DOCUMENT
J -- BOILER PLANT MAINTENANCE SERVICES - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- 36C25718Q9839
- Response Due
- 8/27/2018
- Archive Date
- 9/10/2018
- Point of Contact
- Charles L. Brown, Jr., Contract Specialist
- E-Mail Address
-
Charles.brown9@va.gov
(Charles.brown9@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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. Solicitation number 36C25718Q9839 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is Total Small Business Set-Aside. The NAICS is 811310. In accordance with FAR 52.219-6, any Small Business submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.sam.gov) upon submission of quote. Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The Sam Rayburn Memorial Veterans Center intends to award an annual service contract with two (2) option years to a qualified vendor with the capability and capacity to provide personnel, transportation, materials, supplies, and labor to accomplish annual preventative maintenance and emergency service on two 400HP Superior Industries firetube boilers, Model 7-5-2000 and one 200HP Superior Industries boiler, Model 7-5-1000 using Preferred Industries burner controlled management system. Our systems consist of the following types of equipment and controls: Preferred Utilities, Calorex, Ashcroft, Magnatrol, Maxon, Etter Eng. Corp., Dan Foss and Preferred Instruments. We require Best Value 35% technical ability (certifications, training, experience, etc.), 35% past performance (references) and 30% costs. Our systems consist of the following types of equipment and controls: Preferred Utilities, Calorex, Ashcroft, Magnatrol, Maxon, Etter Eng. Corp., Dan Foss and Preferred Instruments. We require Best Value 35% technical ability (certifications, training, experience, etc.), 35% past performance (references) and 30% costs. All testing is to be accomplished in accordance with the most current version of the VHA Boiler Plant Safety Device Testing Manual. All testing must be documented utilizing the testing documents in the Boiler Plant Safety Device Testing Manual (Included in attached Boiler Plant Safety Device Testing Manual) and copies provided to, and any discrepancies notated and communicated to the Boiler Plant operator on duty at the time of discovery. Contractor shall cover all costs for calibrations of gauges, transmitters and controls including shipping handling and postage. All materials, parts and supplies for corrective and emergency maintenance are to be paid for by the VA. Upon approval and funding the contractor can provide all parts or materials necessary for repair/s. All used parts are to be turned over to the VAMC for evaluation. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained during assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. All questions must be emailed to Charles.Brown9@va.gov, no later than Monday, August 27, 2018 10:00AM CST. The subject line must specify 36C25718Q9839. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received no later than Monday, August 27, 2018, 10:00AM CST. Email your quote to Charles.Brown9@va.gov. The subject line must specify 36C25718Q9839. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 ANNUAL MAINTENANCE CONTRACT FOR BOILER PLANT / PROVIDE LABOR AND SUPPLIES FOR BOILERS Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 1.00 YR $ $ 1001 SEMI-ANNUAL PM SERVICE CONTRACT FOR THE BOILER PLANT (BOILERS) Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 1.00 YR $ $ 2001 QUARTERLY PM SERVICE FOR BOILER PLANT (BOILERS)Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 1.00 YR $ $ 3001 EMERGENCY REPAIR SERVICE FOR THE BOILER PLANT (BOILERS) Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 1.00 YR $ $ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 ANNUAL MAINTENANCE CONTRACT FOR BOILER PLANT / PROVIDE LABOR AND SUPPLIES FOR BOILERS Period: OY: 1 POP Begin: 10-01-2019 POP End: 09-30-2020 1.00 YR $ $ 1002 SEMI-ANNUAL PM SERVICE CONTRACT FOR THE BOILER PLANT (BOILERS) Period: OY: 1 POP Begin: 10-01-2019 POP End: 09-30-2020 1.00 YR $ $ 2002 QUARTERLY PM SERVICE FOR BOILER PLANT (BOILERS)Period: OY: 1 POP Begin: 10-01-2019 POP End: 09-30-2020 1.00 YR $ $ 3002 EMERGENCY REPAIR SERVICE FOR THE BOILER PLANT (BOILERS) Period: OY: 1 POP Begin: 10-01-2019 POP End: 09-30-2020 1.00 YR $ $ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 ANNUAL MAINTENANCE CONTRACT FOR BOILER PLANT / PROVIDE LABOR AND SUPPLIES FOR BOILERS Period: OY: 2 POP Begin: 10-01-2020 POP End: 09-30-2021 1.00 YR $ $ 1003 SEMI-ANNUAL PM SERVICE CONTRACT FOR THE BOILER PLANT (BOILERS) Period: OY: 2 POP Begin: 10-01-2020 POP End: 09-30-2021 1.00 YR $ $ 2003 QUARTERLY PM SERVICE FOR BOILER PLANT (BOILERS)Period: OY: 2 POP Begin: 10-01-2020 POP End: 09-30-2021 1.00 YR $ $ 3003 EMERGENCY REPAIR SERVICE FOR THE BOILER PLANT (BOILERS) Period: OY: 2 POP Begin: 10-01-2020 POP End: 09-30-2021 1.00 YR $ $ GRAND TOTAL $ ________________________________ Title: Provide preventive maintenance and emergency repair service at VAMC Bonham, TX., 1201 E. 9th St., Bonham, TX., 75418 on two 400HP Superior Industries Model 7-5-2000 and one 200HP Superior Industries Model 7-5-1000, power boilers with Preferred Industries burner controlled management system. Scope of Work: Provide, personnel, transportation, materials, supplies, and labor to accomplish annual Preventive Maintenance and emergency service on two 400HP Superior Industries firetube boilers, Model 7-5-2000 and one 200HP Superior Industries boiler, Model 7-5-1000 using Preferred Industries burner controlled management system. Our systems consist of the following types of equipment and controls: Preferred Utilities, Calorex, Ashcroft, Magnatrol, Maxon, Etter Eng. Corp., Dan Foss and Preferred Instruments. We require Best Value 35% technical ability (certifications, training, experience, etc.), 35% past performance (references) and 30% costs. Our systems consist of the following types of equipment and controls: Preferred Utilities, Calorex, Ashcroft, Magnatrol, Maxon, Etter Eng. Corp., Dan Foss and Preferred Instruments. We require Best Value 35% technical ability (certifications, training, experience, etc.), 35% past performance (references) and 30% costs. All testing is to be accomplished in accordance with the most current version of the VHA Boiler Plant Safety Device Testing Manual. All testing must be documented utilizing the testing documents in the Boiler Plant Safety Device Testing Manual (Included in attached Boiler Plant Safety Device Testing Manual) and copies provided to, and any discrepancies notated and communicated to the Boiler Plant operator on duty at the time of discovery. Contractor shall cover all costs for calibrations of gauges, transmitters and controls including shipping handling and postage. All materials, parts and supplies for corrective and emergency maintenance are to be paid for by the VA. Upon approval and funding the contractor can provide all parts or materials necessary for repair/s. All used parts are to be turned over to the VAMC for evaluation. Service: Contractor shall provide the VA staff with a 24 hour 7 days a week direct phone number for routine and emergency service. Normal routine service is to be accomplished during normal business hours, 8:00 am to 5:00 pm, Monday through Friday, excluding federal holidays. Repair service call for corrective maintenance shall be as follows: 1 April to 14 November shall be during normal business hours, 8:00 am to 5:00 pm, Monday through Friday, excluding federal holidays. 15 November to 31 March emergency service shall be provided 24 hours, 7 days a week. During this period, corrective maintenance will be initiated by VAMC by telephone to the service center, which must be acknowledged within 2 hours. A fully qualified service technician must be on-site within 12 hours of acknowledgement of the service call. Fully qualified means that the service representative can show evidence of the successful completion of an acceptable training program on the equipment in question. The equipment shall be restored to full service within 48 hours of arriving on the job site, barring extenuating circumstances. Full service means that defective parts have been replaced with parts that meets or exceeds the manufacturers original specifications and that the equipment meets or exceeds the manufacturers original performance specifications. Annual preventive maintenance to be completed prior to 1 November of each year. Calibrate oxygen analyzer Test/adjust Low Oxygen Level Alarm Perform combustion analysis of boilers under gas and fuel oil operation. Calibrate fuel feed/air mixture. Adjust ignition electrode gap. Vibration analysis of blower motors Calibrate all steam, oil, gas and feed water pressure gauges Calibrate Preferred Industries controls Operationally test all boiler safety devices Calibrate all burner controls Semi-annual checks: Check vibration of burner fans Check furnace pressure and test high pressure cut-out Calibrate instrumentation, monitoring, control systems, and thermometers High-steam pressure cut-out (recycle) High-steam pressure cut-out (non-recycle) Check gas vent for leaks High-gas fuel pressure cut-off Low-gas fuel pressure cut-off Gas fuel safety shut-off valves proof of closure Leak test gas fuel safety shut-off valves Low-atomizing pressure for fuel oil High-fuel oil pressure cut-off Fuel oil safety shut-off valves proof of closure Leak test fuel oil safety shut-off valves Check operation of Liquid Petroleum gas pilot Low-pilot gas pressure cut-out Forced draft fan motor interlock Forced draft fan damper wide open for purge Boiler outlet damper wide open for purge Purge air flow interlock Timing for pre-purge Timing for post-purge Igniter timing Low fire position interlocks Combustion air interlock Main flame out; i.e., time to close valves Ignition flame out; i.e., time to close valves Minimum igniter flame test Scanner not sensing ignition spark Low-oxygen alarm and/or cut-out Pre-purge setting of flue gas recirculation damper Calibrate all Burner controls Quarterly preventive maintenance Inspect fuel-burning equipment. Calibrate operating controls. High gas, oil, steam recycle and non-recycle switches. Low atomizing air, main gas, pilot gas (natural and propane gas) and oil pressure switches. Test and adjust low oxygen alarms Calibrate all sensors. Boiler steam and steam header pressure Perform combustion analysis in all fuel modes, gas and oil Calibrate gas flow, feed water, steam and water level transmitters Reset totalized values if desired by customer Background: This maintenance contract is needed to maintain the boilers in a safe and efficient manner and ensure compliance with emission requirements as set forth by the Texas Commission on Environmental Quality (TCEQ) permit. Performance Period: Period of coverage is 1 October through 30 September 2019 plus two (2) options years. Type of Contract: Firm-fixed-price contract. Information systems Officer, Information Protection: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. The COTR and the Contractor will assure that- No other information except what is in this contract will be shared with the contractor in any follow-up communication. None of the information in this contract includes Protected Health Information (PHI) or Individually Identifiable Information (III). Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Records Management: All records (administrative and program specific) created during the period of the contract belong to the VA North TexasHealth Care System (VANTHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance with the VHA Record Control Schedule (RCS) 10-1. Evaluation Criteria: Award will be made as the Best Value to the Government. The evaluation factors are (1) Technical Approach, (2) Past Performance, and (3) Price. When considered together, the non-price related factors are of greater value than price. The Government reserves the right to award to other than the lowest priced offer based on its best value trade-off decision, but may be limited by budgetary constraints. Technical factors and evaluation will concentrate on the contractor s ability to perform the task outlined in the statement of work. The Contractor shall describe two projects the firm has completed with-in the past three years, which are equal to or like the scope of this requirement. The Contractor shall include points of contact, titles, telephone numbers, and email addresses of this requirement. See the VHA Directive for scheduled maintenance to be performed as required by the current Directive 1810. Transmittal sheet dated February 6, 2017 or current directive as provided by the VA staff each calendar year.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9839/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q9839 36C25718Q9839.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555185&FileName=36C25718Q9839-007.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555185&FileName=36C25718Q9839-007.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q9839 36C25718Q9839.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555185&FileName=36C25718Q9839-007.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Dallas VA Health Care System;4500 S. Lancaster Road;Dallas, TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN05050885-W 20180824/180822231310-4919194b86e8f573405b6174f5371d7d (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 |