SOURCES SOUGHT
J -- Boiler Plant Burner Management Service
- Notice Date
- 10/4/2023 9:36:28 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26124Q0047
- Response Due
- 10/10/2023 3:00:00 PM
- Archive Date
- 10/25/2023
- Point of Contact
- Olivia Duarte, Contract Specialist, Phone: 559-228-5382
- E-Mail Address
-
olivia.duarte@va.gov
(olivia.duarte@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. The applicable North American Industry Classification System (NAICS) Code is 238220, Plumbing, Heating, and Air Conditioning Contractors, size standard is $ 19.0 Million. NOTE: Please ensure that System For Award Management (SAM) indicates this NAICS code if you are interested in the requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html Brief Description of Services The VA Palo Alto Health Care System (VAPAHCS) has a requirement for Burner Management System Controls Maintenance. General This is a non-personal services contract to provide Burner Management System Controls Maintenance for the VA Palo Alto Health Care System (VAPAHCS), Palo Alto, Ca. Contractor shall furnish all labor, materials and equipment necessary to inspect, calibrate and repair all Burner Management System (BMS) controls pertaining to burner operation of the steaming boilers located at the three VAPAHCS divisions on a semi-annual basis. Place of Performance: Places of work located at VA Palo Alto Division, 3801 Miranda Ave., Palo Alto, CA 94304, Livermore Division 4951 Arroyo Road Livermore, CA 94550 and Menlo Park Division 795 Willow Road Menlo Park, CA 94025. Specific Tasks: Contractor shall service six boilers for maximum efficiency at all firing ranges. Boilers are to be adjusted for maximum efficiency on gas and oil fuels. Service shall include minor adjustments to BMS related safety devices that are necessary for the safety operation of the boilers. Quantity, Type, and Location of boilers: 2 x Nebraska 1045 hp Water tube Boilers located at Palo Alto Division 2 x Johnston 250 hp Fire tube Boiler located at Livermore Division 2 x Nebraska 594 hp Water tube Boilers located at Menlo Park Division Description of The Services: A general review of the boiler equipment operation and isolate areas requiring attention. Inspect hardware, determine if replacement parts are needed and order same. Inspect all burner components. Perform physical and operational check on all burner safety devices, referencing VHA Boiler Plant Safety Device Testing Manual covering testing methods. Reset fuel/air ratios on all burners and verify repeatability and insure emissions are in compliance with Bay Area Air Quality Standards. Review burner operation and safety issues with VA boiler operators. Provide general instructions to operators as necessary. Advise VA of any upgrades or equipment enhancements for improvement of safety, reliability and performance. Review burner part inventory. Contractor is to provide a written report containing results and data from maintenance inspections. The summary page of the report shall include the form, VAPAHCS Safety Device Testing Tracking. A copy of this form will be provided by the Contracting Officer s Representative (COR) . The complete service report package shall be sent electronically to the COR, and a copy provided to the Contracting Officer for inclusion in the contract file. Preventive Maintenance Procedures: Within fifteen (15) days of contact award, but no later than the performance of the of the first servicing of the equipment, the Contractor shall furnish one (1) copy of its Preventive Maintenance Procedures (PMP) which will be used during the PM services. Copy shall be given to the COR and a copy provided to the Contracting Officer for inclusion in the contract file. Written Maintenance Procedures Contractor shall adhere to VA s Joint Commission for Accreditation of Health Care Organization (JCAHO) accreditation and shall be received prior to the work performance. No invoice will be certified for payment unless VA has received a copy of Contractor s Preventive Maintenance Procedures. Service Calls: Contractor shall provide, at minimum, two (2) preventive maintenance calls per year at each VA location. Four days per preventive maintenance call, at each VA location, for a total of twenty-four (24) days each year, shall be scheduled. After contract award and prior to any work performed, Contractor shall provide a schedule, indicating dates when service will be accomplished. A copy will be given to the COR and a copy to the Contracting Officer for inclusion into the contract file. Contractor will have a local office that will have a qualified technician who is able to respond to an emergency service request within 24 hours of request. It is understood that emergency response charges will be based on a previously provided hourly rate schedule and replacement part(s) cost. Capability Statement The Government requests that only firms seriously interested and truly capable should send their capability information to the Contract Specialist, Olivia Duarte by email at: olivia.duarte@va.gov no later than 3:00 PM Pacific Time, October 10, 2023: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e) DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. (j) Copies of certificates/licenses as identified above under Contractor Qualifications Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. *Failure to provide the information requested above (items (a) (j)) will be considered non-responsive and will not be considered a viable source. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/78cbb57086e347a39cc55ff04d5e533b/view)
- Place of Performance
- Address: see below, USA
- Country: USA
- Country: USA
- Record
- SN06853538-F 20231006/231004230047 (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 |