SOURCES SOUGHT
41 -- REFRIGERANT FOR CHILLER 3 BRAND NAME OR EQUAL TO 1,1,1,2-TETRAFLUORETHANE IAW SOW AS SPECIFIED IN B.1 MUST HAVE 609 EPA CERTIFICATIONS FOR THIS REQUIREMENT.
- Notice Date
- 11/7/2023 10:55:59 AM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0097
- Response Due
- 11/14/2023 12:00:00 PM
- Archive Date
- 11/24/2023
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: REFRIGERANT FOR CHILLER 3 BRAND NAME OR EQUAL TO 1,1,1,2-TETRAFLUOROETHANE IAW SOW AS SPECIFIED IN B.1 . MUST HAVE 609 EPA CERTIFICATION FOR THIS REQUIREMENT . MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER . This is a requirement for: U.S. Department of Veterans Affairs Huntington VA Medical Center (VAMC). DESCRIPTION: The Huntington VAMC requires the contractor to deliver within 14 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Huntington VA Medical Center WAREHOUSE 1540 Spring Valley Drive Huntington WV, 25704 DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Note: The contractor shall deliver required commodities (Please see attachments) no later than 14 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov). Unique Entity ID UEI (SAM) and DUNS Number Contract Number: GSA or Open Market (SAM.GOV). If GSA Contract, what schedule and SIN. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor or Reseller letter if you are not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the Open Market (SAM.GOV) or on the GSA. Suggested NAICS Code and PSC code appropriate for this requirement. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Tuesday, November 14, 2023, by 3:00 PM EST. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) FAR 52.212-2 Evaluation-Commercial Items: Must provide an authorized distributor or reseller letter if you are not the manufacturer. A copy of the authorized distributor or reseller letter from the manufacturer to verify that you are an authorized distributor or reseller of the products/services. SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY WHEN QUOTE IS SUBMITTED DURING THE SOLICITATION RFQ PHASE. STATEMENT OF WORK (SOW) STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs to acquire 9 cylinders of refrigerant for Chiller 3. A.2 BACKGROUND Refrigerant needed for Chiller 3. A.3 SCOPE OF WORK Vendor will provide all supplies. See details in B.1. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will provide all supplies listed below: R-134A Refrigerant 125 Lb. cylinder (Qty: 9) Vendor will provide supplies within 14 days after contract award. BRAND NAME/EQUAL TO: 1,1,1,2-TETRAFLUOROETHANE Chemical Formula Equal to: C2H2F4 Classification: Hydrofluorocarbon Refrigerant Chemistry: Haloalkane Refrigerant Application: Heat Pumps, Chillers, Transport Refrigeration, and Commercial Cooling Replacement For: CFC R-12 Freon Ozone Depletion Potential: 0 Global Warming Potential:1,430 Toxicity Levels: A (No Toxicity Identified.) Flammability Levels: Class 1 -No Flame Propagation. Boiling Point: -26.3° Celsius or -15.3° Fahrenheit. Critical Temperature: 101.06° Celsius or 213.91° Fahrenheit Critical Pressure: 4059 KPA or 588.71 pound-force per square inch. Auto ignition Temperature:770° Celsius or 1,418° Fahrenheit Form: Gas/Liquid Color: Colorless Liquid & Vapor Odor: None EPA Certification Required: Yes, 609 certifications required by January 1st, 2018. Require Certification to Purchase: Yes, 609 certifications required by January 1st, 2018. Cylinder Design: 125 Pound Tank All materials shall be brought to 1540 Spring Valley Drive, Huntington, WV. Delivery vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use. Vendor shall deliver required supplies specified above during approved work times. Approved work times for this job shall be normal working hours of 8AM 430PM. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. C.2 Period of Performance The Contractor shall perform all deliveries normal business hours, as stipulated earlier. C.3 Special Considerations C.3.1 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 perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.2 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. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. C.3.4 Supervision/Communications. 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 COTR 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 COTR may send all Contractor/sub-contractor employees off the job. C.3.5 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. C.3.6 The Contracting Officer s Technical Representative (COTR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Technical Representative will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COTR 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. LINE-ITEM DESCRIPTION BRAND NAME/EQUAL TO: 1,1,1,2-TETRAFLUOROETHANE B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 9.00 EA __________________ __________________ R-134A REFRIGERANT 125LB CYLINDER ******HAZARDOUS MATERIAL******* ""BRAND NAME OR EQUAL TO 1,1,1,2-TETRAFLUOROETHANE"" ""IAW SOW AS SPECIFIED IN B.1"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing PRODUCT/SERVICE CODE: 4130 - Refrigeration and Air Conditioning Components LOCAL STOCK NUMBER: 124R134A 0002 9.00 EA __________________ __________________ CYLINDER DEPOSIT ""BRAND NAME OR EQUAL TO 1,1,1,2-TETRAFLUOROETHANE"" ""IAW SOW AS SPECIFIED IN B.1"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing PRODUCT/SERVICE CODE: 4130 - Refrigeration and Air Conditioning Components LOCAL STOCK NUMBER: CYL500 GRAND TOTAL __________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/325d1b745dd8472995b7f6be96902267/view)
- Place of Performance
- Address: U.S. Department of Veterans Affairs Huntington VA Medical Center 1540 Spring Valley Drive, Huntington 25704
- Zip Code: 25704
- Zip Code: 25704
- Record
- SN06878900-F 20231109/231107230136 (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 |