Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2024 SAM #8303
SOLICITATION NOTICE

H -- Study Chiller Plant and Cooling Tower Derating | New |

Notice Date
8/19/2024 8:01:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0959
 
Response Due
9/4/2024 12:00:00 PM
 
Archive Date
11/03/2024
 
Point of Contact
Roman Savino, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Roman.Savino@va.gov
(Roman.Savino@va.gov)
 
Awardee
null
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 36C25024Q0959 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Video Content Management solution educational and interaction support services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.  This requirement is under for Full and Open Competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 541330. REQUIREMENTS: The Louis Stokes Cleveland VA Medical Center is seeking contractors that can provide: A Service Contract to perform an The Louis Stokes Cleveland VA Medical Center is seeking sources to Study and Investigate Chiller Plant and Cooling Tower Derating located at the Wade Park facility (10701 East Blvd Cleveland, OH 44106). PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered under Comparative Analysis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clauses that applies to this solicitation are: 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS: Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.217-8 OPTION TO EXTEND SERVICES 52.232-18 AVAILABILITY OF FUNDS 52.237-3 CONTINUITY OF SERVICES 52.252-2 CLAUSES INCORPORATED BY REFERENCE FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS VAAR 852.237-70 (Contractor Responsibility) 852.2370-4 (Commercial Advertising). (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67): This Statement is for Information Only: It is not a Wage Determination. This is for Instruction Only. The Contractor is responsible for the correct title classification of workers and compliance with all DOL applicable wage and hour laws and assume all related risks. The VA is not responsible for wage determinations and classifications. If you ll be using the occupational titles from the wage determinations for the classification of workers their WG/GS-equivalent rates can be found at this link: https://www.dol.gov/whd/regs/compliance/wage/SCADirV5/Vers5ContentsTable.pdf the WG/GS equivalent rates step-2 hourly rates can be found at this link: https://www.dcpas.osd.mil/BWN/AFWageSchedules/ the GS equivalent rates step-1 hourly rates can be found at this link: https://www.opm.gov/policy-data-oversight/pay-leave/salaries-wages/2019/general-schedule/ WAGE DETERMINATION LIST: 2015-4727 REVISION NUMBER 23 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) prior to submitting a quote. All questions must be submitted to Roman Savino, Contracting Specialist by e-mail only by August 18th, 2024, by 3pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than by email by 3 p.m. EST Wednesday September 4th, 2024. Technical questions and Quotes must be sent by email to roman.savino@va.gov. PERFORMANCE WORK STATEMENT The Louis Stokes Cleveland VA Medical Center is seeking sources that can provide: To Study and Investigate Chiller Plant and Cooling Tower Derating located at the Wade Park facility (10701 East Blvd Cleveland, OH 44106). Scope. Contractor, (A/E Firm), shall perform a study of the overall chiller plant, chiller plant piping, main distribution piping, and chillers located at the Louis Stokes Cleveland VAMC, Cleveland, Ohio. For this study the Facility would like the A/E to determine the FboNotice cause of cavitation at pump #1 (original design issue, pump issue, pressure issue, cooling tower issue, etc.) and give recommendation on the solution. Also, during the latest energy audit in 2023, it was noted that the chillers are underperforming at 1.1- 1.2 kW/Ton and initial indications from the audit team is that the main piping leaving the chiller plant was originally designed for three 1200 Ton chillers, but the facility has added two additional chillers and not increased the main pipe leaving the plant into facility. Concerns were also raised that building additions are not taking into account the ideal tie in locations for the new equipment, and potentially the main piping from the chiller plant may need to be extended further into the facility sub-basement to allow sufficient flow to the various loads through­ out the facility and not have major choke points in the piping. As part of this study, VAMC would like to have the A/E determine why the chillers are consuming so much energy while failing to produce the 1200 tons of cooling they are rated for. The VA would like to have recommendations on optimized sequencing, how to achieve differential pressure resets (any piping need reworked, existing 3-way valve locations that need modified or eliminated, etc.) that would make the plant operate more efficiently. For each of these studied areas, the facility would like to see potential proposed solutions for each that can be explored and potentially further developed into projects at a later date in a separate and future procurement. The A/E would be responsible for all data collection needed for the study including installation of temp flow meters, etc. and the A/E is requested to provide an order of magnitude construction estimate for each aspect of work. Background: As one of the largest energy users at the VAMC Cleveland, the chiller plant running efficiently is a high priority. Since prior to 2009 the VA has derated the tower water loop due to one of the pumps cavitating. Then in 2023 during the energy Audit VA had performed, it was noted that we had three chillers rated for 1200 Tons running at 100% load and each was producing in the range of 650-700 Tons of cooling with a fourth chiller turning on to maintain setpoint. The Audit team indicated that potentially the main piping within the chiller plant and entering the facility was not sized appropriately for the two added chillers as the original plant was designed around three 1200 Ton chillers and that the distribution piping within the medical center may be undersized as well. Specific Tasks. Provide all site investigation, field verification, and engineering services required to study the chiller plant and the elements indicated in the SOW. The A/E shall also trace/model the main paths of the chilled water piping from their sources through the medical center to determine and study that the various tie in locations of each of the additions and areas of the facility are sized appropriately. A/E shall engage a third-party chiller plant specialist if the technical specialty doesn't reside inhouse. The results shall be documented in CAD and BIM formats for use by VA Engineering staff. The VA plans to insert the results into their BIM model of the campus. The medical center is approximately 1.5 million square feet. The Piping is located in the chiller plant and sub-basement, basements, first to sixth floors, and penthouses for each area of the facility. Pipe routings/sizes and valve/source equipment locations shall be documented by the survey. The A/E shall visit the site to determine the extent of the required services prior to submitting a quote. Floor plans and previous project documents of the medical center are available upon request. PRICE/COST SCHEDULE Base Year: September 30, 2024, through December 31, 2024 CLIN Description Quantity Unit Total Cost 0001 To Study and Investigate Chiller Plant and Cooling Tower Derating 1 JB Total Cost WAGE DETERMINATION LIST: 2015-4727-REVISION 2 Technical Requirements: The Government will evaluate the Contractor s quote based on requirements of the solicitation and will be considered technically acceptable if they are able to meet the requirements of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/419fb46e36e04aac829c36efe16757ed/view)
 
Place of Performance
Address: Cleveland VA Medical Center Wade Park Campus 10701 East Blvd, Cleveland 44106
Zip Code: 44106
 
Record
SN07175636-F 20240821/240819230114 (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.