Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

J -- Overhaul and Refurbish 2 Chillers at Kansas City VAMC

Notice Date
11/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th St. Trwy;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-10-RQ-0089
 
Archive Date
11/25/2009
 
Point of Contact
David HoldenContract Specialist
 
E-Mail Address
Contract Specialist
(David.Holden@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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. This requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-10-RQ-0089. RFQ VA-255-1-RQ-0089 is for Refurbishing/Re-tolerance of two (2) existing Carrier Centrifugal Chillers, Model Numbers 02XB363CQ and 02XB464CR, Replacement of two (2) existing associated chilled water pumps, six (6) associated isolation/metering valves and servicing of the associated Cooling Tower at Kansas City VAMC, 4801 Linwood Boulevard, Kansas City, Missouri 64128. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. This procurement is a 100% Service Disabled Veteran Owned Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238220 and the small business size standard is $14M. The government contemplates a firm fixed price contract from this procurement. This requirement shall be completed in accordance with the Statement of Work. Period of performance is from the date of award to April 15. 2010. All work shall be completed by April 15, 2010.Statement of Work: Solicitation Attached Site Visit: There will be only one pre-award site visit scheduled for this project held at the Kansas City VAMC. Contractor will meet for the site visit at Bldg. 6 (Engineering Office) at 10:00 a.m. CST on Monday, November 23, 2009 Interested offerors should attend this meeting to inspect the work site and obtain information on the project before submitting a proposal If you plan to attend please contact David P. Holden by COB Friday, November 20, 2009 with the number of individuals attending. Please email your intent to David.Holden@va.gov and courtesy copy to Alan.Beech@va.gov. All technical question shall be submitted in writing to David P. Holden by COB November 24, 2009. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of FAR 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.247- 34 FOB Destination. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items, FAR 52.228 Insurance Work on a Government Installation, FAR 52.237-1 Site Visit, VARR 852.203 Commercial Advertising, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.273-76 Electronic Invoice Submission apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-8, FAR 52.219-27, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-41, FAR 52.222-42 FAR, FAR 52.222-44, FAR 52.222-54, FAR 52.225-1, FAR 52.225-13, FAR 52.232-34. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) Wage Determination 05-2307 (Rev.-9) Dated 10/16/2009 (Attached Solicitation) The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable. The following criteria must be met in order to be technically acceptable: Chiller Refurbish/Re-tolerance: Offeror shall demonstrate knowledge for calibration service as per manufacturer's specifications for all chiller equipment outlined in the Statement of work Offeror shall demonstrate authorized training and certification by the manufacturer and/or company representing the manufacturer. Training certification from contractor shall be provided with quotation. Certificate of training shall be specifically for Carrier chillers and date of training shall be within three years of award of contract. Specifications for equipment and material to be supplied and or used for service to be performed shall be submitted with the quotation. Chilled Water Pump replacement, Shut off Valves, Cooling Tower: Offeror shall demonstrate knowledge in installation and service as per manufacturer's specifications of the chilled water pumps and shut off valves to be replaced and the cooling tower to be serviced. Documentation shall be provided with the quotation. Specifications for equipment and material to be supplied and or used for service to be performed shall be submitted with the quotation. METHODOLOGY: Indicate how work is to be accomplished. Offeror shall submit with the quotation a methodology for the work is to be completed, including a timeline for completing services. Pricing: Offerors quotation shall reflect firm-fixed pricing to provide services as outlined in this solicitation. Offerors shall provide the following price information as a part of their response: Offeror shall provide an itemized breakdown of material costs for the following items. Chillers Refurbishment/ Re-tolerance costs Chilled water pump assemblies replacement costs Shut off valves replacement costs Cooling Tower servicing cost Offers shall be clearly marked with RFQ referencing number # VA-255-10-RQ-0089 and emailed to the Point of Contact Listed below or sent by facsimile to 913-758-6495 no later than then December 08, 2009 at 12:00 a.m. Central Standard Time (CST). The point of contact for this procurement is David P. Holden, Contracting Specialist, Department of Veterans AffairsVA Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: david.holden@va.gov Phone: 913-758-4281, Fax # 913-758-6495.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-10-RQ-0089/listing.html)
 
Record
SN02002030-W 20091112/091111000138-8a8c6050c173671d37e72e73fda0987e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.