Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2021 SAM #6994
SOURCES SOUGHT

J -- Boiler Project-581

Notice Date
1/20/2021 12:44:23 PM
 
Notice Type
Sources Sought
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24521Q0177
 
Response Due
1/25/2021 1:00:00 PM
 
Archive Date
02/24/2021
 
Point of Contact
timothy.russell@va.gov, Timothy Russell, Phone: (304) 623-3461 ext. 3895
 
E-Mail Address
timothy.russell@va.gov
(timothy.russell@va.gov)
 
Awardee
null
 
Description
This is a request for information/sources sought notice in order to identify sources that have the resources and capabilities to provide Boiler Plant Operation services for the Veterans Health Administration Huntington VA Medical Center. Interested & Capable Responses NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide Boiler Plant Operation services in accordance with attached Statement of Work. Please respond with your: 1. Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address), Dunn & Bradstreet number. 2. GSA contract number, if your company has one, that includes the labor CLINs necessary for the performance of the work specified above. 3. Capability statement and summary of relevant experience performing these types of services for VHA and other healthcare entities. 4. Ballpark cost estimate what VHA could expect to pay your company to perform the work described below. Responses must be submitted by 16:00 AM (EST) January 25, 2021. Responses to the information requested above may be submitted via email to timothy.russell@va.gov. This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. STATEMENT OF WORK A GENERAL INFORMATION A1. Title of Project: BPA for Boiler Plant Services at Hershel Woody Williams VAMC. A2. Background: The Huntington VA Medical Center Boiler Plant and Boiler Operations requires additional services for programming, tuning, calibrations, testing, maintenance and repairs. A3 Objectives: Contract a vendor to provide multiple services for the hospital s boiler plant and boiler operations. A4. Contract Proposal Period: The period of performance for Base 1 year, with up to 3 additional option years, unless otherwise advised by the COR for the project. B WORK REQUIREMENTS B1. Scope of Work: The contractor shall provide all resources necessary to accomplish the Services for the Equipment described, except as may otherwise be specified. The following list comprises services or maintenance that are required: Programming, maintenance, repairs and parts (per hour rate for normal business hours and after hours; replacement parts): Vendor Shall Provide a Preferred Utilities Certified Service Engineer for Boiler #1 controls and programming. This would include DLC program updates for Fuel Curve or other program updates. This would also include any other troubleshooting of the Preferred Controls Package and boiler components. Vendor Shall Proved a HAWK ICS Controls Certified Engineer for Boilers #2, #3, and #4. This would include DLC program updates for Fuel Curve or other program updates. This would also include any other troubleshooting of the Hawk ICS Controls Package and boiler components. (NOTE): This Package is currently not installed but is being installed under a current construct Contract. Vendor Shall Provide a Lochinvar Certified Engineer for Boiler #5. This would include programing updates, troubleshooting of the controls, boiler components and programing changes as needed. Boiler Inspection and Safety Device Testing/Repair (per hour rate for normal business hours): Vendor shall Provide a certified Technician to assist in safety device testing and Repair per VA Boiler Plant Safety Device Testing Manual. Boiler Tuning (per day rate) for all 3 systems from section 1: Reestablishing the air-fuel mixture on natural gas and #2 fuel oil for the operating range of the boiler Oxygen and carbon monoxide are balanced to provide safe and efficient combustion. Examine the burner internal components and identify any defects, if applicable Examine the general boiler conditions and identify any defects Observe flame pattern, flame dimensions, and burner condition Flue gas oxygen/carbon monoxide content Flue gas emissions content Provide print out/documentation on both fuel type consumption/usage to identify proper fuel curve Provide combustion analyzer factory calibrations per VA requirements. Provide manufacture analyzer consumables and VA specific test gas cylinders to ensure government combustion testing equipment is in sync with the contractor s combustion testing equipment. Ample consumables and test cylinders to remain in the boiler plant. General Service (per hour rate for normal business hours and after hours): Vendor shall provide a technician as required to perform boiler maintenance/repairs. This shall be on a as requested basis. Parts (replacement parts) Vendor shall provide replacement of parts that are kept in onsite inventory for emergent repairs of boiler plant systems and equipment. These parts may include air switches, gas pressure switches, regulators, oil pressure switches, pressure gages, combustion air pressure switches or any other parts that may be required for boiler plant operations. These parts will be orderable at the request of the COR and will be paid for under this contract. Vendor shall provide a quote for the requested part and the COR will review and approve each request. Parts are to be shipped within (10) Business Days after approved. If replacement would take longer the vendor must inform the COR within the (10) day window. Vendor to provide VA specified testing tools and equipment to be kept onsite for future work. Vendor is responsible to ensure meters, gauges, testing tools etc. are always calibrated per manufacture specification. Vendor to provide replacements or repairs of the above-mentioned items within (10) Business Days. If replacement or repair would take longer the vendor must inform the COTR within the (10) day window. B2. Boiler Plant Equipment List: Boiler #1, Manufacturer: Johnston, Date: 1989, Model: PFTA 509, Type Fire Tube -4 Pass, Size: 400HP, Normal OP: 90psi Boiler #2 Manufacturer: Kewanee, Date: 1998, Model: H35-350-G02-LE-200 Type: Fire Tube -3 Pass, Size: 350HP, Normal OP: 90psi Boiler #3 Manufacturer: Kewanee, Date: 1998, Model: H35-300-G02-LE-200 Type: Fire Tube -3 Pass, Size: 300HP, Normal OP: 90psi Boiler #4 Manufacturer: Cleaver Brooks Date: 2008, Model: 4WI-200-350-200 Type: Fire Tube -3 Pass, Size: 350HP, Normal OP: 90psi Boiler #5 Manufacturer: Lochinvar Date: 2016, Model: Crest 751-2001 Type: Condensing, Size: 1840 MBH, Normal OP: 12 psi C SUPPORTING INFORMATION C1 Place of Performance: The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C2 Period of Performance: The Vendor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer s Technical Representative (COTR). Work is to begin as soon as possible but no later than fifteen (15) calendar days after the receipt of the purchase order. The all work must be approved and coordinated with the VAMC Assistant Chief of Engineering (the COTR) who can be reached via the following contact information. Joseph A. Prine PE, FMP Assistant Chief of Engineering Huntington, WV VAMC Phone 304 429-6755 x 2378 Cell Phone 304 444-0959 C3 Special Considerations: Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C4 Qualifications of Key Personnel: Contractor s employees should be knowledgeable of standards associated with this type work. This includes VA Boiler Safety Device Testing and VA Design Guide as applicable. C5 Supervision/Communication: At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C6 The Contracting Officer s Representative (COR): Shall be responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C7 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C8 Smoking Policy: The Contractor shall not allow smoking in or around VA property, VA is a smoke free campus. C9 Parking/Traffic Regulations: The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20570aa95765461a9299446e5e553c05/view)
 
Place of Performance
Address: Huntington VAMC 1540 Spring Valley Road, Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN05896058-F 20210122/210120230106 (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.