J045--Cooling Tower Media and Water Basin replacement

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Tennessee
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159147668608397
Posted Date: Sep 6, 2023
Due Date: Sep 13, 2023
Solicitation No: 36C24923Q0585
Source: Members Only
Follow
J045--Cooling Tower Media and Water Basin replacement
Active
Contract Opportunity
Notice ID
36C24923Q0585
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 06, 2023 08:40 am CDT
  • Original Date Offers Due: Sep 13, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Dept. of Veterans Affairs MT Home VAMC Johnson City , TN 37604
    USA
Description



Combined Synopsis/Solicitation Notice

DESCRIPTION

Combined Synopsis/Solicitation Number: 36C24923Q0585
Posted Date: Sept 06, 2023
Response Date/Time: Sept 13, 2023, at 10:00 am CST
Set Aside: SDVOSBs
NAICS: 238220 PSC: J045

Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 Federal Acquisition Circular (FAC) 2023-05, effective August 8, 2023.
The associated North American Industry Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs).

The following is a list of the contract line-item numbers, quantities and units of measure including options.
CLIN
DESCRIPTION
QTY
UNIT
UNIT
COST
TOTAL COST
0001
LABOR AND MATERIAL TO REPLACE HEAT TRANSFER MEDIA AND COLD-WATER BASINS ON TWO CHILL WATER TOWERS
1
YR
$__________
$__________

DESCRIPTION/SPECIFICATION/WORK STATEMENT
The MT Home VAMC has a requirement to replace Cooling Towers at the MT Home VAMC. This contract period of performance (POP) is from 09/15/2023 09/14/2024.
Place of performance/Place of delivery:
Address:
Dept. of Veterans Affairs MT Home VAMC 1 Veterans Way Johnson City TN 37604
Country: UNITED STATES
All interested companies shall provide quotations for the following:

STATEMENT OF WORK PART A - GENERAL INFORMATION
INTRODUCTION - James H. Quillen VA Medical Center request
procurement of a service contract to remove and replace the heat transfer media and cold-water basins from two (2) Evapco cooling towers, model # AT 19-68 serial #s 12- 484809 and 11-466329, at building 201 at the James H. Quillen VA Medical Center main campus at the corner of Lamont and Veterans Way, Mountain Home, TN, 37684.

BACKGROUND- It is proposed that, at the request of the James H. Quillen
VA Medical Center Engineering Department that the cooling tower s heat transfer media be removed and replaced with Accu-Shield transfer media and deteriorated cold-water basins be remove and replaced on both towers.

SCOPE OF WORK - Contractor/Vendor shall provide equipment, material, labor to remove cooling tower media replace with Accu-Shield, remove cold water basins replace cold water basin and dispose of all old material.
The contractor/vendor shall have the ability to remove cooling tower heat transfer media, replace heat transfer media with Accu-Shield heat transfer media.
The contractor/vendor shall have the ability to remove old cold-water basins and install new basins.
The contractor/vendor will use Accu-Shield transfer media instead of normal PVC to help stop the growth legionella.
After work is complete the contractor/vendor will perform a startup and function test of the cooling towers and cold-water basin.
The contractor/vendor may work during normal engineering hours which are 6:45 am to 5:00 pm, Monday thru Friday. If needed due to location, traffic, or other unseen reasons the contractor/vendor may work after hours and/or on weekends. If the contractor needs to work on off hours, notice must be given to James H. Quillen VA Medical Center Engineering Department.
Safety zones and barricades are the responsibility of the contractor.
All property, surfaces, and existing area surrounding the work area shall be restored to its original condition prior to final inspection of this contract.
All debris and clean-up to be placed in vendor provided dumpster.
The contractor/vendor shall report to Robert Bradley (COR) Wayne Vanhoy (Maintenance Unit B Supervisor), or Kevin Milliken (Chief of Engineering).

WORK REQUIREMENTS
All materials, labor, travel, etc. to be furnished by contractor/vendors.
All work to be completed in a craftsmanship and safe manner.
All work to be completed in a reasonable time frame. Pricing is based on normal working hours, 6:45 AM till 5:00 PM Monday through Friday or scheduled after normal working hours to reduce operational interference.
STATEMENT OF WORK PART C - SUPPORTING INFORMATION
Place of Performance - Building 201 at the James H. Quillen VA Medical Center main campus at the corner of Lamont and Veterans Way, Mountain Home, TN, 37684.
Period of Performance - Performance needs to begin as soon as awarded and run for 123 days. Pricing is based on normal working hours or scheduled after normal working hours to reduce operational interference.
Special Considerations - Contractor must adhere to all OSHA and VA Medical Center construction safety policies and standards. Contractor's employees must view a short infection control video. Contractor's employees must sign in and out using a daily log provided by the VA. The log is in Building 37.
Contractor Furnished Materials - All labor, materials, and tools to complete the work identified. Contractor /vendor will supply copies of manuals, drawings, schematics, warranty information and any other related documents pertaining to this "statement of work".
Security Requirements -Contractor shall identify which employees will be
working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers, and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be always worn above the belt while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order. The Contracting Officer's Representative (COR) is responsible for the inspection of the work. The Contracting Officer's Representative will be identified by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.

Smoking Policy. The Contractor shall not allow smoking anywhere on the VA campus. The VA campus is smoke free.

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 Products and Commercial Services
FAR 52.252-1 for Solicitation Provisions Incorporated by references (FEB 1998)
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022)
FAR 52.204-7, System for Award Management (OCT 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 Products and Commercial Services. 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 Products and Commercial Services (DEC 2022)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018)
852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020)
852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small
Businesses (JAN 2023)
852.242-71 Administrative Contracting Officer (OCT 2020)
(End of Addendum to 52.212-4)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (June 2023)

The following subparagraphs of FAR 52.212-5 are applicable:
The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (NOV 2021)
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
52.233-3, Protest After Award (AUG 1996)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)

The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.204-14, Service Contract Reporting Requirements (OCT 2016)
52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022)
52.219-28, Post Award Small Business Program Representation (MAR 2023)
52.222-3, Convict Labor (JUN 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEP 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018)

The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

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 for Contractor Workers Under Executive Order 14026 (JAN 2022)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022)

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:
Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach:

The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government:

Factor 1: Technical Ability
The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical narrative, that describes the means and methods of successfully performing all work detailed in the SOW, to include the personnel being proposed to perform the work. Any training certifications for the repair of said equipment should be provided with quote.

Factor 2: Past Performance
Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. Searches in CPARS (Contractor Performance Assessment Reporting System), as well as Past Performance Questionnaires may be utilized.

Factor 3: Price
Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness.

Comparative analysis will be utilized to evaluate quotations. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.

All quoters shall submit the following:

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.

DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-4641 Revision Number 20 dated 08/04/2023 applies to this acquisition.

The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:
http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm

Quotes shall include the RFQ number (36C24923Q0585), the proposed unit price, the proposed extended price (for the base and all option years,) any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, Unique Entity Identifier (UEI) number, and business size status.

All information has been posted and there are no other documents available. Offers are to be submitted electronically to the Department of Veterans Affairs, Network Contracting Office 09 (NCO 09), Contract Specialist ATTN: James Moore, at james.moore20@va.gov no later than 10:00 a.m. Central Time on September 13, 2023. QUOTES SUBMITTED BY ANY OTHER MEANS WILL NOT BE ACCEPTED.

Late submissions will not be accepted!
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 06, 2023 08:40 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >