DOCUMENT
J -- HVAC Water Chillers Annual Maintenance Service Syracuse VA Medical Center - Attachment
- Notice Date
- 8/14/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- VISN 2 NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road Suite 3500;Cheektowaga, NY 14227
- ZIP Code
- 14227
- Solicitation Number
- 36C24218Q9862
- Response Due
- 8/24/2018
- Archive Date
- 10/23/2018
- Point of Contact
- Kimberly Wiatrowski
- E-Mail Address
-
Contract Specialist
(Kimberly.wiatrowski@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Preventative maintenance service to the York Chiller System located at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 Simplified Acquisitions, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9862. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This procurement is being issued as an open-market solicitation. The North American Industry Classification System (NAICS) code is 238220, Plumbing, Heating, and Air Conditioning Contractors, with a small business size standard of $14 million. (v) The Contractor shall provide pricing to provide factory certified preventative maintenance service to the York Chiller System at the VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210 for a base year with provision of four (4) option years. The chiller system consists of the following equipment. A) Centrifugal Chiller Specifics: Manufacturer York Model YKKQK4H9-CUG5 Serial Numbers Chiller 1: SEW-70VPP Chiller 2: SEWM-602270 Chiller 3: SEWM-590650 Chiller 4: SEWHE-598010 B) Air Cooled Screw Chiller Specifics Manufacturer York Model #: YCIV022VA46VABSXT Serial # Unit 1: SFWM-618820 Serial # Unit 2: SKWM716080 See Attached Price Schedule (vi) Description of requirement Statement of Work (SOW): The contractor shall provide all parts and labor identified in the SOW. Statement of Work Air Cooled and Water Cooled Chiller Maintenance VAMC- Syracuse 1. SCOPE Contractor shall furnish all parts and labor to provide factory certified preventative maintenance service to the York Chiller System at the VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. The chiller system consists of the following equipment. A) Centrifugal Chiller Specifics: Manufacturer York Model YKKQK4H9-CUG5 Serial Numbers Chiller 1: SEW-70VPP Chiller 2: SEWM-602270 Chiller 3: SEWM-590650 Chiller 4: SEWHE-598010 B) Air Cooled Screw Chiller Specifics Manufacturer York Model #: YCIV022VA46VABSXT Serial # Unit 1: SFWM-618820 Serial # Unit 2: SKWM716080 2. Contractor shall provide all labor, parts, tools and equipment necessary to: A) Centrifugal Chillers: For each of four units 1. Provide three (3) operational maintenance services per unit, as defined by York manufacturing recommendations. Service will include: Review control panel for proper operation and recorded fault histories Check for proper condenser and chilled water flow Check system pressures and temperatures Check refrigerant levels Check intercooler level Check compressor oil level(s) Check capacity control and linkage Check for proper oil temperature and pressure Lubricate motor bearings (per manufacturer's recommendations) Visually inspect for refrigerant and oil leaks Check for unusual noise and vibration Check overall condition of unit Record oil level in seal oil bottles Check for proper operation of oil return system Record and log all operating parameters 2. Provide annual condenser tube brushing, via removal and replacement of one head only, in compliance with manufacturer recommendations. Service shall include: Isolate tubes Drain water from tubes Remove head Mechanically brush tubes Replace gasket Replace head 3. Provide annual comprehensive preventative maintenance service, oil sample and analysis; in accordance with manufacturer recommendations Review control panel for proper operation and recorded fault histories Conduct refrigerant leak check Check compressor oil level(s) Change oil filters (isolation valves must be present and functional) Change oil educter filter dryer (isolation valves must be present and functional) Lubricate and check capacity control and linkage Verify oil heater operation Check and tighten electrical connections Perform preventative procedures to flow proving devices Check for unusual noise and vibration Check overall condition of unit 4. Provide annual vibration analysis, in accordance with manufacturer s recommendations. 5. Provide eddy current analysis, in accordance with manufacturer s recommendations. This is to be done in base year and option year #3 only. B) Air Cooled Screw Chillers 1. Provide three (3) operational maintenance services per unit, as defined by York manufacturing recommendations. Service will include: Review control panel for proper operation and recorded fault histories Check for proper chilled water flow Check system pressures and temperatures Check refrigerant charge (sight glass) Check oil separator level Check for proper capacity control operation Check for proper oil temperature and pressure Check for visual signs of refrigerant/oil leak(s) Check for unusual noise and vibration Check for proper condenser fan operation Check overall condition of unit Record and log all operating parameters 2. Provide annual condenser coil cleaning, in compliance with manufacturer recommendations. 3. Provide annual comprehensive preventative maintenance service, oil sample and analysis; in accordance with manufacturer recommendations. Service will include: Review control panel for proper operation and recorded fault histories Check for visual signs of refrigerant/oil leak(s) Conduct refrigerant leak check Check oil separator level Verify oil heater operation Perform lock-out and tag-out procedure Inspect condenser fan and compressor contactors for wear Check and tighten electrical connections Perform preventative procedures to flow proving devices Check for unusual noise and vibration Check overall condition of unit Oil Analysis - Remove sample in approved container, drop off for analysis, provide report indicating present operating conditions 4. Provide annual vibration analysis, in accordance with manufacturer s recommendations. 5. Provide eddy current analysis, in accordance with manufacturer s recommendations. This is to be done in base year and option year #3 only. C) Provide service reports of all service performed, to include operational and comprehensive preventative maintenance and annual services, vibration and eddy current analysis reports and recommendations. Service reports shall include a summary of service performed, labor hours and refrigerant added/removed (if applicable). D) Contractor shall remove all debris and material following completion of the work and at the end of each work day. Contractor shall coordinate with the COR before temporarily storing any material or tools on site. Upon arriving at the installation, the Contractor shall report to the COR or designated representative, Facility Management Service, Building No. 2, before and after performance of service, providing evidence of service performed. TERM AND RENEWAL OPTION The estimated period of performance of this contract will be October 1, 2018 through September 30, 2019 with the provision of four (4) option years. HOURS OF WORK On-site work required in the performance of this requirement shall be performed during the Medical Center s regular administrative working hours, 8:00am to 4:30pm, Monday through Friday, exclusive of Federal holidays. At the request of the Contractor, work at other times shall be scheduled, coordinated, and approved by the Contracting Officer s Representative (COR) and performed at no additional cost to the government. SAFETY REQUIREMENTS The Contractor shall adhere to VA safety regulations and OSHA in performance of this requirement The Contracting Officer or his/her designee will notify the contractor of any noncompliance with stated safety regulations and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 1) Solicitation number for this requirement as 36C24218Q9862 2) Name, address and telephone number of offeror 3) Technical description of services to be performed in accordance with the Statement of Work 4) Terms of any express warranty, if applicable 5) Price 6) Acknowledgement of any solicitation amendments 7) Past performance information 8) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors Factor 1 Technical Capability: The Offeror shall provide a maximum of a 10-page capability statement demonstrating technical Capability to meet all the requirements of the Statement of Work. Offeror must have trained personnel and equipment to service and provide factory certified preventative maintenance service to the York Chiller System located at the Syracuse VA Medical Center, technical capability statement must address the requirements identified in the scope of work. Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. The Government reserves the right to make award without discussions. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NOT ACCEPTABLE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds for the Next Fiscal Year (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-14 Limitations on Subcontracting (JAN 2017) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act (SCA) of 1965 does apply to this procurement. (xiv) N/A (xv) This is an open-market combined synopsis/solicitation, the government intends to award a firm fixed price purchase order in accordance with FAR parts 12 and 13, as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" The Quoter shall list exception(s) and rationale for the exception(s). Quotes are required to be received NO LATER THAN 10:00 AM EST, August 23, 2018. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. RFI s will not be accepted after August 20, 2018 10:00 am EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via email to Kimberly Wiatrowski, Contract Specialist, 585-297-1460 x 72467; Kimberly.wiatrowski@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q9862/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9862 36C24218Q9862.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541938&FileName=36C24218Q9862-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541938&FileName=36C24218Q9862-000.docx
- File Name: 36C24218Q9862 Price Schedule HVAC.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541939&FileName=36C24218Q9862-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541939&FileName=36C24218Q9862-001.xlsx
- File Name: 36C24218Q9862 15-4163 Syracuse Wage Determination.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541940&FileName=36C24218Q9862-002.txt)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541940&FileName=36C24218Q9862-002.txt
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9862 36C24218Q9862.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541938&FileName=36C24218Q9862-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Syracuse VA Medical Center;Biomed;800 Irving Avenue;Syracuse, NY
- Zip Code: 13210
- Zip Code: 13210
- Record
- SN05035844-W 20180816/180814231138-4ff04d44bfac8f96b260f48e79d00d61 (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 |