Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

J -- 546-14-3-6590-0504; Service-Insulate Chilled Water System: Engineering

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Miami VA Healthcare System;1201 NW 16th Street;Miami FL 33125
 
ZIP Code
33125
 
Solicitation Number
VA24814Q1691
 
Response Due
8/29/2014
 
Archive Date
10/28/2014
 
Point of Contact
Robert Gamble
 
E-Mail Address
Robert.Gamble@va.gov
(Robert.Gamble@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA248-14-Q-1691 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of size standard of $14 million. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The Department of Veterans Affairs, Miami VAMC (VISN 8), is issuing a solicitation for insulation service for Chiller #1, 2 and 3 and various piping systems. Contractor shall furnish to the Government all services, materials, supplies, equipment to remove the existing insulation for: "Chillers 1, 2 and 3 "Building 44 chilled water supply and return piping "Secondary Chilled Water Pump 5A, 5B, 6A, 6B, 7A, 7B, 8A, 8B, 9A, 9B, 10B " Primary Chilled Water Pump 1,2,3,4 "All chilled water piping located in area of A126 Contractor shall also provide cellular glass insulation at a minimum of 3inches thick with a blue aluminum jacket where applicable. All insulation must be stenciled at locations identified by the staff with the words: "Chilled Water Supply" or "Chilled Water Return" ***Question Submission: Interested offerors must submit any questions via e-mail concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. *** New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA terms, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered via e-mail only - verbal pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award. Except as required by 8.003, or as otherwise provided by law, agencies shall satisfy requirements for supplies and services from or through the sources and publications listed below in descending order of priority -- (1) Supplies. (i) Agency inventories; (ii) Excess from other agencies (see Subpart 8.1); (iii) Federal Prison Industries, Inc. (see Subpart 8.6); (iv) Supplies which are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see Subpart 8.7); (v) Wholesale supply sources, such as stock programs of the General Services Administration (GSA) (see 41 CFR 101-26.3), the Defense Logistics Agency (see 41 CFR 101-26.6), the Department of Veterans Affairs (see 41 CFR 101-26.704), and military inventory control points; (vi) Mandatory Federal Supply Schedules (see Subpart 8.4); (vii) Optional use Federal Supply Schedules (see Subpart 8.4); and (viii) Commercial sources (including educational and nonprofit institutions). 808.002 Priorities for use of Government supply sources. (a) Supplies. (1) As used in FAR 8.002(a)(1)(i), the term ??Agency inventories?? Includes Supply Fund Stock and VA Excess. (2) A national committed use contract awarded by the VA National Acquisition Center has a priority between wholesale supply sources (FAR 8.002(a)(1)(v)) and mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). (3) Federal Supply Schedule contracts awarded by the VA National Acquisition Center in Federal Supply Classification (FSC) Groups 65 and 66 shall be mandatory for use by VA and shall have the same order of priority as mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). VA contracting officers must place orders against Federal Supply Schedules contracts awarded by the VA National Acquisition Center in FSC Groups 65 and 66 in the following descending order of priority: (i) Nationally awarded Blanket Purchase Agreements (BPAs), issued by the VA National Acquisition Center against Federal Supply Schedules. (ii) Multi-VISN, single-VISN, or locally awarded BPAs, issued by VISN, regional, or local VA contracting officers against Federal Supply Schedules. (iii) Federal Supply Schedules without BPAs. (4) Indefinite delivery indefinite quantity (IDIQ) contracts, awarded by VISN, regional, or local facility VA contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts shall have an order of priority between optional use Federal Supply Schedules (FAR 8.002(1)(a)(vii)) and commercial sources (including educational and nonprofit institutions) (FAR 8.002(1) (a)(viii)). VA contracting officers must place delivery orders against IDIQ contracts, awarded by VISN, regional, or a local facility contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts in the following descending order of priority: (i) VISN or regionally awarded contracts. (ii) Locally awarded contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA24814Q1691/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Miami VA Healthcare System;1201 NW 16th Street;Miami FL 33125
Zip Code: 33125
 
Record
SN03473124-W 20140822/140821000438-92bb006ebe7cf2627981a6012bac08ba (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.