Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2013 FBO #4157
DOCUMENT

N -- Removable Insulation Covers VISN 15 Medical Centers (9 Sites) - Attachment

Notice Date
4/10/2013
 
Notice Type
Attachment
 
NAICS
221330 — Steam and Air-Conditioning Supply
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70113I0107
 
Response Due
4/19/2013
 
Archive Date
7/18/2013
 
Point of Contact
Don Marsh
 
E-Mail Address
Contract Specialist Intern
(donald.marsh2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential Small Businesses, including Service Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, 8(a) Small Businesses, Women-Owned Small Businesses, HUB Zone Small Businesses, and Small Disadvantaged Businesses to perform surveying, measuring, designing, manufacturing, and the installation of 3,000 removable insulation covers (RICs) at the nine (9) Medical Centers in the VISN. PROJECT DESCRIPTION: Services to be performed are listed below: a.Perform a detailed field investigation to measure and design for manufacturing the removable insulation covers to be installed on pressure-reducing valves, gate valves, valve bonnets, control valves, strainers, elbows, temperature control valves, control stations (combination valves/strainer/control device/trap), shell & tube heat exchangers, condensate tanks, expansion joints, flanges, etc. The assessment is to identify all un-insulated steam components that would benefit from a removable insulation cover. From this comprehensive list, the contractor is to recommend most cost effective 3,000 items or equivalent that will be completed within the lump sum proposal amount. Locations shall be recommended by the contractor upon completion of the contractor's physical survey of steam systems with final approval by the COR. The comprehensive list and the recommendation list should include a line item listing identifying each individual blanket location and specifics about that component. At a minimum, this itemized list is to include: 1.Item description (i.e., 3 in. Gate Valve, 2" Y-strainer, 6" PRV, etc.) 2.Item location (i.e., Room number, etc.) 3.Estimated operating temperature 4.Insulation thickness, and K value (energy payback figures are to be provided for multiple insulation thicknesses, to allow the VA to make a best value decision regarding insulation value) 5.Estimated annual operating hours 6.Calculated heat loss of the component uninsulated vs. insulated 7.Calculated annual cost savings 8.Insulation blanket itemized cost 9.Calculated simple payback b.Manufacture and install custom made removable insulation covers on these items in above ground steam systems and in accessible tunnel steam facilities: 1.Controls Stations (Combination Valves, Strainer, Control Devices, Fittings, etc.); size range up to 3 inches, average total length 4 feet. 2.Control Stations (Combination Valves, Strainer, Control Devices, Fittings, etc); 4 inches to 6 inches, average total length 6 feet. 3.Individual gate valves, including valve bonnet/stem; up to 4 inches. 4.Individual gate valve, bonnet/stem only (valve body already insulated); Up to 4 inches. 5. Individual strainers or elbows; Up to 4 inches. 6.Individual control devices; Up to 4 inches. 7.Individual flanges or expansion joints; Up to 4 inches. 8.Individual gate valves, including valve bonnet/stem; > 4 inches up to 8 inches. 9.Individual gate valve, bonnet/stem only (valve body already insulated); > 4 inches up to 8 inches. 10.Individual strainers or elbows; > Up to 4 inches. 11.Individual control devices (PRV, etc.); > 4 inches up to 8 inches. 12.Individual flanges or expansion joints; > 4 inches up to 8 inches. 13.Individual valves, flanges, strainers, control devices; > 8 inches up to 12 inches. 14.Shell and tube heat exchangers; Up to 15 inch shell diameter. 15. Condensate tanks; Up to 30 cubic Ft. in size. c.Provide contract management and project management services to accomplish a turnkey solution to this installation. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract. The anticipated solicitation will be issued as a Request For Proposal in accordance with FAR Part 15. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. The North American Industry Classification System (NAICS) code 221330 (size standard $12.5 million) applies to this procurement. The duration of the project is estimated at 365 calendar days from the issuance of a Notice to Proceed. SUBMITTAL INFORMATION: 1.All responses must include the following information: Company name and address, CAGE code, Dunn & Bradstreet number, Point-of-Contact name, phone number, email address, and business type. The subject line of your response should clearly display the Sources Sought number. 2.Please provide a summary description of at least three but no more than five contracts your company has performed for this same or similar requirement. Please identify whether you performed as a prime contractor, sub-contractor, teaming partner, or as a project manager. Please be specific and provide a complete reference to include at a minimum the project name, contract award amount and the project's owner contact information. It is requested that interested contractors submit a response (electronic submission) of no more than five (5) pages in length, single spaced, and 12 point font minimum that addresses the above information to the POC below. All submissions must contain the Sources Sought number in the subject line of the email. Submissions (electronic responses) shall be received by no later than April 19, 2013 at 3:00 P.M., Eastern Daylight Time. At this time, no solicitation exists. Therefore, DO NOT REQUEST A SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an email only to the primary point of contact listed below. No phone calls will be accepted. Contracting Office Address: VA Program Contracting Activity Central (VA-PCAC) 6150 Oak Tree Blvd; Suite 300 Independence, OH 44131 Primary Point of Contact: Donald Marsh, Contract Specialist E-Mail: Donald.marsh2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b49a36309fa2165dd8d04683ec533f5)
 
Document(s)
Attachment
 
File Name: VA701-13-I-0107 VA701-13-I-0107 RFI VISN 15 INSULATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=698181&FileName=VA701-13-I-0107-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=698181&FileName=VA701-13-I-0107-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03033000-W 20130412/130410234341-0b49a36309fa2165dd8d04683ec533f5 (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.