Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
DOCUMENT

J -- TRANE CHILLER PM SERVICE / TIER EVALUTION PLEASE READ SOLICITATION THOROUGHLY - Attachment

Notice Date
8/21/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24718Q9552
 
Response Due
9/24/2018
 
Archive Date
10/4/2018
 
Point of Contact
Cynthia Machuca
 
E-Mail Address
6-4000<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9552 Posted Date: August 21, 2018 Original Response Date: September 5, 2018 at 11:00 A.M. Current Response Date: Product or Service Code: J041 Maintenance, Repair, and Rebuilding of Equipment. Refrigeration, Air Conditioning, and Air Circulating Equipment. Set Aside (SDVOSB/VOSB): Tier Evaluation NAICS Code: 238220 Plumbing, Heating, and Air-Conditioning Contractors Contracting Office Address WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q9552. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15.0 MILLION. The WJB Dorn VA Medical Center is seeking to purchase TRANE CHILLER PREVENTIVE MAINTENANCE, CALIBRATION, AND REPAIR SERVICE. This service is required to provide Quarterly Preventive Maintenance and Repair Services on Fire (5) Trane Chiller Systems. This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 2 offers. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 3 offers. Tier 3: HUBZone & 8(a) Small Business concerns Offers, if any will be evaluated. If no offers were submitted by HUBZone & 8(a) concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 4 offers. Tier 4: All other Small Business concerns - Offers, if any will be evaluated. If no offers were submitted by any Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, then the solicitation will be cancelled and the requirement resolicited. All interested companies shall provide Quotations for the following: Statement of Work TRANE CHILLER PM SERVICE 1. REQUIREMENT: Requirement is for a firm-fixed priced Preventive Maintenance Service to be conducted on five (5) Trane Chillers located at WJB Dorn VA Medical Center, Columbia, South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: The period of performance shall for a Base Year and the possibility of four (4) one-year Option Years. Base Year December 1, 2018 through November 30, 2019 Option Year 1 December 1, 2019 through November 30, 2020 Option Year 2 December 1, 2020 through November 30, 2021 Option Year 3 December 1, 2021 through November 30, 2022 Option Year 4 December 1, 2022 through November 30, 2023 Normal hours of operations are Monday through Friday from 8:00 a.m. till 4:30 p.m. Excludes weekends and Federal Holidays. No overtime is authorized at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. The Contractor shall ensure proper check-in and check-out procedures are followed during each visitation to the facility. Record entry into the Engineering Control Center (ECC ) Log Obtain Identification Badge/Tag upon arrival which is to be worn on the front shirt of each personnel, clearly visible at all times. The Contractor shall provide all materials, supplies, equipment, labor, and transportation necessary to conduct Inspections and Maintenance servicing of five (5) Trane Chillers to include but not limited to: Oil Oil Filters Gaskets and/or O-rings Nitrogen Sight Glass Refrigerant Filters INSPECTION AND MAINTENANCE SCHEDULE The Contractor shall perform Inspections and Maintenance according to the following schedule: One Shutdown Inspection and Maintenance in conjunction with Customer schedule. One Operational Inspection in conjunction with Customer schedule. Two Quarterly Inspections in conjunction with Customer schedule. ANNUAL INSPECTION AND MAINTENANCE The Contractor shall conduct Safeties and Controls check are conducted to ensure proper operations at all times as follows. Check and Calibrate all Safety and Operating Controls including, but not limited to: Low Chilled Water Safety and Temperature Controller Low Refrigerant Supply High Condenser Pressure Safety Low Oil Pressure Failure Safety Chilled Water Flow Switch and Interlocks Condenser Water Flow Switch and Interlocks Starter Anti-Recycler Timer Main Control Calibrate Pressure Transducers, if applicable The Contractor shall verify proper operation of all electronic components, check operation of vane positioner (lubricate as required), inspect wiring, ensure all connections are tight, test all indicator and alarm lights are functioning properly. STARTER REQUIREMENT: Meg Motor Record Readings Inspect Wiring and Connections for signs of overheating, ensure all connections are tight. Check Contactors for wear Check Dash Pots and add Oil where needed PURGE UNIT REQUIREMENT: Service and inspect purge unit including: Compressor Oil change, if applicable Replace Purge Filters and Gaskets Clean Condenser Record Purge Pump Out Timer Test for proper operation LUBE SYSTEM REQUIREMENT: Inspect Condition of Starter Meg Oil Pump Motor Record Readings Ensure all Connections are Tight Verify operation of Oil Heater, check and tighten leads Verify operation of Oil Cooler, where applicable Clean Oil Cooler Strainer Change Oil Filter and Gasket Change Oil, if recommended by Oil Analysis Change the Oil By-Pass Filter if installed Verify proper Oil Level Take Oil Sample for Oil Sample and submit to approved lab for analysis of acid content Moisture content and wear of each Metal Content Provide Written Report with: Results Allowable Parameters Test Method used and recommendations HEAT EXCHANGER REQUIREMENT: Visual Inspect Condenser Tubes. Contractor shall remove and re-install water box heads Refrigerant Leak Test: Low Pressure Machines (R-l 1, R-123) will be leak tested with service pressurizing tool High Pressure Machines (R-22, R-134a, R-407c, etc.) with be leak tested with proper Refrigerant Gas Analyzer OPERATIONAL INSPECTIONS: The Contractor shall ensure: Review Log, Record Operating Pressures, Temperatures, Voltages and Amperages Verify Accuracy of Gauges and Thermometers Check, Adjust and Record all Operating and Safety Controls Leak Check Entire System, Repair Minor Leaks Ensure Refrigerant and Oil are at proper levels Check Purge Unit Operation and Condition Review any problems or unusual operating conditions with Operator Instruct Operator as required Supply Full Inspection Report and Log Take Oil sample and submit to approved Lab for Analysis of Acid content, Moisture content and Wear of each Metal content Provide Written Report with the following data: Results Allowable Parameters Test Method used and recommendations Line Item Description Quantity Unit Price Total Price BASE 0001 QUARTERLY PREVENTIVE MAINTENANCE, CALIBRATION, AND REPAIRS FOR FIVE TRANE CHILLER SYSTEMS 4 JB 0002 UTILIZED ONLY FOR REPLACEMENT PARTS REQUIRED FOR REPAIRS AND REPLACEMENT OF PARTS. THIS CLIN SHALL BE ADJUSTED YEARLY BASED ON UTILIZATION. 1 JB $5,200.00 OPTION 1001 QUARTERLY PREVENTIVE MAINTENANCE, CALIBRATION, AND REPAIRS FOR FIVE TRANE CHILLER SYSTEMS 4 JB 1002 UTILIZED ONLY FOR REPLACEMENT PARTS REQUIRED FOR REPAIRS AND REPLACEMENT OF PARTS. THIS CLIN SHALL BE ADJUSTED YEARLY BASED ON UTILIZATION. 1 JB $5,200.00 OPTION 2001 QUARTERLY PREVENTIVE MAINTENANCE, CALIBRATION, AND REPAIRS FOR FIVE TRANE CHILLER SYSTEMS 4 JB 2002 UTILIZED ONLY FOR REPLACEMENT PARTS REQUIRED FOR REPAIRS AND REPLACEMENT OF PARTS. THIS CLIN SHALL BE ADJUSTED YEARLY BASED ON UTILIZATION. 1 JB $5,200.00 OPTION 3001 QUARTERLY PREVENTIVE MAINTENANCE, CALIBRATION, AND REPAIRS FOR FIVE TRANE CHILLER SYSTEMS 4 JB 3002 UTILIZED ONLY FOR REPLACEMENT PARTS REQUIRED FOR REPAIRS AND REPLACEMENT OF PARTS. THIS CLIN SHALL BE ADJUSTED YEARLY BASED ON UTILIZATION. 1 JB $5,200.00 OPTION 4001 QUARTERLY PREVENTIVE MAINTENANCE, CALIBRATION, AND REPAIRS FOR FIVE TRANE CHILLER SYSTEMS 4 JB 4002 UTILIZED ONLY FOR REPLACEMENT PARTS REQUIRED FOR REPAIRS AND REPLACEMENT OF PARTS. THIS CLIN SHALL BE ADJUSTED YEARLY BASED ON UTILIZATION. 1 JB $5,200.00 Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor "in relationship of this requirement, and (3) past performance.     Basis of Award I. BASIS FOR AWARD Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low-priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (WHEN BIDDING UNDER TIER 1 OR TIER 2). Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Cost Analysis s may be performed by the Contracting Officer. Technical Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance Must provide a minimum of two (2) past performance experiences related to purchase in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: "Lowest Price, Technically Acceptable" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. III. RATING TABLE The following table will be used for each bid offer received in order to score each factor as to whether it is determined to be Acceptable or Unacceptable. REQUIREMENT: _______________________________________ SOLICITATION: _______________________________________ OFFEROR: _______________________________________ LPTA PRICE: _______________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN VIP SDVOSB AND VOSB REGISTERED IN SAM TECHNICAL CAPABILITY PAST PERFORMANCE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219-14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 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] 52.222-41, Service Contract Labor Standards [MAY 2014] 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) [MAY 214] 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] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-5, Evaluation of Options [JUL 1990] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed Technical Capabilities Statement in Reference to the Requirement Past Performance This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers 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:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:00 A.M. SEPTEMBER 5, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9552/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9552 36C24718Q9552.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553533&FileName=36C24718Q9552-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553533&FileName=36C24718Q9552-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05047928-W 20180823/180821231217-ab30f25343c843664374661a615843a9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.