAME OR EQUAL
AUG 1999
52.212-1
INSTRUCTIONS TO OFFERORS
OCT 2018



52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.
(b)
(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]

Darrin J Nicholson
Contracting Specialist
615-225-6641

Darrin.Nicholson@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP