Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
DOCUMENT

H -- VISN Boiler Solicitation - Attachment

Notice Date
3/31/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017Q0191
 
Archive Date
6/29/2017
 
Point of Contact
Harvey J. McGowan
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
FedBizOpps Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Rev. March 2010 H VISN 10 Boiler Solicitation 44131 VA250-17-Q-0191 04/21/2017 90 NO 13 238220 Department of Veterans Affairs Network Contracting Office (NCO) 10 6150 Oak Tree Blvd., Suite 300 Independence OH 44131 Harvey J. McGowan harvey.mcgowan@va.gov VISN 10 - Indiana - Michigan - Ohio 44106, 45601, 45220, 43219, 45428,48105, 49037, 48201, 48602, 46805, 46953 USA Page 9 of 22 COMBINED SYNOPSIS/SOLICITATION This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This is a Service Disable Veterans Owned Small Business(SDVOSB)/Veterans Owned Small Business (VOSB) Set Aside. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA250-17-Q-0191 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94. Interested contractors may contact Harvey J. McGowan, via email and at harvey.mcgowan@va.gov. To receive a Government award, the vendor must be registered in System for Award Management (SAM) at www.sam.gov. prior to award. NAICS and Set-aside: The NAICS is 238220 and the small business size standard is $15M. Any firm that is not considered a Veteran Owned Small Business (VOSB) or Service Disabled Veteran Owned Small Business (SDVOSB) under this NAICS code should not submit a response to this notice. To receive consideration as VOSB or SDVOSB, the firm must be registered in the VIP database at www.vip.vetbiz.gov at the time of submitting quotes and at the time of award of contract. Unregistered VOSB and SDVOSB s will not be considered and will not be evaluated. Description of Services: The VHA NCO 1O VA Healthcare system serving Indiana, Michigan and Ohio, Engineering, requires the following services: Scope of Work: The Contractor shall perform annual boiler inspections of all Boilers as outlined in the inspection requirements (section 6) of the Performance Work Statement (PWS). The Contractor shall perform semiannual Boiler Safety Device Testing on all contracted Boilers. The Contractor shall perform semiannual Boiler Tuning of all contracted Boilers. All Inspections will be based on actual contract performance periods and coordinated with the Contracting Officer s Representative (COR) after award. The following equipment is included in the annual service contract: Table 1 VISN 10 Boilers by Site Boiler Type Brand Capacity (Lbs/Hr) Serial # National Board Dayton, OH 1 VC Water Tube Erie City Iron Works 40000 96288 16577 2 VC Water Tube Erie City Iron Works 40000 96287 16572 3 VC Water Tube Erie City Iron Works 20000 96285 16570 4 VC Water Tube Erie City Iron Works 20000 96286 16571 Cincinnati Ft. Thomas, OH 1 Fire Tube Cleaver Brooks 8375 L-48522 41459 2 Fire Tube Cleaver Brooks 8375 L-48523 Cleveland, OH 1 Water Tube Tampella 25000 91163 5643 2 Water Tube Tampella 25000 91161-1 5644 3 Water Tube Tampella 25000 91161-2 5645 Chillicothe, OH 1 Fire Tube Cleaver Brooks 20,000 T1518-1-3 16845 2 Fire Tube Cleaver Brooks 20,000 T1518-1-2 16840 3 Fire Tube Cleaver Brooks 20,000 T1518-1-1 16822 Columbus, OH 1 Fire Tube Johnston 7762 10617-04 10645 2 Fire Tube Johnston 7762 10617 10644 3 Fire Tube Johnston 7762 10617-02 10643 4 Fire Tube Johnston 7762 10617 10642 5 Water tube Fenwal 972 C07190962 190962 Battle Creek, MI 1 Water Tube B&W 24000 240-4014 25449 2 Water Tube B&W 20000 201-3584 25418 3 Water Tube B&W 40000 201-3586 25429 4 Water Tube B&W 40000 201-3585 25424 Saginaw, MI 1 UNFIRED STEAM RESISTANCE ELEMENT LATTNER 1260 lbs /Hr 93514 55019 2 UNFIRED STEAM RESISTANCE ELEMENT LATTNER 1260 lbs /Hr 93515 55020 3 BENT WATER TUBE UNILUX 10,353,000 BTU INPUT A2017 1017 4 BENT WATER TUBE UNILUX 10,353,000 BTU INPUT A2016 1016 5 BENT WATER TUBE UNILUX 10,353,000 BTU INPUT A2030 1030 6 NATURAL GAS HOT WATER BOILER AERCO 1,000,000 BTU INPUT G120566 61481 7 LOW PRESSURE LOCHINVAR 752,000 BTU/HR K09H10123625 123625 8 LOW PRESSURE LOCHINVAR 752,000 BTU/HR K09H10123082 123082 9 LOW PRESSURE LOCHINVAR 752,000 BTU/HR K09H10123618 123618 10 LOW PRESSURE LOCHINVAR 752,000 BTU/HR K09H10122544 122544 11 LOW PRESSURE LOCHINVAR 752,000 BTU/HR K09H10122548 122548 12 LOW PRESSURE LOCHINVAR 752,000 BTU/HR K09H10120172 120172 NIHCS Marion, IN 1 FireTube/Power Flame-Burnham Boilers/ High Pressure Burnham 16800MBH 13800 Lb s/Hr #1-SS 061453880 National Board #1-31494 2 FireTube/Power Flame-Burnham Boilers/ High Pressure Burnham 16800MBH 13800 Lb s/Hr #2-SS 061453879 #2 -31493 3 FireTube/Power Flame-Burnham Boilers/ High Pressure Burnham 16800MBH 13800 Lb s/Hr #3-SS 061453878 3# -31488 Ft. Wayne, IN 1 Fire Tube, Low Pressure Johnston Boiler Co. 8000 Lbs/Hr Steam 801201 7234 2 Fire Tube, Low Pressure Johnston Boiler Co. 8000 Lbs/Hr Steam 801203 7236 3 Fire Tube, Low Pressure Johnston Boiler Co. 8000 Lbs/Hr Steam 801202 7235 Detroit, MI 1 Fire Tube Cleaver Brooks 26000 L04281 03271 2 Fire Tube Cleaver Brooks 26000 L04272 03262 3 Fire Tube Cleaver Brooks 26000 L04270 03260 4 Fire Tube Cleaver Brooks 26000 L04284 03274 Ann Arbor, MI 1 Fire tube Cleaver Brooks 17,250 L-92690 04149 2 Fire tube Cleaver Brooks 24,150 L-92688 04135 3 Fire tube Cleaver Brooks 24,150 L-92687 04139 4 Fire tube Cleaver Brooks 24,150 L-92689 04150 5 Heat recovery Cain 2205 6538 1675 Deliverables: All parts, labor, travel and freight will be included under the contract Contract Type: 52.216-1 Type of Contract; The Government anticipates awarding a Firm Fixed Price contract. Ordering/scheduling of service shall be coordinated by the Contractor and the local Government appointed representative, at least two weeks in advance. PAYMENT: CONTRACTOR REMITTANCE ADDRESS: Effective January 1, 1999 all payments by the Government to the Contractor will be made in accordance with Federal Acquisition Regulation (FAR) Clause 52.232-34, Payment by Electronic Funds Transfer-- Other than Central Contractor Registration (31 U.S.C. 3332). Payments will be made monthly in arrears upon receipt of properly prepared invoices which must show reference to the correct purchase order number issued upon contract award, and submitted electronically to the Department of Veterans Affairs, Financial Services Center in Austin, Texas. Contractors must use OB-10 system for submission of invoices. Register at the following website, www.ob10.com/veteransaffairs Solicitation document and incorporated provisions and clauses applicable to this acquisition: 52.252-2 FAR Clauses Incorporated by Reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7- Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.212-1-Instructions to Offerors Commercial Items; 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; 52.217-8 Option to Extend Services; 52.219-9, Small Business Subcontracting Plan; 52.219-14 Limitation on Subcontracting; 52.228-5 Insurance-Work on a Government Installation; CL-120 Supplemental Insurance Requirements; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.333-3 Protest After Award; VAAR 852.203-70 Commercial Advertising; VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster; VAAR 852.215-70 Separate priced line item, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors; VAAR 852.215-71, Evaluation Factor Commitments; VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements; 001AL-11-15-C Subcontracting Plan Monitoring and Compliance; VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside; 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance; VAAR 852.232-72 Electronic Submission of Payment Requests; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.270-1 Representatives of Contracting Officers. Submitting Quote: Contractor shall submit their quote by completing the attached cost schedule; including any offered discounts; name, address, and telephone number of the vendor; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items and 52.209-5 Certification Regarding Responsibility Matters (see 52.209-7 Information Regarding Responsibility Matters). Interested Contractors must submit a copy of any relevant certifications and licenses. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. FAR 52.212-2 Evaluation Commercial Items. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price and technical acceptance. Technical acceptance: Qualified Professional Inspector is defined as any one or combination of: A. A boiler inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors (NB). B. A boiler inspector who has qualified by passing a written examination under the laws, rules and regulations of a jurisdiction of a state. C. A boiler inspector who is regularly employed as a boiler inspector by a jurisdiction which has adopted and administers one or more sections of the American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code as a legal requirement, and has a representative serving as a member of the ASME Conference Committee. D. A boiler inspector who is regularly employed by an insurance company which has been licensed or registered by the appropriate authority of a State of the United States to write boiler or pressure vessel insurance. Options. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8." FAR 52.232-19 Availability of Funds for the Next Fiscal Year; Funds are not presently available for performance under this contract beyond 30 September 2017. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2017, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Quotes must be received by 2 o clock pm EST April 21, 2017. All quotes must be submitted by electronic submission in reference to VA250-17-Q-0191 to harvey.mcgowan@va.gov; Quotes received after the Response Date as specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Specialist by e-mail only. Any prospective vendor desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contracting Specialist: Harvey J. McGowan (harvey.mcgowan@va.gov) No Later Than: close of business on April 13, 2017. DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERS BOILER PLANTS PERFORMANCE WORK STATEMENT NCO 10 INDIANA MICHIGAN - OHIO Inspection of Boilers, Feedwater Deaerators 1. Introduction: A. Most Department of Veterans Affairs Medical Centers (VAMC) have a central high pressure boiler plant to provide steam for heating and air conditioning, domestic hot water, kitchens, and sterilization. Some medical centers have laundries that utilize steam. B. Boiler plant safety, reliability, efficiency and equipment longevity are paramount concerns of VAMC management. Boilers and feedwater deaerators are pressurized devices containing steam and hot water. They can fail catastrophically causing injuries and death and massive property damage. Regular inspections by experts are an essential part of a program to address these concerns. C. This Performance Work Statement describes the requirements for the boiler inspections and feedwater deaerator inspections to be performed by Qualified Professional Inspectors under contract. D. A separate document lists the facilities where the inspections will be required, lists the boilers and feedwater deaerators to be inspected at each facility and provides a schedule for the inspections. Other pressure vessels may be included in the inspection requirements. E. Qualified Professional Inspectors as defined below shall perform internal and external inspections on high pressure (over 15 psig) steam boilers and internal inspections on feedwater deaerators and other pressure vessels. F. Non-destructive testing of feedwater deaerator pressure vessels shall be performed by certified non-destructive testing technicians as defined below under the guidance of the Qualified Professional Inspector. G. A separate section covers the work of burner and instrument technicians inspecting, testing and calibrating burners, controls and instruments. 2. Qualified Professional Inspector is defined as any one or combination of: A. A boiler inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors (NB). B. A boiler inspector who has qualified by passing a written examination under the laws, rules and regulations of a jurisdiction of a state. C. A boiler inspector who is regularly employed as a boiler inspector by a jurisdiction which has adopted and administers one or more sections of the American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code as a legal requirement, and has a representative serving as a member of the ASME Conference Committee. D. A boiler inspector who is regularly employed by an insurance company which has been licensed or registered by the appropriate authority of a State of the United States to write boiler or pressure vessel insurance. 3. Qualifications for Non-Destructive-Testing Technicians: The technicians shall be certified as being qualified Level II technicians in the non-destructive testing methods to be utilized. The certification shall be in accordance with the requirements of the American Society for Non-Destructive Testing (ASNT). 4. Management Information Requirement: Documentation of services performed shall be reviewed prior to certifying payment. The contractor s performance will be monitored by an assigned COR at the VISN 10 FACILITIES. The Contractor shall have a Quality Control program to assure that the requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control Program shall be submitted for approval by the COR. Subsequent changes to the approved Quality Control Program must also be reviewed and approved by the COR with final approval by the Contracting Officer. The program shall include, but not be limited to the following: a) A Quality Assurance plan covering all services required by this contract. The plan must specify the service / conduct to be inspected on both a scheduled or unscheduled basis, how often inspections will be accomplished and documented, and the title of the individual(s) who will perform the inspections. The VISN 10 Facilities reserves the right to request copies of any and/or each inspection. b) The methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable and organizational functions noting intermediate supervisory responsibilities and overall management responsibilities for ensuring total acceptable performance. c) A log to account for all requests for service. The log shall indicate the date and time of service call, drop off and pick-up times. The Government reserves the right to request copies of any and/or each log. The CORs and/or Alternate CORs shall perform periodic spot checks to ensure contract monitoring and recordkeeping procedures are sufficient. The VISN 10 FACILITIES shall pay for boiler inspection services actually performed in strict accordance with the schedule of prices/costs shown in the RFQ solicitation. GOVERNMENT FURNISHED IINFORMATION AND PROPERTY Storage Space for Supplies, Equipment Space that may be assigned to the contractor for the storage of his/her bulk supplies, replacement parts and the equipment, which he/she will use in the performance of work under this contract, shall be kept in a neat and orderly condition. Space assigned to the contractor may be changed by the Medical Center during the term of this contract, at no additional cost. The Medical Center will not be responsible in any way for damage to the contractor's stored supplies, materials, replacement parts or equipment 5. Reference Materials: The Qualified Professional Inspector shall demonstrate familiarity with and ready access to the current versions of the following codes and manuals: The Privacy Act of 1974, PL 93-579, as amended Boiler Efficiency Institute Safety Device Testing Manual Current Edition Engineering Service SOP 138-47-HV Operations, Testing and Inspections of High Pressure Boilers ASME Boiler and Pressure Vessel Code: Section I - Power Boilers Section IV - Heating Boilers Section VI - Care and Operation of Heating Boilers Section VII - Care of Power Boilers ASME B31.1, Power Piping Code ASME CSD-1, Controls and Safety Devices for Automatically Fired Boilers ANSI/NB-23, National Board Inspection Code NFPA 85, Boiler and Combustion Systems Hazards Code VHA Boiler Plant Safety Device Testing Manual, 3rd Ed. VHA Directive, 1810 Boiler and Boiler Plant Operations (or latest) Engineering SOP 138-15HV Scaffold and Ladder Regulations Engineering SOP 138-62HV Housekeeping and Safety on Construction Projects, Engineering SOP 138-45HV Confined Space Entry OSHA Safety and Health Regulations for Construction 6. Inspection Requirements: A. Annual internal and external inspections are required for each boiler. Internal inspections of the feedwater deaerator pressure vessel are required once during the term of the contract or more frequently if welding repairs have been performed. B. At least two weeks notice to the VA Facility is required prior to an inspection. Also, the inspection must be scheduled for periods when VA Facility determines that the boilers that will be inspected internally will not be needed for steam supply and when the Contracting Officer s Representative (COR) or his/her designate is available on site to monitor the inspections. To maintain steam service, typically only one boiler at a time will be scheduled for internal inspections per inspection visit. Thus, multiple visits per VA facility will be necessary every year to inspect all the boilers internally. Inspections are to be done during normal business hours, 8:00 a.m. 4:30 p.m. Monday through Friday, unless otherwise agreed upon by the Facility and the Contractor. C. Feedwater deaerator pressure vessel inspections must be scheduled during periods of low steam demand. D. Coordinate the inspection schedule with the COR so that VA Facility can prepare the boilers and feedwater deaerator for the inspections in advance and have personnel available to monitor the inspections. E. The COR is: John D. Elliott, VISN 10 Energy Manager John.elliott4@va.gov 11500 Northlake Dr. Suite 200 Cincinnati Oh 45249 Phone: (desk) 513-247-4616 (mobile) 513-227-1599 F. Boilers scheduled for internal inspection will be prepared for the inspection by VAMC prior to the scheduled arrival of the inspector. This includes cooling the boilers to near ambient temperature and having all manways, handholes and furnace access doors open; the boilers cleaned of loose materials waterside and fireside; electrical lock-out, tag-out in place; connecting piping isolated; proper illumination provided; compliance with confined space access requirements including having VAMC safety personnel present in the boiler plant. Similar advance preparations will be made to the feedwater deaerator when it is scheduled for internal inspection. G. VAMC shall comply with any other requirements of the inspector that are considered reasonable by VAMC and have been presented in writing at least two weeks prior to the scheduled inspection. H. The boiler and feedwater deaerator inspections shall comply with the guidelines in the current issue of the NATIONAL BOARD INSPECTION CODE, Part RB, Inservice Inspection of Pressure-Retaining Items, and ASME Boiler and Pressure Vessel Code, Section VI or VII as applicable. In addition to those guidelines, the inspections shall comply with all VAMC requirements as listed in this document. I. The inspector must completely enter the internal spaces of the boiler or feedwater deaerator and visually inspect all internal surfaces that can be accessed. J. Methods for testing safety devices shall comply with VHA Boiler Plant Safety Device Testing Manual, 3rd Edition.(or latest edition) K. Summary of the minimum inspection requirements for boilers: 1) Review the boiler history including: operating conditions, date of last inspection, current inspection certificate, ASME stamping on boiler, National Board registration number, history of repairs and modifications. Review boiler logs, water test reports, and reports on tests performed on the burner controls and interlocks. 2) Assess the external parts of the boilers and boiler accessories and piping and valves for safety, accessibility, proper maintenance and operation, cleanliness, and compliance with codes.3) Inspect for evidence of leakage of combustion gases or fluids, externally and internally, including all gaskets. 4) Inspect foundations for signs of stress such as cracking or movement. 5) Inspect boilers externally and internally for defects including bulges, blisters, cracks, wasted or eroded material, warping, general corrosion, grooving and pitting, damaged insulation. 6) Inspect all accessible internal surfaces for waterside and fireside deposits, including scaling, sediment, debris, carbon deposits. 7) Examine all stays and stayed plates. 8) Inspect gas side baffles. 9) Inspect internal drum surfaces and steam separating internals. 10) Inspect soot blowers and verify proper alignment. 11) Inspect tubes, tube ends and tube alignment. Check for sagging tubes. 12) Verify that all nozzles of internal piping such as feedwater admission and bottom blowoff collection are clear with no obstructions. 13) Inspect seating surfaces of manways and handholes. 14) Check that boiler structure is plumb and level with no excessive deformations. 15) Check for missing items such as bolts and nuts. 16) Examine all valve and pipe connections to the pressure vessel. 17) Inspect refractory including burner throat, expansion joint, bull ring, furnace seals, furnace walls and floor. 18) Verify proper alignment of burner assembly. 19) Inspect furnace for evidence of flame impingement. 20) Test operation of water level gage glass. 21) Perform mechanical and electrical inspection of disassembled low water cutouts (disassembly by VA). After reinstallation, test operation to the extent possible. Test low water cutouts on hot boilers by lowering water level gradually. 22) Verify that steam pressure gage is properly calibrated. 23) Test operation of high steam pressure cutouts on hot boilers by raising steam pressure. 24) Inspect safety valve installations and verify that the valves have proper capacity and set pressure and valves, drains and vents are properly installed. Verify that valve locking seals are not broken. On boilers that are hot, perform an operation test under pressure to confirm operation at proper set pressures. Operate boiler with burner at high fire to verify adequate steam flow capacity of the safety valves ( accumulation test ). 25) Inspect piping connected to the boilers for evidence of leakage, provision for expansion, provision of adequate support, proper alignment, evidence of detrimental conditions. 26) Inspect piping to the water column, low water cutoffs and alarms, gage glass. Verify that interior of piping is clear of obstructions. 27) Inspect valves on boiler feedwater, blowdown, drain and steam systems. 28) Provide recommendations for non-destructive testing when the inspections indicate that this is necessary to assure continued safety and reliability under current operating conditions. L. Summary of the minimum inspection requirements for feedwater deaerators: 1) Review the feedwater deaerator history including: operating conditions, date of last inspection, current inspection certificate, ASME stamping, National Board registration number, materials of construction, extent of postweld heat treatment, history of repairs and modifications. 2) Assess the external parts of the feedwater deaerator and accessories and piping for safety, accessibility, cleanliness. proper operation, and compliance with codes. 3) Inspect for evidence of leakage. 4) Note feedwater deaerator pressure gage and thermometer readings and verify gage and thermometer accuracy. 5) Inspect safety valve installation and verify that the valves have proper set pressure and capacity and are properly installed. Perform an operation test under pressure to confirm operation at proper set pressures. Verify that the deaerator can safety withstand the test pressure prior to testing the valve(s) in-situ. 6) Verify that non-condensable gas vent line is open and proper orifice is provided to permit venting of gases. 7) Inspect support structures for proper integrity and allowance for thermal expansion. 8) Internal inspections (6 year intervals unless otherwise recommended because of welding repairs): a. Visually inspect all visible pressure vessel surfaces for corrosion, material thinning, deposits, and weld cracking. b. Inspect spray nozzles and trays. c. Certified American Society for Non-Destructive Testing (ASNT) Level II technicians shall perform non-destructive tests using the wet fluorescent magnetic particle (WFMT), ultrasonic testing (UT), and any other necessary non-destructive tests. c.1 Completely examine all accessible welds utilizing the WFMT test method. Properly prepare the surfaces before testing. c.2 Determine pressure vessel material thickness by UT. Thickness measurement locations shall be selected by dividing the storage tank heads into quadrants and taking measurements at each quadrant on two imaginary rings in each head (eight measurements total). Measurement locations on the shell shall be on each of the quadrants, on four to six locations along the length of the shell (16 to 24 measurements total). The technician may recommend fewer or more tests to the owner, providing justification. c.3 Typically, the pressure vessel section containing the deaerator trays and sprays is not accessible for non-destructive testing. The experience is that this section, which is mainly exposed to steam, is less vulnerable to weld failures and material thinning than the storage section which contains condensate and make-up water. d. Calculate maximum allowable working pressure rating of vessel based on thickness measurements. Calculate depletion rate of material thickness. 7. Report Requirements: 1. Provide complete written report fully describing all inspections and tests performed, findings, and recommendations. The condition of all items inspected shall be stated whether acceptable or deficient. All deficiencies shall be fully described along with recommendations for methods of correction. Utilize National Board Forms NB-6 and NB-7, or other similar forms acceptable to owner. 2. Provide sketches and photographs as necessary and as requested by owner to show areas identified as not acceptable for continued service or requiring repair. 3. Include test data and calculations. Show locations and extent of all non-destructive testing by sketches. 4. Furnish report within one week of each facility inspection in Microsoft Word format by email to the COR and to the VA Headquarters office designated in the attachment. 5. All safety-related deficiencies shall be immediately reported to the COTR during the inspection visit. 6. Provide recommendations on need for re-inspections after correction of deficiencies. Cost of re-inspections shall be extra cost negotiated with VA Contracting Officer. 7. The Contractor shall provide all their employees with identification that clearly identify the employee as a representative of the Contractor s company and not an employee of the VA. This identification shall be worn at all times when employees are on campus performing duties under the contract. 8. (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 9. The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the States of Indiana, Michigan and Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. 10. The resulting contract will be a nonpersonal services contract means a contract under which the personnel rendering the services are not subject, either by the contract s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.. PRICE/COST SCHEDULE Base Year (1 May 2017 30 April 2018) Item/ Description Total Price Chillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST BASE YEAR: __________________ Option Year 1 (1 May 2018 30 April 2019) Item/ Description Item/ Description Total Price Chillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 1:__________________ Option Year 2 (1 May 2019 30 April 2020) Item/ Description Total Price Chillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 2:__________________ Option Year 3 (1 May 2020 30 April 2021) Item/ Description Total Price Item/ Description Total Price Chillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 3:__________________ Option Year 4 (1 May 2021 30 April 2022) Item/ Description Total Price Chillicothe Annual Inspection __________________ Semi-Annual Insp. __________________ Cincinnati Ft Thomas KY Annual Inspection __________________ Semi-Annual Insp. __________________ Cleveland Annual Inspection __________________ Semi-Annual Insp. __________________ Semi-Annual Insp. __________________ Columbus Annual Inspection __________________ Semi-Annual Insp. __________________ Dayton Annual Inspection __________________ Semi-Annual Insp. __________________ Ann Arbor Annual Inspection __________________ Semi-Annual Insp. __________________ Battle Creek Annual Inspection __________________ Semi-Annual Insp. __________________ Detroit Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS - Marion Annual Inspection __________________ Semi-Annual Insp. __________________ NIHCS Ft. Wayne Annual Inspection __________________ Semi-Annual Insp. __________________ Saginaw Annual Inspection __________________ Semi-Annual Insp. __________________ TOTAL COST OPTION YEAR 4:_________________ TOTAL BASE YEAR AND OPTIONS:__________________ VA Medical Facilities Locations: Louis Stokes Cleveland VA Medical Center 10701 East Blvd. Cleveland, Ohio 44016-1702 Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, Ohio 45601-9718 Cincinnati VA Medical Center (Ft. Thomas Division) 1000 S. Ft. Thomas Avenue Ft. Thomas, Kentucky 41075-2305 Chalmers Pl Wylie VA Ambulatory Care Center 420 N. James Road Columbus, Ohio 43219-1834 Dayton VA Medical Center 4100 W. 3rd Street Dayton, Ohio 45428-9000 VA Ann Arbor Healthcare System 2215 Fuller Road Ann Arbor, Michigan 48105-2303 Battle Creek VA Medical Center 5500 Armstrong Road Battle Creek, Michigan 49037-7335 John D. Dingell VA Medical Center 4646 John R Street Detroit, Michigan 48201-1916 Northern Indiana Health Care System Marion Campus 1700 East 38th Street Marion, Indiana 46953-4589 Northern Indiana Health Care System Ft. Wayne Campus 2121 Lake Avenue Fort Wayne, Indiana 46805-5100 Aleda E. Lutz VA Medical Center 1500 Weiss Street Saginaw, Michigan 48602-5251 52.233-2 Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Harvey J. McGowan. Harvey J. McGowan Contracting Specialist / Officer Network Contracting Office (NCO) 10 VA Healthcare System Serving Indiana, Michigan and Ohio 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131-2569 Phone: 216-447-8300 Ex. 3792 / 3793 Fax: 216- 447-8310 Email: harvey.mcgowan@va.gov (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0191/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0191 VA250-17-Q-0191_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3383357&FileName=VA250-17-Q-0191-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3383357&FileName=VA250-17-Q-0191-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04456045-W 20170402/170331235037-efa42eb4c87873c3c701c0aad6458123 (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.