DOCUMENT
H -- VA249-17-AP-5525 Condensing Boiler Preventative Maintenance - Attachment
- Notice Date
- 10/24/2017
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24918Q0061
- Response Due
- 10/27/2017
- Archive Date
- 12/26/2017
- Point of Contact
- Kevin J. Cochran
- E-Mail Address
-
k
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 811310 and sized standard is $7.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: To provide preventive maintenance Preventative Maintenance as specified by manufacturer for Leestown Condensing Boilers (NG & LP) IAW the Statement of Work provided. STATEMENT OF WORK GENERAL INFORMATION INTRODUCTION This requirement is for VAMC Lexington, KY, Leestown Division, Leestown Campus, Building s 1, 2, 3, 4, 16, 17, 25, 27, 28, 29 (20 Boilers) BACKGROUND Provide Preventative Maintenance as specified by manufacturer for Leestown Condensing Boilers (NG & LP) SCOPE OF WORK The Contractor shall furnish all labor, supervision, and material to Provide Preventative Maintenance as specified by manufacturer recommendations for Leestown Condensing Boilers VAMC, Leestown Division, Lexington, KY STATEMENT OF WORK WORK REQUIREMENTS Tasks to be accomplished: Preventative Maintenance services as specified by manufacturer for condensing boilers located at VAMC, Leestown Division, Lexington, Kentucky. Contractor shall furnish all labor, material, equipment and parts to inspect, adjust, calibrate, and repair the chillers listed: Building 01 BOILER-HOTWATER-NG 64258 G-11-1992 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64259 G-11-0752 BOILER-HOTWATER-NG Building 02 BOILER-HOTWATER-NG 64238 757-09-0160 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64239 757-09-0161 BOILER-HOTWATER-NG Building 03 BOILER-HOTWATER-NG 64259 G-11-0752 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64260 G-11-0751 BOILER-HOTWATER-NG Building 04 BOILER-HOTWATER-NG 64240 606-09-0166 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64241 606-09-0149 BOILER-HOTWATER-NG Building 16 BOILER-HOTWATER-NG 64261 G-11-0751 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64262 G-11-0757 BOILER-HOTWATER-NG Building 17 BOILER-HOTWATER-NG 64263 G-11-0754 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64264 G-11-0753 BOILER-HOTWATER-NG Building 25 BOILER-HOTWATER-NG 64265 G-11-0760 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64266 G-11-0756 BOILER-HOTWATER-NG Building 27- (dual fuel) BOILER-HOTWATER-NGLP 64267 G-11-0761 BOILER-HOTWATER-NGLP BOILER-HOTWATER-NGLP 64268 G-11-0764 BOILER-HOTWATER-NGLP Building 28- (dual fuel) BOILER-HOTWATER-NG 64269 G-11-0759 BOILER-HOTWATER-NG BOILER-HOTWATER-NG 64270 G-11-0755 BOILER-HOTWATER-NG Building 29 BOILER-HOTWATER-NGLP 64271 G-11-0762 BOILER-HOTWATER-NGLP BOILER-HOTWATER-NGLP 64271 G-11-0763 BOILER-HOTWATER-NGLP MAINTAIN CONDENSING BOILERS (NG AND LP) Specific Boiler Requirements: PER MANUFACTURERS TECHNICAL INSTRUCTION DOCUMENT (TID) CONDUCT CHECKS, INSPECTIONS AND PARTS REPLACEMENTS. Annual (12 MOS.) Maintenance Requirements 1.5; 2.0; 3.0 (NG&LP); Modulex PER MANUFACTURERS TECHNICAL INSTRUCTION DOCUMENT (TID) CONDUCT CHECKS, INSPECTIONS AND PARTS REPLACEMENTS. Bi-Annual (24 MOS.) Maintenance Requirements 1.5; 2.0; 3.0 (NG&LP); Modulex PER MANUFACTURERS TECHNICAL INSTRUCTION DOCUMENT (TID) CONDUCT CHECKS, INSPECTIONS AND PARTS REPLACEMENTS. QUARTERLY SAFETY CHECKS ARE REQUIRED PER VAMC INSTRUCTIONS AND GUIDANCE TO INCLUDE: LOW GAS PRESSURE SHUT OFF (NG AND LP) HIGH GAS PRESSURE SHUT OFF (NG AND LP) (N/A FOR MODULEX) LOW WATER SHUT OFF AIR FLOW FAULT (N/A FOR MODULEX) Boilers in Buildings 4, 25, 27, 28 and 29 are a two-pipe system design that is shut down for the cooling season (April October). Boilers in Buildings 1, 2, 3, 16 and 17 are in operation yearlong working in conjunction with VAV or four-pipe design. Maintenance needs to be scheduled through the M&O Foreman or his/her designated point of contact and as operation requirements demand. Maintenance records shall be filled out by contractor and maintained by VA for historical and tracking purposes. Additional tasks: Contractor must apply for all applicable construction permits. All work must be completed in accordance with local, State and Federal regulations (including the local Fire Marshal and Lexington s DEEM). Contractor shall provide daily cleanup of work area and trash removal from site. The C&A requirements do not apply, and that a Security Accreditation Package is not required. STATEMENT OF WORK SUPPORTING INFORMATION Place of Performance VA Medical Center, Leestown Division, Lexington KY Period of Performance The Contractor shall perform all work during normal business hours, 8:00am 4:30pm, unless other times are stipulated by the Contracting Officer s Representative (COR). Special Considerations Contractor Furnished Materials All labor, materials, equipment to perform the job. When "furnish", "provide", "install", or similar term is used it shall mean a complete installation, ready for use. Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. Supervision/Communications. At all times during the performance, the Contractor's Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COTR with the telephone number for the Superintendent. The Contractor's "Competent Person" that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor's Competent Person is absent from the job site for an extended period of time, the COTR may send all Contractor/sub-contractor employees off the job. Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order. The Contracting Officer's Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer's Technical Representative will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COTR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. Material and Workmanship (a) All equipment, material, and articles incorporated into the work covered by this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is equal to that named in the specifications, unless otherwise specifically provided in this contract. (b) The Contractor shall obtain the Contracting Officer s approval of the machinery and mechanical and other equipment to be incorporated into the work. When requesting approval, the Contractor shall furnish to the Contracting Officer the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When required by this contract or by the Contracting Officer, the Contractor shall also obtain the Contracting Officer s approval of the material or articles which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall provide full information concerning the material or articles. When directed to do so, the Contractor shall submit samples for approval at the Contractor s expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection. (c) All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require, in writing, that the Contractor remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. Permits and Responsibilities The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (a) The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. (b) The Contractor shall protect from damage all existing improvements and utilities (1) at or near the work site, and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. Cleaning Up The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer or the Contracting Officer's Representative (COR). Accident Prevention (a) The Contractor shall provide and maintain work environments and procedures which will (1) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities; (2) Avoid interruptions of Government operations and delays in project completion dates; and (3) Control costs in the performance of this contract. (b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall (1) Provide appropriate safety barricades, signs, and signal lights; (2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and (3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken.. (d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor s representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. (e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to kevin.cochran2@va.gov with the subject line "Sources Sought Notice # 36C24918Q0061 by Noon on 27 October 2017. Any questions should be emailed to levom.cochran2@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q0061/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918Q0061 36C24918Q0061.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3869561&FileName=36C24918Q0061-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3869561&FileName=36C24918Q0061-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918Q0061 36C24918Q0061.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3869561&FileName=36C24918Q0061-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center Lexington;1101 Veterans Drive;Lexington, KY
- Zip Code: 40502
- Zip Code: 40502
- Record
- SN04721345-W 20171026/171024231023-ab47708f1c6a066731cef7b8fc28a23b (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 |