DOCUMENT
J -- Installation of new fuel oil tank monitor/alarm system - Attachment
- Notice Date
- 3/6/2016
- Notice Type
- Attachment
- NAICS
- 333913
— Measuring and Dispensing Pump Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24716Q0397
- Response Due
- 3/11/2016
- Archive Date
- 4/10/2016
- Point of Contact
- Dino LaRocca
- E-Mail Address
-
Dino.LaRocca@va.gov
(Dino.LaRocca@Va.Gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation: VA-247-16-Q-0397 Installation of new fuel oil tank monitor/alarm system Location: Ralph H. Johnson VA Medical Center, Charleston, SC. 29401. Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This solicitation is issued as a total SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code is NAICS 333913 Measuring and Dispensing Pump Manufacturing (size standard 500 Employees) Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. This requirement consists of the following: Installation of new fuel oil tank monitor/alarm system: See SOW 534-16-2-5088-0034 for specific requirement details. ITEMDESCRIPTIONQTYUNIT 0001INSTALLATION OF NEW VEEDER-ROOF FUEL OIL TANK CONTRACTOR SHALL PROVIDE ALL LABOR, TOOLS, EQUIPMENT AND MATERIALS NECESSARY TO INSTALL A NEW VEEDER-ROOT FUEL OIL TANK LEVEL MONITORRING SYSTEM IN ROOM C104A, FOR FOUR (4) TANKS AT THE RH JOHNSON VA MEDICAL CENTER, 109 BEE ST, CHARLESTON, SC, 29401, TO INCLUDE REMOVAL OF EXISTING PNEUMERCATOR FUEL OIL LEVEL MONITORING SYSTEM, REMOVAL AND REPLACEMENT OF EXISTING FUEL TANK PROBES, WIRING, ETC.1JB STATEMENT OF WORK Rev2 02/23/16 534-16-2-5088-0034 A.GENERAL INFORMATION 1.TITLE OF PROJECT: Replace fuel oil tank level monitor and alarm system 2.SCOPE OF WORK: The Contractor shall provide all labor (to include travel and per diem), tools, equipment and materials necessary to install a new Veeder-Root fuel oil tank level monitoring system in Room C104A, for four (4) tanks, as well as removal and replacement of existing fuel tank probes, wiring, etc. as found to be necessary. This Scope of Work includes removal of existing Pneumercator fuel oil level monitoring system. All work to be performed at the Ralph H. Johnson VA Medical Center (RHJ VAMC) located at 109 Bee Street, Charleston, SC 29401, contact telephone (843)789-6783. Local time is based on RHJVAMC location. 3.BACKGROUND: Current fuel tank level monitor and alarm system has failed, one tank level probe has failed, and cpu/printer board in system has failed. 4.PERFORMANCE PERIOD: The contractor shall complete the work required under this Statement of Work (SOW) within 60 days after date of award unless otherwise directed by the Contracting Officer (CO). 5.TYPE OF CONTRACT: Firm-Fixed price. B.GENERAL REQUIREMENTS These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to ensure that the equipment installed can be operated at full capacity for the foreseeable future. The desired fuel tank monitor and alarm system shall be a minimum of a Veeder-Root TLS-350 or equivalent, a Technical Evaluation Team will determine if Contractor's monitor and alarm system meets equivalency requirement. 1.Digital systems complete with all transducing, transmitting, and receiving devices, an onboard printer to provide complete report of all system functions upon command. System to be combined with leak detection system for central monitoring of fuel and water levels in all fuel oil storage tanks in the project, one (1) 8,000 gallon underground storage tank (UST), one (1) 10,000 gallon UST, two (2) 6,000 gallon above ground storage tanks (AST). The system will provide the following at a minimum: a.High and low level visual and audible alarms installed locally in the boiler plant outer office (C104A) with remote high level alarms installed in the boiler plant courtyard to prevent tank overfill (see B.5 below). b.Volumetric tank-tightness testing. 2.Fluid Level Monitor: a.Digital continuous readout, showing tank oil and water levels in gallons, smallest reading one gallon. Provide identification of product measured, measuring units, and the tank number. b.Tank and fuel characteristics contained in preprogrammed non-volatile field-replaceable databases. Protected power supply. 3.High and Low Fluid Level Alarm System: a.Automatic continuous on-line monitoring of all tanks including interstitial spaces. b.Visual and audible indicators combined with fluid level monitor. Identify the tank that is in alarm condition. c.Manual alarm test and silencing controls. d.Low level alarm actuation adjustable 0-25 percent of tank capacity. High level alarm actuation adjustable 75-100 percent of tank capacity. 4.Locate in C104A, all indicators, selector switches, local alarms on face of wall-mounted NEMA 250, Type 4 panel if not included as part of a package installation. 5.Remote Alarm Annunciator: a.Visual and audible high level alarms adjacent to tank fill box locations. Locate in NEMA 250 Type 4X weatherproof exterior wall or pole-mounted panels. b.Alarm shall include flashing red light with 180 degree visibility for each tank and 95 dB horn or 100 mm (4 inch) diameter bell. Provide alarm silence control. c.Provide identification sign: "WHEN ALARM SOUNDS - FUEL TANK FILLED TO CAPACITY - DO NOT OVERFILL". 6.Modbus communication to engineering control system to indicate tank fluid level and alarm conditions. Telephone modem communication capability. 7.System Performance: Accuracy plus or minus 2.5 mm (0.01 inch) of fluid height in inventory mode and 0.25 mm (0.001 inch) in leak detection mode. Automatic compensation for fluid temperature changes. Volumetric tank tightness sensitivity of 0.4 lph (0.1 gph). 8.Sensors: a.Provide sensor types such as magnetostrictive, capacitance, float, hydrostatic and other types as necessary for the applications. b.Apply in accordance with manufacturer's instructions with provisions for easy future replacement without need for excavation. c.Provide for each hydrostatic sensor a constant flow differential pressure regulator and pneumatic transmitter protected from fuel contamination. Air supply shall include filter and over-pressure protection. Provide desiccant-type dryer on air supply designed for removal of water vapor. Dryer rating, minimum 280 cubic liters per minute (10 scfm). Provide moisture indicator. Dryer may be deleted if air supply source has a refrigerated dryer. d.Float-type units shall be designed for installation and removal through a 100 mm (4 inch) diameter vertical pipe mounted in the top of the tank. 9.Underground Wiring and Piping: Enclose in water-tight corrosion-resistant conduit system sized and arranged as recommended by system manufacturer and conforming to Section 26 05 41, UNDERGROUND ELECTRICAL CONSTRUCTION (http://www.cfm.va.gov/TIL/spec.asp#25 or hard copy upon request). 10.Code Conformance: NFPA-70. C.CHANGES TO STATEMENT OF WORK Any changes to this Statement of Work (SOW) shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of the parties other than the CO shall be borne by the Contractor. D.REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the CO with a copy of any licenses and/or permits obtained. E.TRAVEL All work is to be conducted at the RHJ VAMC located at 109 Bee Street, Charleston, SC 29401, contact telephone (843)789-6783. The Contractor is responsible for any anticipated travel and per diem. F.GOVERNMENT RESPONSIBILITIES 1.The VA shall grant the Contractor access permission to all areas of the RHJ VAMC necessary to provide the services required under this contract. 2.Facilities will be available Monday through Friday from 07:00 to 17:30 local time exclusive of Federal Holidays unless CO authorizes work at other times in writing. G.CONTRACTOR EXPERIENCE REQUIREMENTS The Contractor shall be licensed to provide the services requested, and capable of providing the services specified above. The Contractor shall provide trained supervisory personnel, and trained technicians experienced in fuel tank monitor and alarm hardware/software installation. The Contractor will provide proof in writing of satisfactory completion of at least two (2) previous installations in similar facilities. The Contractor will meet all Federal, State and local laws and regulations as well as Safety Requirements during the installation. H.CONFIDENTIALITY AND NON-DISCLOSURE It is agreed that: 1.The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2.The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3.Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. I.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The C&A requirements do not apply, and that a Security Accreditation Package is not required. ~~~END SOW~~~ Pricing Information: 1.Include all costs of the job in the quote under CLIN 0001 JB. 2.New Equipment ONLY; NO remanufactured or "gray market" items. 3.All items must be covered by the manufacturer's warranty 4.Delivery: 60 Days-DTD (Award Date to Completion Date) OFFER SUBMISSION: Acceptable offer submission is job quote on standard company quote form inclusive of all costs. Place of Performance: Department of Veterans Affairs RHJ VA MC 109 Bee Street Charleston, SC. 29401 (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. The Government anticipates awarding a single award contract resulting from this solicitation to the lowest priced technically acceptable offer that is fair and reasonable and conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted/offered items. 2.Documentation confirming applicable business insurance certificate and employee certification and/or required license to perform the required work. 3.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a. (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xiii) n/a. (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than 24 hours before the solicitation ending date and time to Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. The solicitation number must be identified on all submitted questions. Questions received after this date and time will not be answered. (xv) Site Visit: A site visit is not contemplated at this time. (xvi) QUOTES/OFFERS ARE DUE Friday, March 11, 2016 at 3PM ET. Only electronic offers will be accepted. Submit offer/quotation to - Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. All offers must include the solicitation number "VA-247-15-Q-0397" in the subject line of the email. Quotes/offers received after this date and time will not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Dino LaRocca, NCO 7 Contract Specialist Dino.LaRocca@Va.Gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0397/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-Q-0397 VA247-16-Q-0397_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2600395&FileName=VA247-16-Q-0397-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2600395&FileName=VA247-16-Q-0397-000.docx
- File Name: VA247-16-Q-0397 RFQ VA247-16-Q-0397.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2600396&FileName=VA247-16-Q-0397-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2600396&FileName=VA247-16-Q-0397-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-Q-0397 VA247-16-Q-0397_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2600395&FileName=VA247-16-Q-0397-000.docx)
- Record
- SN04041141-W 20160308/160306233118-9b3ee0629115983b6e256ebc87454450 (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 |