J045--Services...Boiler Tuning (VA-23-00063366)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Vermont
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159151885848521
Posted Date: Sep 8, 2023
Due Date: Sep 14, 2023
Solicitation No: 36C24123Q1102
Source: Members Only
Follow
J045--Services...Boiler Tuning (VA-23-00063366)
Active
Contract Opportunity
Notice ID
36C24123Q1102
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 08, 2023 02:51 pm EDT
  • Original Date Offers Due: Sep 14, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 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:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    White River Junction VAMC 163 Veterans Drive White River Junction , VT 05001
    USA
Description
Combined Synopsis Solicitation White River Junction VAMC Annual Boiler Tuning Services
(i) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.
(iv) The Government intends to award a firm-fixed price award for Annual Boiler Tuning services at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(v) The Contractor shall provide all resources necessary for Annual Boiler Tuning services IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details.
(vi) The Place of Performance is White River Junction VAMC as described per the PWS.
(vii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
(viii) 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. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer 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 Monday, 11 September 2023 at 12:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(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.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021), 852.203-70 Commercial Advertising (MAY 2018), 852.219-73 VA Notice to Total Set-Aside for Certified Services-Disabled Veterans-Owned Small Business (JAN 2023), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020)
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Massachusetts Middlesex County WD #2015-4047 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62
(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 Monday, 14 September 2023 by 12:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted.
(xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov


PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Annual Boiler Tuning Contract Period: Base
1.00
YR
__________________
__________________
0002
Replace feed water system in Boiler #3
1.00
JOB
__________________
__________________
1001

Annual Boiler Tuning Contract Period: OY 1
1.00
YR
__________________
__________________
2001
Annual Boiler Tuning Contract Period: OY 2
1.00
YR
__________________
__________________
3001
Annual Boiler Tuning Contract Period: OY 3
1.00
YR
__________________
__________________
4001
Annual Boiler Tuning Contract Period: OY 4
1.00
YR
__________________
__________________


GRAND TOTAL
__________________






PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:

PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
Project Scope
1.VAMC WRJ VT has a dual fuel boiler plant which needs to be tuned annually. There are three boilers currently at VAMC WRJ 2 15,000 PPH Industrial Water Tube (IWT) Clever Brooks boilers and 1 - 6,000 PPH Clever Brooks Flex tube boiler with Industrial Combustion burners. There are three different fuel curves Air/Oil, Steam/Oil, and CNG on the two IWT boilers, and two curves on the Flex tube boiler Air/Oil, and CNG.
2.Boiler # 3 is in need of the feedwater system replaced. The current system is a Cleaver Brooks Level Master CBLME. The VA requires a similar system (does not have to be Cleaver Brooks) as a replacement. The new feedwater control shall be digital and able to provide direct level management.
3.The Contractor shall be responsible for all damages to persons or property that occurs because of the Contractor s fault or negligence.
4.Existing Site Conditions. The project will take place in an occupied healthcare facility and the survey / logging activities will need to be completed in such a way as to minimize impact to staff and patients.
Tasks and Requirements
General Contractor Requirements
5.Contractor shall provide all combustion analyzers (Calibrated) as well as performance data meeting or exceeding the following.
Turndown (ratio of maximum and minimum of firing rates) 10/1 8/1
Achieve, but do not exceed, boiler maximum steam flow output rating. Measure fuel input at minimum and maximum firing rates
Maximum Carbon Monoxide: 200 PPM throughout the firing rate
Flame shall be stable, with no pulsations, shall be retained near burner, no blowoff or flashback, no constant impingement on refractory or water tubes.
No visible smoke; must comply with local emissions regulations.
Must follow all Boiler Efficient Institute guidelines (Provided Locally)
Flue gas oxygen: 2.5 4.2% O2 (Up to 5.2% at loads below 40% of maximum steam output, no upper limit at minimum firing rate, Oxygen can be 1% point higher on Oil firing on single-point positioning systems)
Flue gas oxygen (low excess air burners): 1 2% (Up to 2,5% at loads below 40% of maximum steam output, no upper limit at minimum firing rate, Oxygen can be 1% point higher on Oil firing on single-point positioning systems)
1. Contractor must be a qualified burner technician with knowledge of Industrial Combustion burners a plus.
2. Contractor shall replace Boiler #3 feedwater system with a similar system which is currently installed. Contractor shall provide all start up and tuning for the new feedwater system.
3. The Boilers are in Building #2 VAMC WRJ VT 05009. The tuning shall be conducted to minimize impact to staff and patients. No IRCA will be needed. VA personal will maintain a constant and safe header pressure while coordinating with Contracting personal.
4. Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) or Resident Engineer (RE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule.
5. Contractor shall give a bid to include a Base plus four price.
6. Contractor and their employees shall be trained in the proper lock out / tag out procedures.
Period of Performance
Base + Four Option Years
Work Schedule
Normal working hours are from 7:30 AM to 4:30 PM, Monday thru Friday, no work should be performed after those hours.
In order to maintain schedule, work performed over the weekend, may be allowed. Contractor to coordinate these efforts with VA COR with a minimum 48-hour notice.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 08, 2023 02:51 pm EDTCombined 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 >