DOCUMENT
H -- Calibration Testing - Fort Wayne - Attachment
- Notice Date
- 10/22/2014
- Notice Type
- Attachment
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25115Q0026
- Response Due
- 10/27/2014
- Archive Date
- 12/26/2014
- Point of Contact
- Kelly Poole
- Small Business Set-Aside
- Total Small Business
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation VA-251-15-Q-0026 is issued as a request for quote (RFQ). The North American Industry Classification System (NAICS) number is 541350 and the business size standard is $7.5 million. This is a small business set aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. No telephone requests will be accepted. Only written or email requests received directly from the requester are acceptable. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a purchase order resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the offer. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless ORCA registered which must be noted in quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 4,7, 25, 27, 36, 37, 46, 48. The following additional clauses apply: SAM Clause: Attention: You must be registered in SAM to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the SAM database. (C) Lack of registration in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.SAM.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 852.232-72, Electronic Submission of Payment Requests, 852.270-4, Commercial Advertising. Upon request, the contracting officer will make their full text available. Offers are to be received via email to Kelly.poole@va.gov no later than 3:00 P.M. eastern standard time on 27 October 2014. Contact Kelly Poole, Contract Specialist, at Kelly.poole@va.gov. Requested Services: Contractor shall provide qualified technician to complete semi-annual calibration and testing of boilers/burners/controls/& instruments at the Fort Wayne VA Medical Center (2121 Lake Avenue, Fort Wayne, IN 46805). This needs to be done following the procedures in the VHA Boiler Plant Safety Manual, and following the requirements listing in the attached statement of work. Work to be completed in February and August 2015. Technicians shall be qualified, have in their possession and be familiar with NFPA Code 85 - Boiler and Combustion Systems Hazard code. Statement of Work: 1. Service: Contractor shall provide all necessary labor, tools, equipment, testing instruments and calibration gases to perform calibration of boiler plant instrumentation at Bldg 2, VA Northern Indiana Health Care System, 2121 Lake Avenue, Fort Wayne, IN. All work shall be performed by trained and experienced service technicians. Contractor shall provide technician(s) with knowledge and experience of associated software programs to ensure that instruments provide correct readings on computer display. All instrumentation shall be calibrated, per the manufacturer's instructions, to the ranges and limits specified on manufacture's data plate on the equipment. 2. Scheduling: This service shall be provided on a semi-annual basis in the months of February and August of each contract year. The Contractor shall contact in advance the Contracting Officer's Technical Representative (COTR) or their designee to arrange for exact scheduling dates of work. 3. Signing In and Out: TIME OFFICE LOCATION PHONE MONDAY -FRIDAY Engineering Bldg. 4, Room 101 260-460-1313 7:00A.M. -3:30P.M. Administration The Contractor service representative shall report to the Engineering office, both upon arrival and prior to departure, to report 'in' and 'out' to ensure appropriate documentation and other administrative requirements are addressed. 4. Repair Work: In the event of repair work being required to accomplish calibration of any instrumentation, Contractor shall first notify the COTR. Contractor's technician shall identify the repairs needed and if parts are required. If parts are available from the Government, they will be furnished by the Government. Contractor's technician shall provide information and pricing for parts to be furnished by the Contractor for prior approval of purchase by the VA COTR. Repair work is not covered under this contract. 5. Documentation: Upon completion of work, the Contractor shall supply completed work documentation, along with calibration certificates for each piece instrument calibrated. In addition, each instrument shall have a calibration tag affixed which indicates date of service and the initials of the technician. 6. System Components: Chart recorders (3) total Cleveland controls, Inc. Series 6400 Model No. 644104202-0712-11-00 Steam Header (1) Mamac systems pressure transducer, model No.PR-246-r1-vdc (1) Siebe environmental controls, model No. PP-2441 (1) Innova-Mass Sierra, Model No. 241-VTPEMS-LS-E2-DD-PV1-V4M-ST-MP3-PM Make-up water meter (1) Hays fluid control, Model No. 6-MRB-4-P Gas line (1) Sierra Gas max flow meter, Model No. 620S-B5-RFQ-3627
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25115Q0026/listing.html)
- Document(s)
- Attachment
- File Name: VA251-15-Q-0026 VA251-15-Q-0026.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1692709&FileName=VA251-15-Q-0026-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1692709&FileName=VA251-15-Q-0026-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-Q-0026 VA251-15-Q-0026.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1692709&FileName=VA251-15-Q-0026-000.docx)
- Record
- SN03555824-W 20141024/141022234218-a22eb1ffa217fae3470f72d480bbe746 (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 |