DOCUMENT
43 -- MRI Chill Water Boost Pump - Attachment
- Notice Date
- 8/3/2018
- Notice Type
- Attachment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;New Orleans LA 70112
- ZIP Code
- 70112
- Solicitation Number
- 36C25618U0140
- Response Due
- 8/10/2018
- Archive Date
- 11/8/2018
- Point of Contact
- Debra James
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- MRI CHILL WATER PUMP Southeast Louisiana Veterans Health Care System New Orleans, LA 70119 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR 12.6) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No gray market items are allowed please submit your authorized distributor letter no pass throughs are allowed. Please submit a copy of the authorized distributor s letter from the manufacturer to verify that the vendor is an authorized distributor of the product/service they are providing. Solicitation number 36C25618U0140 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. Offers are due no later than August 10, 2018 by 12:00 p.m., Central Local Time (CST), New Orleans, LA. This solicitation is set aside 100 % for Service Disabled Veteran Owned Small Businesses. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Owned Small Business to install 1 new chill water boost pump, 1 pump motor controllers and valves to the existing two(2) MRI chill water pump system located at the SLVHCS. This acquisition is Set Aside 100% Service Disable Veteran Owned Small Business. NOTE: All documentation submittal due times are Central local time (New Orleans, Louisiana). SECTION A. SUPPLEMENTAL INFORMATION TO OFFERORS SECTION B STATEMENT OF WORK/ Price and Cost Schedule SECTION C CLAUSES/PROVISIONS SECTION E EVALUATION FACTORS SECTION A SUPPLEMENTAL INFORMATION TO OFFERORS 2. The Statement of Work within this solicitation is a non-negotiable document. Offers/quotes shall not include edits, revisions, additions, deletions, alterations, or track change comments to the Statement of Work. 3. NAICS code is 237110. 4. Contract Type and Period of Performance: Upon award, contract will be a Firm Fixed Price contract. The contract will consist of Contract Line Items (CLINs) for MRI Chill Water Pump to install 1 new chill water boost pump for the SLVHCS. Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal Street, New Orleans, LA 70119 by August 30, 2018. Contractor shall install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. Installation and completion of all work will be coordination between Contracting Officer Representative and contractor. Please read the Statement of Work in its entirety and the price/cost schedule for the quantities. 5. Compensation for Services Rendered: Please include your pricing in the Price/Cost Schedule Section B 2. Quotes shall include a total Firm Fixed Price for CLIN 0001 per Section B.2, Price/Cost Schedule. 6. Invoicing Procedures: Offeror to submit invoices in arears after completion of all work and deliverables. Please see completed list of all items within the Price/Cost Schedule. See VAAR Clause 852.232-72, Electronic Submission of Payment Requests for invoicing procedures. 7. System for Award Management (Sam) Registration/Contractor Responsibility All Contractors are required to be actively registered in the System for Award Management (SAM). (SAM Website: www.sam.gov). Registration in SAM is a requirement to do business with the Federal Government and registration in SAM shall be maintained throughout the performance of the contract. 8. Modifications: Contracting Officers within the networking contracting office issuing the contract, only, may issue modifications to the contract. Distribution will be made via email. No hard copies will be distributed. 9. Please note the requirements of FAR provision 52.212-3. Prospective Contractors shall complete electronic annual representations and certifications at www.sam.gov in conjunction with required registration in the SAM database. Representations & Certifications must be completed and/or updated by the date and time offers are due. 10. Working hours are between 08:00 am 04:30 pm, Monday through Friday. All federal holidays excluded. Any work outside of normal working hours must be pre-approved by the CO and COR. Federal holidays are available at the Federal Holiday OPM Site. 11. Proposal Total Firm Fixed Price: 12. Solicitation Questions The specific requirements for this solicitation are outlined in the Statement of Work. Questions concerning this solicitation shall be submitted in writing only. (Questions will not be answered or addressed telephonically). Questions shall be submitted via electronic mail (e-mail) to: debra.james3@va.gov. 13. SITE VISIT: Site visit is scheduled August 8, 2018 @10:00am to give all potential vendors an opportunity to view the work area. This will be the only opportunity to attend the site visit there will be no make-up site visits. Photography is not permitted during the site visit and training will not be provided or conducted during the site visit. Please email your name and company s name to Tony.Clark@va.gov. or Mrs. James debra.james3@va.gov by August 7 before 2:00pm. Also, any site visit questions should be email to Tony.Clark@va.gov or debra.james3@va.gov by August 7 before 2:00pm. Any questions during or after the site visit, should be email to: debra.james3@va.gov. It is also recommended that attendees be punctual and arrive 10 to 15 minutes prior to the start time to allow for unexpected delay or occurrences. The site visit is expected to start on time(10:00am CST). No special accommodations will be made for late arrivals. The site visit will last from 10:00am to 11:30am (1.5 hrs). Site Visit Date: August 8, 2018 @ 10:00am CST Location: 2400 Canal Street, New Orleans, La 70119 Contractor Meeting Point: On the day of the site visit, contractors shall meet at the following location (i.e. the rallying point). The rallying point is located at Southeast Louisiana Veterans Healthcare 2400 Canal Street, New Orleans, La 70119 (the welcome desk is the rallying point). Mr. Clark or Mrs. James will email vendors where to park. Therefore, it is important that you email Mr. Clark/Mrs. James with name and your company s name to attend the site visit by or before August 7 @2:00pm. Uniform: The site visit will be conducted in an industrial setting. Formal, semi-formal, business attire and business casual dress is not recommended. While it is not anticipated that attendees will get dirty during their participation in the site visit, it is recommended that an appropriate attire suited for an industrial setting is acceptable. Vendor questions concerning the work will not be answered during the site visit. However, questions should be emailed to the contracts specialist: debra.james3@va.gov by August 9, 2018 10:00am. All questions are to be written and sent via email debra.james3@va.gov and answers will be published via amendment FedBizOpps to the solicitation. 14. Amendments to Solicitation Amendments to this solicitation shall be posted on FedBizOpps only (Website (www.fbo.gov). It is the responsibility of the contractor to monitor any updates via www.fbo.gov for any amendments to this solicitation. All questions and answers will be published via an amendment. SECTION B 1. STATEMENT OF WORK MRI Chill Water Pump GENERAL: Contractor shall install 1 new chill water boost pump, 1 pump motor controllers and valves to the existing two (2) MRI chill water pump system. The pump and valves shall be rated the handle the system operation pressures. The pump and valves shall be located on the floor of the each MRI Chill Water Equipment Room. The location of the pumps will be determined by the COR of the project. The contractor shall remove existing chill water boost pump to the floor of the MRI Chill Water Equipment Rooms. The contractor shall re-route the electrical wiring for the old pumps to the new location in the equipment room. Contractor will be allowed to install the new chill water pump and valves before relocating the old chill water pumps and valves to the new location. The MRI unites at a time so there is no interruption in cooling operation to the units. Scope of Work: Contractor shall follow all lock-out and safety procedures while work is in progress at all times. Contractor will install the new chill water pump, pump controller and valves on the floor of the designated area that is authorize by the COR. Contractor shall pull electrical wire from the closes power panel to the MRI equipment room for the new pumps to be installed. The contractor shall install disconnect boxes for each pump in the equipment rooms. Contractor shall install the correct wiring size for the new MRI Pump per manufactory recommendation. Contractor shall protect the floor and chillers from grinding and welding slag. Contractor will flush all newly installed piping to be free of any debris and sediments. Contractor will make sure the newly installed pump and valves are function correctly before removing the existing pump. Contractor must get approval from the COR prior to placing the old pump out of service. Contractor shall remove existing old chill water pump and valve to the new location of the new pump system located on the floor. Contractor may use existing wiring if wiring is long enough to be reused. If not, the contractor will have installed new wiring for the pump controller to the pump. Contractor shall install temporary bracing to prevent piping from sagging or pipe dropping. Contractor shall flush piping and check weld and valves for leaks by using approve methods. Contractor shall refill system. Contractor shall test the system and valves for leaks. Contractor shall demonstrate that the new isolation valves installed do not leak-by. Contractor shall repeat these steps for the remaining MRI room. DELIVERY LOCATION: Southeast Louisiana Veterans Health Care System. Central Energy Plant Att: Tony Clark COR 2400 Canal Street New Orleans, La 70119 HOURS OF DELIVERY: Normal hours of delivery are Monday through Friday from 7:00 a.m. to 4:00 p.m., excluding holidays. All delivery shall be performed during normal hours unless requested or approved by COR or his designee. Federal Holidays observed by the VAMC are: New Years Day, Martin Luther King, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. WARRANTY: Contractor shall warrant the supplies for two year from the date the Government makes the final acceptance of supplies. PERIOD OF PERFORMANCE: Delivery by August 30, 2018 and completion of work will be coordinated between Contracting Officer Representative and Contractor. B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Contractor shall install 1 new chill water boost pump, 1 pump motor controllers and valves to the existing two (2) MRI chill water pump system. The pump and valves shall be rated the handle the system operation pressures. GRAND TOTAL __________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618U0140/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618U0140 36C25618U0140.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526186&FileName=36C25618U0140-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526186&FileName=36C25618U0140-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618U0140 36C25618U0140.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4526186&FileName=36C25618U0140-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, La
- Zip Code: 70119
- Zip Code: 70119
- Record
- SN05019640-W 20180805/180803230735-2da5cc63366a09d52df5ef8e48b3639e (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 |