Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2017 FBO #5614
DOCUMENT

S -- Chemical Treatment for Boiler and Chiller Plant Southeast Louisiana Veterans Healthcare System 2400 Canal Street New Orleans, LA - Attachment

Notice Date
4/5/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;1555 Poydras Street;Suite 1895;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
VA25617Q0462
 
Response Due
4/26/2017
 
Archive Date
8/3/2017
 
Point of Contact
C.Robert Oravetz
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 3 This is a notice to all offerors that FedBizOpps Combined Synopsis Solicitation VA25617Q0462 is being amended to add/change the following: Change solicitation response date from 4/12/2017 to 4/26/2017. Extend the date for acceptance of questions about the solicitation from 3/31/2017 to 4/14/2017. Change page 32 of the solicitation (Offer Submission Guidance) to incorporate these changes to read the following (listed below). Add a site visit to this solicitation. Change the following statement on page 2 of the solicitation: Change From: A Pre Proposal Conference or Site Visit will not be scheduled and is not available. Change To: A Pre Proposal Conference will not be scheduled however a site visit will be scheduled. Add a site map to the solicitation entitled Attachment 1 SITE PLAN OFFER SUBMISSION GUIDANCE: Offer Submission Guidance: Offers shall be submitted via e-mail only to C. Robert Oravetz, Contract Specialist, christopher.oravetz@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than Wednesday, April 26th by 3:00 p.m. CDT (New Orleans, LA). Any contractor submissions or requests for information received after the closing date and time of this solicitation (for any reason) are late, and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the final response date of Wednesday, April 26th by 3:00 p.m. CDT (New Orleans, LA) with their best offer. Solicitation Questions: Questions about this solicitation shall be accepted up until Friday, April 14, 2017 by 3:00 p.m. CDT (New Orleans, LA). Questions (to include requests for additional information/clarification) shall be submitted using attachment S02_Solicitation Questions Request Form that is attached to this solicitation. Questions shall be submitted via e-mail only to C. Robert Oravetz, Contract Specialist, christopher.oravetz@va.gov. No additional questions or requests for information/clarification shall be accepted after Friday, April 14th, 2017 by 3:00 p.m. CDT (New Orleans, LA). All questions/answers will be posted via an amendment to this solicitation. It is the responsibility of the contractor to monitor FedBizOpps for any and all amendments to this solicitation. Questions shall only be accepted from those parties who are an interested party to this solicitation. As this solicitation has been set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB s) questions shall only be accepted from Service Disabled Veteran Owned Small Businesses (SDVOSB s). Questions (to include requests for information/clarification) from contractors in other socioeconomic categories shall not be accepted. Site Visit A site visit is being added to this solicitation per the request of the end user/requestor. This site visit is being added for the benefit of all offerors and is not being included/added to accommodate any one offeror for this requirement. The date/time for this site visit was chosen at random and is solely based on site availability and the availability of the facility personnel who will be conducting this site visit. It is recommended (but not required) that all interested and eligible offerors attend this site visit. Generally speaking site visits can be beneficial to potential offerors. Therefore offerors are encouraged to take advantage of this site visit opportunity. Purpose: The overall purpose and scope of this requirement remains the same. A site visit will be conducted in order to give interested offerors an opportunity to visually survey the equipment listed below (also listed in the PWS within this solicitation) so that they can better familiarize themselves with Performance Work Statement (PWS) requirements when preparing and submitting their offer in response to this solicitation. The site visit involves the equipment listed below. 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Domestic Water Loop System 5 8 Heating Water Loop System 6 1 Domestic Water Tank (450,000 Gallons) 7 12 Cooling Towers Scope: This site visit is for viewing purposes only and is intended to give potential offerors a first hand look of the locations of equipment, the site itself, and the environment in which future services will be conducted. Attendees should not expect a hands on experience. Attendees will not be permitted to touch, handle, operate, use, maintain, or service any of the equipment listed above and referenced in this solicitation. Photography is not permitted during the site visit. Training will not be provided or conducted during the site visit. Contractors will also not be given instructions or guidance on how equipment should be serviced or maintained. During the course/conduct of the site visit vendor questions will not be answered or addressed. As all questions must be submitted in writing site visit attendees are strongly encouraged to write down their questions and then submit these questions immediately following the site visit to the contracting offer or their designee who will be present. All vendor questions about the site visit or the solicitation shall be submitted on or before April 14th in accordance with the instructions listed in the Offer Submission Guidance section of the solicitation. The terms and conditions of this solicitation (to include Performance Work Statement requirements) will remain the same despite an offeror s inability or unwillingness to attend this site visit when scheduled. An alternate site visit date or an additional site visit opportunity shall not be provided to offerors who can t/don t attend the single site visit that is planned for this requirement. Minutes, records, or proceedings to include I couldn t attend, what did I miss? type of information shall also not be provided to any offeror once the site visit has been concluded. Date: The site visit will be conducted on Wednesday, April 12th. Location: The location of the site visit is as follows: Southeast Louisiana Veterans Healthcare System, 2400 Canal Street, New Orleans, LA 70119. All of the equipment to be maintained is located in various areas at this address. Time: The site visit will begin at 9:00 a.m. (CDT), at the Central Energy Plant Room, 3N-122. Duration: The site visit is expected to last on or about two (2) hours from 9:00 a.m. (start time) to 11:00 a.m. (end time). Contractor Meeting Point: On the day of the site visit contractors shall meet at the following location (i.e. the rallying point). The rallying point is located at 2400 Canal Street, New Orleans, LA 70119, BLDG 7 Central Energy Plant (CEP) Room 3N-122. Attendees are encouraged to review the site map that accompanies this solicitation. Point of Contact is Tony Clark, Cell Phone Number 504-343-8563. The office number for Central Energy Plant (CEP) is 504-507-7010. It is recommended that attendees be punctual and arrive 10-15 minutes prior to the start time to allow for unexpected delays or occurrences. The site visit is expected to start on time and when scheduled. Special accommodations will not be made for late attendees to include waiting for potential attendees to arrive at the rallying point. Parking: Parking for site attendees is not guaranteed and may or may not be available depending on mission requirements (patient volume) and/or site availability. Site attendees may park in the following areas: employee parking garage located at Rochenblave Street (and annotated as Staff Garage 04 on the site map). While it is expected that parking will be available, free/no cost parking is not guaranteed and parking fees incurred by site attendees will not be reimbursed. Site Access (Contractor Responsibilities): Access to the medical facility (to include access to site visit areas) is restricted and is only open to authorized personnel. As the medical facility is not a public building with open and unrestricted access arrangements must be made by site visit coordinators in advance so that proposed attendees can be granted the appropriate accesses to the facility and site areas. Interested contractors who wish to attend the site visit shall provide a by name of list of their attendees to Tony Clark, 504-343-8563, tony.clark@va.gov no later than Monday, April 10th by 3:00 p.m. (CDT) to ensure that such access is granted. Uniform: The site visit will be conducted in an industrial setting. Formal, semi-formal, business attire and business casual dress is not recommended. While it is not anticipated that attendees will get dirty during their participation in the site visit an appropriate attire should be chosen for an industrial setting. Personal Protective Equipment (PPE): Personal Protective Equipment (PPE) is mandatory for this site visit. The following Personal Protective Equipment (PPE) shall be worn while the site visit is in progress and/or while in site visit areas: Safety Steel Toe Shoes. Additional Personal Protective Equipment (PPE) may be worn if preferred however only safety steel toe shoes are mandatory. Personal Protective Equipment (PPE) shall not be provided by the Government. It is the responsibility of site visit attendees to bring their own Personal Protective Equipment (PPE) if attending the site visit. Site attendees who do not have (or who elect not wear) Personal Protective Equipment (PPE) will not be allowed able to participate. Additional Information / Site Visit Questions Only: For additional information or clarification regarding this site visit please contact Tony Clark, Office number 504-507-2000 ext 77016 or by e-mail tony.clark@va.gov. Mr. Clark shall be contacted for site visit questions only. Questions about the solicitation or questions that arise during or after the site visit has been completed shall be submitted to Contracting in accordance with submittal instructions and due dates that have been provided in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617Q0462/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-0462 VA256-17-Q-0462_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3393937&FileName=VA256-17-Q-0462-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3393937&FileName=VA256-17-Q-0462-005.docx

 
File Name: VA256-17-Q-0462 Attachment 1 - SITE PLAN.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3393938&FileName=VA256-17-Q-0462-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3393938&FileName=VA256-17-Q-0462-006.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Southeast Louisiana Veterans Healthcare System;2400 Canal Street;New Orleans, LA 70119
Zip Code: 70119
 
Record
SN04461477-W 20170407/170405235544-08c185a7af289d05d87c94508949960f (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.