DOCUMENT
44 -- Boiler Improvements for Hudson Valley - Attachment
- Notice Date
- 4/2/2015
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24315N0585
- Response Due
- 4/6/2015
- Archive Date
- 4/16/2015
- Point of Contact
- John Redmond
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought announcement MUST be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses. Responses to this notice shall include: A.Company Name B.Address C.Point of contact D.Phone, fax, and email E.DUNS number F.Cage Code G.Tax ID Number H.Socioeconomic Status: "Service Disabled Veteran Owned Small Business "Veteran Owned Small Business "8(a) HUB Zone "Women Owned Small Business "SBA Certified Small Disadvantaged Business "SBA Certified 8(a) "SBA Certified HUB-Zone "Small Business "Other than Small Business I.Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below: Description: The VA-HVHCS, Montrose & Castle Point Campuses, is seeking to identify potential sources that can provide services for "Boiler Improvements for Hudson Valley." See the attached Statement of Work, Specifications and brochure information. The North American Classification System (NAICS) code for this acquisition is 811310 (size standard to be considered small business is 7.5 Million). This inquiry must meet or exceed all of the specs in the SOW. Please provide a capabilities statement and exactly what you can provide compared to the SOW. Please include specs and pictures (if possible). Performance Work Statement (PWS) Boiler Plant Safety Device Improvements Castle Point VAMC FDR-Montrose VAMC Department of Veterans Affairs VA-Hudson Valley HCS 1.Background Engineering Service (138) is committed and proudly serves the VA-HVHCS, Montrose & Castle Point Campuses, providing the best possible environment for health care to veterans and the highest standards of service to customers. We do this by improving and maintaining our physical structures and by providing the equipment, supplies, testing and preventive maintenance necessary to support excellence in health care. Without constant and vigilant care, equipment involving combustion or steam production under pressure, such as boilers and pressure vessels, can explode causing significant property damage; interrupt medical center operations and the provision of patient care, as well as causing injury and fatalities. The boiler plant is essential to the operation of the medical center providing steam, heating, cooling and hot water required for sanitation, food production and preparation, infection control, and a healthful environment for the delivery of health care. Boiler plant safety is dependent on: well-trained operators, supervised by a foreman or leader in boiler plant operations; properly-functioning safety equipment; proper operational procedures; well-maintained boilers and support equipment; and a commitment to continuous quality improvement. Fuel costs for the boilers are a significant portion of a medical center's utility expenditures. A recent review of 81 VHA boiler plants reported "every facility tested lacked proper safety devices, settings, or test procedures." It is VHA policy that each boiler plant be operated in a safe and economical manner in compliance with Department of Veterans Affairs (VA) standards and directives and national codes, such as the American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code and the National Fire Protection Association (NFPA) 85 Boiler and Combustion Systems Hazards Code. The procurement & service described herein is required to achieve the objectives as follow: 2.Objectives The purpose of this solicitation is to establish a firm fixed price contract with a qualified firm that can provide the necessary parts, material, supplies and labor to complete the work described herein, 3.Place of Performance Department of Veterans Affairs Hudson Valley Health Care System VAMC - Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 Building 35 Boiler Plant Department of Veterans Affairs Hudson Valley Health Care System VAMC-FDR-Montrose Campus 2094 Albany Post Road Montrose, New York 10548 Building 20 Boiler Plant 4.Project Points of Contact NAME: John Redmond, Contract Specialist Phone: 631-261-4400 COR - Peter Bambino, General Foreman-Castle Point Campus (COR) Engineering Phone: 845-831-2000 X 4765 Cell: 914-943-8682 5.Project Duration Once NOTICE TO PROCEED has been issued, the contractor has 45 calendar days to complete the project. Extensions will be granted for unforeseen conditions, and other factors outside of the contractor's control. 6.Environmental Issues There are no known environmental issues at the building site. If the contractor encounters any suspicious material, i.e., lead paint or asbestos; bring it to the attention of the project manager immediately. 7.Environmental Procedures The Contractor shall comply with the VA Sustainability and Green Environmental Management procedures. 8.Submittals All products specified are to establish a standard of quality. Submittal response by the government shall be 10 calendar days or less. Delays caused by the contractor will not warrant a time extension. After completion of all work, the Contractor shall submit to the project manager the manufacturer's specifications, instructions, and material specification sheets in original form. Additionally, the Contractor shall submit all inventory changes (removals, additions, upgrades, etc., and new condition codes) to the COR 9.Description: All devices shall be installed and inspected in accordance with manufacturers recommendations and the references listed herein. 10.Equipment The contractor shall provide all equipment associated with the entire project, operate in a safe manner and adhere to all OSHA and VA standards. 11.Equipment and Material Storage The contractor shall provide and store all equipment and the materials required to complete the project. The materials are required to be kept clean and dry throughout the duration of the project. 12. Contractor Use of the Premises A.During the period of the project, the contractor shall have access to the site only during Normal Business Hours Monday - Friday 8:00AM - 4:30PM excluding National Holidays unless prior approval is granted by the COR. B.All delivery will normally occur between the hours of 8AM - 4:30PM, Monday - Friday, excluding National Holidays as approved by VA. Other arrangements may be made with approval of the COR. C.All work shall be completed during Normal Business Hours unless prior approval is given by the COR. D.No on-site work shall be performed outside these hours or on holidays unless otherwise directed by the COR. E.The contractor will need to coordinate with the government COR to arrange access to the VA Medical Facility. F.The contractor shall make every effort to cause a minimum of damage to any area of the VAMC, any items that need to be moved during the course of the project, and any areas not included in this scope of work. Any damage caused shall be repaired at the contractor's expense. 13.Progress Meetings Progress meetings are not required for this project. The Project Manager/COR shall make periodic inspections of the work progress. 14.Protection of Public The buildings will continue to be used by tenants and the boiler plants will remain operational during the term of this contract. The contractor shall ensure the job site is protected from unauthorized entry. The building shall remain safe with access and egress for tenants. 15.Housekeeping The project site shall be kept in a neat, orderly, and safe condition at all times. The contractor shall provide enough containers for collecting construction debris and construction materials to be recycled. The contractor shall wet down dry materials and rubbish to prevent blowing dust and keep volatile wastes in covered containers. The contractor shall abide by the (ICRA) Infection Control Risk Assessment classification assigned by the VA-IC Nursing staff. 16.Material Removal The contractor shall provide dumpsters as necessary to handle any demolition or excess materials from the project. The location of these dumpsters will need to be coordinated with the COR at the start of the project. The contractor shall be responsible for the transportation of the waste material to a landfill as well as the disposal costs. The contractor shall not stockpile demolition debris for more than 48 hours. 17.Disposal Unless otherwise specified, all removed material becomes the property of the contractor and shall be disposed of outside Government facilities and land. The contractor shall dispose of refuse as necessary, in a legal manner, at a public or private dumping area. Document and provide to the Contracting Officer & COR the quantity of materials disposed of through recycling and through sanitary landfills (cubic yards or tons as appropriate). 18.Transportation and Deliveries The contractor shall arrange deliveries of materials in accordance with work schedules; coordinate with COR to avoid conflict with other tenants and other work conditions at the site. The contractor MAY use the loading dock near the work site. 19.Cleaning Before scheduling the final inspection, the Contractor shall accomplish six items: (1) Remove all tools, equipment, surplus material, and rubbish; (2) Restore or refinish, to original condition, surfaces that are damaged due to the work of this contract; (3) Remove grease, dirt, stains, foreign materials, and labels from finished surfaces; (4) Thoroughly clean building interiors; (5) Pickup all debris from the site; and (6) At the time of final inspection, project shall be thoroughly cleaned and ready for use. 20. Substantial Completion and Final Inspection When project, or designated portion of project is complete, request a final inspection. Upon receipt of request that project is substantially complete, the Contracting Officer will proceed with the inspection within ten days of receipt of request or will advise the contractor of items that prevent the project from being designated substantially complete. 21. Scope of Work The Contactor shall supply all supervision, labor, supplies, materials, equipment, tools, any and all incidentals to complete the work described here to ensure that the safety devices listed in tables "A" & "B" here in are removed, new devices installed, tested and verified as operational in accordance with the referenced codes, manuals, and equipment manufacturers' specifications. Table "A" Castle Point Plant: BoilerDeviceQty.Comments 3Non-recycle Steam High Pressure Limit Switch 1Replace 3Low Oil Pressure Limit Switch1Replace 3Low Atomizing Media Pressure Switch1Replace 3Fuel Oil Valve Proof of Closure Switch1Replace 3Gas Pressure Regulator1Replace 3Purge Air Proving Switch1Replace 1, 2, 3Remove Manual Isolation Valves3Remove or Lock Open 1Low Pilot Gas Pressure Switch1Replace 1, 2, & 3Low & High Gas Pressure Switches6Presently vent into boiler room. To comply with ASME CSD-1 replace with current technology switches with internal vent limiters. 3Low Pilot Gas Pressure Switch1Presently vent into boiler room. To comply with ASME CSD-1 replace with current technology switches with internal vent limiters. Table "B" FDR-Montrose Campus: BoilerDeviceQty.Comments 2, 3, & 4Combustion Air Pressure Switch3Replace 2 & 4Forced Draft Motor Interlocks2New Installation 2 & 3Low Oil Pressure Switch2Replace 2 & 3Gas Pilot Solenoid Valve2Replace 4High Oil Pressure Switch1Replace 4Non-Recycle Steam Pressure Switch1Replace 2Low Gas Pressure Safety Switch1Replace 2Atomizing Media Pressure Differential Switch1Replace 22.Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) VA shall allow contractor access to the sight to perform work. 23. SECURITY REQUIREMENTS: Contractor personnel are required to conform to VHA's security and privacy requirements as described below. Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers' license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The C&A requirements do not apply and that the Security Accreditation Package is not required. 24.Safety Codes / Certification / Licensing Current Edition of Boiler Plant Directive Current Edition of VA Boiler Plant Safety Device Testing Manual Current Edition of VA Boiler Efficiency Improvement Manual ASME, International Plumbing Code, NFPA, ASHRAE, OSHA, ASME, ANSI, Joint Commission, Management of the Environment of Care (EC) Standard.02.05.01, VHA Directive 7701, VHA Handbook 7701.1 25.Travel NONE Invoices submitted for payment of goods or services provided under this contract must contain, as a minimum the following information: (1) name of the business concern (2) invoice date (3) contract number or other authorization for delivery of property or services (4) Proper Purchase Order Number (5) description, price and quantity of property or services actually delivered or executed (6) shipping and payment terms (7) name where practicable, title, telephone number, and complete mailing address of responsible official to whom payment is to be sent, (8) other substantiating documentation or information as required by the contract (9) Invoice must be electronically submitted to the financial services center (FSC) using the VA approved methods as indicated below: VA's Electronic Invoice Presentment and Payment System-The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please go to this website: http://ob10.com/us/en/veterans-affairs-us/to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI web site (http://www.x12.org). Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/. All interested Offerors should submit information by e-mail (preferred) to John.Redmond2@va.gov or by mail Dept. of Veterans Affairs, Northport VA Medical Center, Network Contracting Office, (632/NCO), Bldg. 10 Room 216E Northport, NY 11768 Please include the RFQ (RFI) number, title of the project (Boiler Improvements for Hudson Valley), and company name. All responses are to be received NO LATER THAN Friday, April 6, 2015, 9AM EST. Please refrain from telephonic communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N0585/listing.html)
- Document(s)
- Attachment
- File Name: VA243-15-N-0585 VA243-15-N-0585.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958510&FileName=VA243-15-N-0585-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958510&FileName=VA243-15-N-0585-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-15-N-0585 VA243-15-N-0585.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958510&FileName=VA243-15-N-0585-000.docx)
- Record
- SN03688203-W 20150404/150403000831-a3c58ab863e133c4e2792be14c7d90fc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |