SPECIAL NOTICE
K -- Notice of Intent - Sole Source Award Sought for Boiler Safety Deficiencies Corrections Project No. 561A4-24-101 at VA NJ HCS Lyons Campus
- Notice Date
- 11/4/2024 10:08:41 AM
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225R0012
- Response Due
- 11/19/2024 7:00:00 AM
- Archive Date
- 01/03/2025
- Point of Contact
- Ms. Mitchelle Labady, Contracting Officer, Phone: 718-584-9000 x4329
- E-Mail Address
-
Mitchelle.Labady@va.gov
(Mitchelle.Labady@va.gov)
- Awardee
- null
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE SOL: 36C24225R0012 DUE: 11/19/2024 SET ASIDE: N/A NAICS: 238220 POP STATE: 270 days after NTP AGENCY: Department of Veterans Affairs Networking Contracting Office (NCO) 2 POC: Contracting Officer, Ms. Mitchelle Labady / Mitchelle.Labady@va.gov DESCRIPTION: NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO Miller and Chitty Company Inc. (UEI EGW9NFLDY141) located at 135 Market Street, Kenilworth, NJ 07033-2025. The prospective contractor must be an authorized Cleaver-Brooks service-provider and trained representatives. Miller and Chitty is the only Cleaver-Brooks authorized representative in fourteen New Jersey counties capable of providing services necessary to meet this requirement. The contractor will furnish all labor, materials, supplies, equipment, fork/ scissor lifts and transportation necessary to accomplish the services contained within this contract. Night/ weekend work shall be accounted for any work associated with boiler shutdowns. All new components to be properly tested, calibrated, labeled, and tagged. The selected contractor will perform all work contained within the Boiler Plant in Accordance With (IAW) latest versions/ editions of VA Directive 1810, VHA Boiler Safety Device BEI Testing Manual 8th edition, Steam, Heating, Hot Water, and Outside Distribution System Design Manual. Where not defined, will be IAW good engineering and proven past practice accepted by industry standards and equipment manufactures. The selected contractor will perform all testing on new equipment, all five (5) of the boilers and associated existing plant equipment at the VANJHCS Lyons. Calibration/test sticker shall be affixed to each equipment and device after completion of tests. The contractor will coordinate with utility company PSE&G all gas shutdowns and testing. 4. Specific Tasks. The scope of work shall include but is not limited to the following items: Boiler One (1): Pressure Containment to include Boilers to be non-recycling. Replacement/installation and test of the High Boiler Steam Pressure limit switch Manual reset. Replacement/installation and test of the High-High Boiler Steam Pressure Switch Manual Reset Fuel Train Safety Device (Natural Gas Section): Replacement/installation and test of new low pressure gas fuel cutoff switch Operation test of trip range Install lockable valve test port in correct configuration downstream of the solenoid (loop valve, solenoid valve and test port) Operation test Leak test Install and test low pilot pressure gas fuel switch to include test port and isolation (lockable)valve. Boiler Two (2): Pressure Containment to include Boiler to be non-Recycling. Replacement/installation and test of the High Boiler Steam Pressure limit switch Manual Reset Replacement and installation of the High-High Boiler Steam Pressure Switch Manual Reset Fuel Train Safety Device (Natural Gas Section): Replacement/installation and test of new low pressure gas fuel cutoff switch Operation test of trip range Install and test low pilot pressure gas fuel switch to include test port and isolation (lockable)valve. Fuel Train Safety Devices (Oil Section): Replacement/installation and test of High-Pressure oil Fuel cutoff switch Replacement/installation and test of Low-Pressure Oil Fuel Cutoff Switch. Replacement/installation and test of Low atomizing air pressure switch Boiler Three (3): Pressure Containment to include Boilers to be non-Recycling. Replacement/installation and test of the High Boiler Steam Pressure limit switch Manual Reset Replacement and installation of the High-High Boiler Steam Pressure Switch Manual reset. Fuel Train Safety Device (Natural Gas Section): Replacement/installation and test of new low pressure gas fuel cutoff switch Operation test of trip range Install and test low pilot pressure gas fuel switch to include test port and isolation (lockable)valve. Fuel Train Safety Devices (Oil Section): Replacement/installation and test of Low-Pressure Oil Fuel Cutoff Switch. Boiler Four (4): Pressure Containment to include Boiler to be non-Recycling. Replacement/installation and test of the High Boiler Steam Pressure limit switch (Ashcroft B428V XFM) Manual Reset Replacement/installation and test of the High-High Boiler Steam Pressure Switch Manual Reset Fuel Train Safety Device (Natural Gas Section): Replacement/installation and test of new low pressure gas fuel cutoff switch Operation test of trip range Replacement/installation and test of new high pressure gas fuel cutoff switch. Install test port loop valve and test port lock valve (Gas Train Solenoid Vent Valve, operation, and leak test) Install and test low pilot pressure gas fuel switch to include test port and isolation (lockable)valve. Fuel Train Safety Devices (Oil Section): Replacement/installation and test of High-Pressure oil Fuel cutoff switch Replacement/installation and test of Low-Pressure Oil Fuel Cutoff Switch. Replacement/installation and test of Low atomizing air pressure switch Boiler Five (5): Pressure Containment to include Boilers to be non-Recycling. Replacement/installation and test of the High Boiler Steam Pressure limit switch Manual reset. Replacement and installation of the High-High Boiler Steam Pressure Switch Manual Reset Fuel Train Safety Device (Natural Gas Section): Replacement/installation and test of new low pressure gas fuel cutoff switch Operation test of trip range Install lockable valve test port in correct configuration downstream of the solenoid (loop valve, solenoid valve and test port) Operation test Leak test Install lockable valve test port in correct configuration downstream of the solenoid (loop valve, solenoid valve and test port) for the pilot Gas Train Solenoid Operation test Leak test Install and test low pilot pressure gas fuel switch to include test port and isolation (lockable)valve. Plant Devices: Install new independent water alarm for the Deaerator Low Water Alarm. Low water switch to be reused if possible. Replace Oil pump liquid relief valve with no tags with the Watson McDonald 1 Liquid relief valve 140PSI (R-16-N-1 300 PSI) Emergency Stop Panic Button: Install protection on all switches and add new switches at all egress points (replace two (2) at existing EPO buttons, install one (1) new EPO in control room) Verification of wiring will be required. Replace LEL detectors (Carbon Monoxide Combustible Gas Detectors): Replace system with sensidyne system to include: Two- four (4) channel detection panels Four-CO detectors Two-LEL detectors installed at catwalk level. Install loop valve and test port to the high Main Gas pressure alarm- installation to be coordinated with PSE&G If needed contractor is to obtain rental of Boiler equipped with its own feed System to be used while site is shut down. Functionality test of all repairs made. All valves will be capable of locking ONLY in the open position. Replacement of the two rusted electrical panels Installation of an independent automatic feed system per boiler from bulk tank system. (Refer to Directive 1810 D for specifics). NOTE: Magnetic/Electronic water treatment systems are prohibited in VHA boiler plants. 5. SPECIFIC QUALIFICATIONS/ CERTIFICATIONS Prime contractor must be Cleaver- Brooks authorized service provider and trained representative. Proper documentation must be provided. Technicians must have electrical safety training to meet the requirements of NFPA 70e. Technicians must have taken the OSHA Certified 10-hour construction safety course. Technicians must complete at least a one (1) year of trade school and have five (5) years of successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in design to the VAMC plant. The VAMC facility manager/engineer may define and accept equivalent qualifications. Technicians must demonstrate familiarity with and ready access to the current versions of the following references: National Fire Protection Association (NFPA) 85 Boiler and Combustion Systems Hazards Code VHA Boiler Plant Safety Device Testing Manual, Latest Edition Technicians must be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations, all calibrated within 1 month of the site visits. At facilities with programmable digital controls, the technicians must be capable of programming the controls and have the appropriate hardware and software for this. 6. PERFORMANCE MONITORING (IF APPLICABLE). The Contractor shall inform the Contracting Officer (CO), the Contracting Officer Representative (COR), and the COR-Alternate (COR-A) (if applicable) of all work completed. Work shall be coordinated with facility thru the COR/ COR-A. COR/ COR-A will monitor the contractor work performance on daily basis and the contractor is required to submit daily progress report to the COR/ COR-A 7. SECURITY REQUIREMENTS. General Contractor s employees shall not enter the project site without appropriate security badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer except as specifically required by the scope of the work. VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. 8. GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI). N/A 9. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS. a. Identification of Possible Follow-on Work. Not Used b. Identification of Potential Conflicts of Interest (COI). Not Used e. Inspection and Acceptance Criteria. Contractor to inspect, test and commission all required components for proper operation. The COR/ COR-A is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 10. RISK CONTROL All welding will require VANJHCS Lyons permit approved by VA Safety Department Contractor shall take all measures for safety and infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. 11. PLACE OF PERFORMANCE. Boiler Plant, Building 14 at VA New Jersey Healthcare Systems (NJHCS) Lyons Campus, 151 Knollcroft Road, Lyons, NJ 07939-5001 Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 12. PERIOD OF PERFORMANCE. Contractor to start immediately after receiving the NTP, estimated completion time is 270 calendar days which includes approximately 210 calendar days of lead time for certain equipment. This Notice of Intent is not a request for Proposals or Quotations. No solicitation document exists, and no telephone or email inquiries will be accepted. No contract award will be made based on proposals, or quotations received in response to this notice. Interested persons may identify their interest and capability to respond to the requirement and should furnish detailed data concerning their capabilities to provide services sought including pricing data and technical data sufficient to determine that a comparable source to the government is available. The government may consider all expressions of interest (EOI) received prior to November 19, 2024. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice must be emailed to Mitchelle.Labady@va.gov and received by 10:00 AM EST on November 19, 2024. Submitters are responsible for ensuring their EOI reaches the designated contracting officer on-time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/14c715ac2e9244dd82f0700485d29383/view)
- Record
- SN07255995-F 20241106/241104230100 (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 |