Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOLICITATION NOTICE

J -- Eddy Current Test

Notice Date
4/9/2020 6:17:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0617
 
Response Due
4/20/2020 12:00:00 AM
 
Archive Date
05/05/2020
 
Point of Contact
Peter Kim peter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Eddy Current Testing 1.B. Description: Conduct Eddy Current Testing on four (4) York Chillers 1.C. Project Locations: VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0617. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: 30 days 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5630, revision 13 2. Statement of Work. 2.A. Background. VA Loma Linda requires a contractor to perform tri-annual eddy current testing on all York 900-ton chillers located in the chiller room to be in compliance with manufacturer standards and Air Quality Management District (AQMD). 2.B. Scope. The purpose of this contract is to have a Contractor to furnish all labor, materials, supplies, tools, equipment, licenses, certifications, permits, documents, and qualified personnel to perform Eddy current testing on condensers and evaporators tubes. The tests will be performed on the four (4) chillers listed below. Chiller # Model Serial # 1 YKM2MRH9-CWGS SNDM-699900 2 YKM2MRH9-CWGS SNDM-700130 3 YKM2MRH9-CWGS SDDM-537130 4 YKKPK4H9-CXG SMWM-782220 2.B.1.A. Specific Tasks. 2.B.1.B. Provide proper lock-out tag-out on all electrical /mechanical/ pneumatic/water circuits. 2.B.1.C. Secure all chill water and condensate water supply and return on chiller being worked on with proper lock out tag out. 2.B.1.D. Drain chiller barrels. 2.B.1.E. Remove condensate and chill barrel cover. 2.B.1.F. Brush evaporator tubes. 2.B.1.G. Perform eddy current test. 2.B.1.H. Replace old barrel gaskets and install new gaskets. 2.B.1.J. Pressurize and inspect for leaks. 2.B.1.K. Check out with boiler plant operator daily 2.B.1.L. Upon completion of full testing submit an engineering report for review and records. The engineering report shall summarize work completed; detail corrective action required and recommended solutions. 2.C. Contractor Qualifications. Offeror must possess: 2.C.1. Certification for American Society for Non-destructive Testing (ASNT) Level III 2.C.2. EPA Universal Certification 2.C.3. California C-10 license 2.C.4. California C-20 license 2.C.4. 30-hour Occupational Safety and Health Administration (OSHA) safety card. 2.C.5. The contractor will provide all required licenses, certifications, permits, documents, as required and requested. 2.D. General Requirements: 2.D.1. Schedule with Contracting Officer Representative (COR) five (5) business days prior to start of work. Prior to work each day, workers or a designated lead or supervisor shall check in with the graphics control office in the plant. Contractor will inform of progress of work on a daily basis to boiler control operator. 2.D.2. Contractor employees will be required to be screened for coronavirus prior to start of work. 2.D.3. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. 2.D.4. Contractor will provide proper protective personnel equipment (PPE) when working in any VA site. Contractor will provide spill kits around working equipment 2.D.5. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.D.6. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.D.7. Identification Badges: Prior to start of job, all contractor personnel shall have a valid VA Loma Linda security badge. All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.D.8. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.D.9. Normal Working Hours. Normal working hours are 7am-4pm Monday through Friday. 2.D.9.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.D.9.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.D.9.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.D.9.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.D.10. Insurance Coverage. 2.D.10.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.D.10.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.D.10.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.D.10.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 2.D.11. Contractor is responsible for repairing damages incurred during performance of this scope of work to include removal/installation or moving materials and tools in and out of the work area. 2.D.12. Security Requirements: Vendor will not have access to patient records, data or VA computer systems. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01/15/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. There will be NO site survey for this procurement. Photos are provided with this solicitation. 4.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, April 15, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 4.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday April 22, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.C.1. Vendor Information 4.C.2. Acknowledgement of amendments 4.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.C.4. Price/Cost Schedule 4.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 4.C.6. Copy of current and valid C10 and C20 licenses or equivalent. 4.C.7. Copy of Certification(s) for American Society for Non-destructive Testing (ASNT) level III technician(s). 4.C.8. Copy of EPA Universal Certification
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/150f9abe45204aa4ac2fda9d7722ec43/view)
 
Place of Performance
Address: VA Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05615778-F 20200411/200409230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.