Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
DOCUMENT

J -- Chill Water Coils Replacement on 5 air handlers - Attachment

Notice Date
5/5/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA24217Q0567
 
Response Due
5/10/2017
 
Archive Date
5/15/2017
 
Point of Contact
MURRAY, ANTHONY
 
E-Mail Address
Y.MURRAY2@VA.GOV<br
 
Small Business Set-Aside
Total Small Business
 
Description
Page 1 of 6 COMBINED SYNOPSIS/SOLICITATIONS CHILL WATER COILS REPLACEMENT AT THE EAST ORANGE VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items, 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0567. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as total small business set aside open market solicitation. The North American Industry Classification System (NAICS) code is238220, Plumbing, Heating and Air Condition Contractors, with a small business size standard of $15.0 Million. (v) The Contractor shall provide pricing to provide Services below. ANNUAL TOTAL PRICING FOR SECURITY GUARD SERVICE AGREEMENT Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 001. Supervision, Labor and materials for replacement of Chill Water Coils on Five Air Handlers 1 JB (vi) Description of requirement VA New Jersey Healthcare System 385 Tremont Avenue East Orange, NJ 07018 Description/Specifications Statement of Work GENERAL INFORMATION 1. Title of Project: Replace Chill Water Coils VANJHCS 2. Scope of Work: The Contractor shall provide all labor, personnel, equipment, tools, materials, new coil and supervision and other items and services necessary to replace the chill water coils in five air handlers as defined in this Performance Work Statement for the VANJ Health Care System (East Orange Campus). 3. Background: chill water coils for air handlers at VA New Jersey Healthcare System, East Orange Campus failed over the winter and require replacement. 4. Performance Period: Working hour are from 7:00am-4:00 pm Monday-Friday except on federal holidays unless. A schedule will be set upon contract award by the point of contact (POC) or Contracting Officers Representative (COR) if one is appointed. It is expected the work will be completed. The service should be completed no later than thirty (30) days after receipt of award. B. GENERAL REQUIREMENTS SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, new coil and supervision and other items and services necessary to replace the chill water coils in five air handlers as defined in this Performance Work Statement for the VANJ Health Care System (East Orange Campus). Scheduling: The work for task 1 is to be performed after 4:00pm weekdays or on weekends. All other work may be performed during normal business hours. Task 1: G.I. Clinic. LOCATION: Building 1, Floor 2, Room 192H Contractor is to remove insulation on piping to coil to access fitting for disassembly. Contractor is to remove piping as necessary. Contractor is to remove sheet metal to access coil. Contractor to remove and dispose of old coil. Contractor is to install new coil. Contractor is to reinstall sheet metal and seal joints with silicone. Contractor is to reinstall piping. Contractor is to reactivate chill water supply and check for leaks and repair as necessary. Contractor is to re-insulate piping. Contractor is to purchase coil for shipment in three business days. Mainstream part # 4WR-48X90-06F14AL Tubes = 0.625 OD x 0.017 wall copper Fins = 0.006 Corrugated aluminum Casing = 16 gauge galvanized steel. Task 2: AHU-33 (Two coils). LOCATION: Building 1, C-level, Room 132 Contractor is to remove insulation on piping to coils to access fitting for disassembly. Contractor is to remove piping as necessary. Contractor is to remove sheet metal to access coils. Contractor to remove and dispose of old coils. Contractor is to install new coils. Contractor is to reinstall sheet metal and seal joints with silicone. Contractor is to reinstall piping. Contractor is to reactivate chill water supply and check for leaks and repair as necessary. Contractor is to re-insulate piping. Contractor is to purchase coils for shipment in five business days. Mainstream part # 5WR-52X65-06H13AL Tubes = 0.625 OD x 0.017 wall copper Fins = 0.006 Corrugated aluminum Casing = 16 gauge galvanized steel. Task 3: Echo Lab LOCATION: Building 1, 6th Floor Roof, D-Wing Contractor is to remove insulation on piping to coil to access fitting for disassembly. Contractor is to remove piping as necessary. Contractor is to remove sheet metal to access coil. Contractor to remove and dispose of old coil. Contractor is to install new coil. Contractor is to reinstall sheet metal and seal joints with silicone. Contractor is to reinstall piping. Contractor is to reactivate chill water supply and check for leaks and repair as necessary. Contractor is to re-insulate piping. Contractor is to purchase coil for shipment in five business days. Mainstream part # 5WR-52X84-06H9AL Tubes = 0.625 OD x 0.017 wall copper Fins = 0.006 Corrugated aluminum Casing = 16 gauge galvanized steel. Task 4: AHU-12 LOCATION: Building 1, C-level, Room 132 Contractor is to lockout, tagout breakers to the variable speed drives for the supply and return fans. Breaker located next to air handler. Contractor is to remove the variable speed drives so as to be able to remove the coil. Contractor is to remove insulation on piping to coil to access fitting for disassembly. Contractor is to remove piping as necessary. Contractor is to remove sheet metal to access coil. Contractor to remove and dispose of old coil. Contractor is to install new coil. Contractor is to reinstall sheet metal and seal joints with silicone. Contractor is to reinstall piping. Contractor is to reactivate chill water supply and check for leaks and repair as necessary. Contractor is to re-insulate piping. Contractor is to reinstall variable speed drives. Contractor to remove lockout, tagout on breakers, turn on breakers and check operation of the variable speed drives. If all is satisfactory, return to service. Contractor is to purchase coil for shipment in ten business days. Mainstream part # 5WR-45X128-0F12AL Tubes = 0.625 OD x 0.017 wall copper Fins = 0.006 Corrugated aluminum Casing = 16 gauge galvanized steel. Task 5: AHU-13 LOCATION: Building 1, C-level, Room 132 Contractor is to remove insulation on piping to coil to access fitting for disassembly. Contractor is to remove piping as necessary. Contractor is to remove sheet metal to access coil. Contractor to remove and dispose of old coil. Contractor is to install new coil. Contractor is to reinstall sheet metal and seal joints with silicone. Contractor is to reinstall piping. Contractor is to reactivate chill water supply and check for leaks and repair as necessary. Contractor is to re-insulate piping. Contractor is to purchase coil for shipment in ten business days. Mainstream part # 5WR-50X131-04F13AL Tubes = 0.625 OD x 0.017 wall copper Fins = 0.006 Corrugated aluminum Casing = 16 gauge galvanized steel. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES - Contractor will follow all VA, OSHA, and EPA safety policies Lock out and tag out is necessary on equipment, and will be piggy backed off of East Orange staff LOTO. - All systems are to be tested and verified completion with a VA contracting Officers Representative. D. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment. Contractor shall provide certification as required by the Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. All work performed shall be first class in accordance with good manufacturing practices. E. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, all associated working papers, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.215-70 Service-Disabled veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is listed below: 23410 - Heating, Ventilation And Air-Conditioning Mechanic $27.72 (xiv) N/A (xv) This is an open-market total woman owned small business set-aside combined synopsis/solicitation for Chill Water Coils Replacement for (5) Air Handlers at the East Orange VA Medical Center as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 12:00 PM EST. May 10, 2017. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA24217Q0567/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0567 VA242-17-Q-0567.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3473414&FileName=VA242-17-Q-0567-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3473414&FileName=VA242-17-Q-0567-000.docx

 
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: VA NEW JERSEY HEALTH CARE SYSTEM;EAST ORANGE CAMPUS;385 TREMONT AVENUE;EAST ORANGE, NJ 07018
Zip Code: 07018
 
Record
SN04497844-W 20170507/170505234406-c3f21b8d4309ab5832aecf49ccba9d32 (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.