Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2018 FBO #5943
DOCUMENT

J -- Boiler Plant Safety device maintenance, inspection, and testing for VA Greater Los Angeles Healthcare System. (1) Sepulveda Ambulatory Care Center (2) Los Angeles Ambulatory Care Center - Attachment

Notice Date
2/28/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q0275
 
Response Due
3/12/2018
 
Archive Date
5/11/2018
 
Point of Contact
Tue M. Tran
 
E-Mail Address
6-2302<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-96, dated November 6, 2017. Solicitation # 36C26218Q0275 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation. The North American Industry Classification System (NAICS) Code is 238220 and the Small Business Administration s (SBA) size standard is $15 million for this procurement. This procurement will be issued as a total set aside for Veteran-Owned Small Businesses (VOSB), see VAAR Clause 852.219-11. As such, Offerors must be verified as a VOSB on the VA Center for Verification and Evaluation s website located at https://www.vip.vetbiz.gov to be considered for award. The Government is seeking a Contractor to furnish all labor, materials, supplies, equipment and transportation necessary to perform boiler plant safety device maintenance, inspection, calibration, and testing at the VA Greater Los Angeles Healthcare System (VAGLAHS), specifically at Sepulveda Ambulatory Care Center (SACC) and Los Angeles Ambulatory Care Center (LAACC). The maintenance, inspection, calibration, and testing will be performed on an annual and semi-annual basis. Contractor shall perform all testing in accordance with the VHA Boiler Safety Device Testing Manual (4th Edition), VACO Directive 1810, and all other applicable laws / regulations. The Contractor shall have at the minimum, the following qualification, experience and certifications: Shall possess a valid California C4 contractors license (http://www.cslb.ca.gov/About_Us/Library/Licensing_Classifications/C-4_-_Boiler,_Hot_Water_Heating_and_Steam_Fitting_Contractor.aspx). Technician(s) shall have completed at least a one (1) year trade school and have 15 years of experience in this field. The contractor shall be proficient in all maintenance aspects of high pressure steam systems, fire tube boilers, hot water boilers, alternate fuel equipment, tuning, testing, and boiler control operations with the sizes indicated in the SOW. Contractor and/or contractors employees shall have documented knowledge and experience in the design and construction of boiler plants and VA s standard for construction and testing of safety devices. The following are specific standards: CA South Coast Air Quality Management requirements, local / state inspections, the Joint Commission Standards, NFPA 85, Boiler and Combustion Systems Hazards Code, VHA Directive 1810, and VHA Boiler Plant Safety Device Testing Manual, 4th Edition 2017 Please see attached SF 1449 Solicitation for Statement of Work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: (1) Sepulveda Ambulatory Care Center (SACC), 16111 Plummer St, Building 202, North Hills, CA 91343 and (2) Los Angeles Ambulatory Care Center (LAACC), 351 East Temple St., Los Angeles, CA 90012 Period of Performance: Base year and up to four (4) one (1) year option periods. The following provisions / clauses: 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. The attached SF 1449 has additional provisions / clauses Offerors shall review and be aware of. Provision 52.212-2 is utilizing lowest price as the basis of award, but Offerors are reminded they still must meet the qualifications as outline in in paragraph 9 (contractor qualifications) of the SOW. The Government s intent is to award without discussions. Site Visit: Attendance is NOT mandatory, but highly encouraged so offeror(s) can inspect the site(s) where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent the information is reasonably obtainable. This will be the only site visit provided by the Government. Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. A site visit is scheduled for March 7, 2018 at 10:00 AM PST. All offerors will meet at Sepulveda Ambulatory Care Center (SACC) located at 16111 Plummer St., Building 202, North Hills, CA 91343. Offeror(s) will meet with Tue M. Tran, Contract Specialist at Building 202, as he will be hosting the site visit. Offerors can park in the parking lot that is in front of the building. Offerors will be provided an opportunity to visit all two (2) facilities to survey the site conditions during the site visit. Interested parties should sign up in advance to attend the site visit by notifying the Contract Specialist Tue M. Tran via email at tue.tran@va.gov no later than 1:00 PM PST on Monday, March 5, 2018. The email must include the following: Subject of email: RFQ # 36C26218Q0275 VAGLAHS Boiler Plant Safety Device Maintenance, Inspection, Calibration, and Testing Site Visit Request Body of email: Company Name; Point of Contact, phone number and email address; and List of all attendees (no more than 3 attendees per company) Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price is the only factor that will be used to evaluate offers. Award will be made to the lowest priced offer that is determined to be reasonable. After making selection of the lowest price offeror, the Contracting Officer will determine if the selected offeror is responsible. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility apply to this procurement: Specialized experienced: Shall possess a valid California C4 contractors license (http://www.cslb.ca.gov/About_Us/Library/Licensing_Classifications/C-4_-_Boiler,_Hot_Water_Heating_and_Steam_Fitting_Contractor.aspx). Technician(s) shall have completed at least a one (1) year trade school and have 15 years of experience in this field. Special Requirement - Special Standard of Responsibility: The offeror shall provide evidence of C-4 contractor s license, one (1) trade school in boiler systems, and 15 years of experience in this field for all technicians assigned to this contract. Offeror shall submit this required information with their offer and should in a Microsoft Word or Adobe format. Those offerors who fail to meet the special responsibility standard will not be eligible to receive a contract award Submitting Quote: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Price/Cost Schedule found in section B.3 (pages 5-9) of the SF 1449. Complete box 17a of page and sign/print/date in box 30a/b/c/ of page 1. Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Tue Tran via email at tue.tran@va.gov. Ensure to reference solicitation RFQ # 36C26218Q0275 VAGLAHS Boiler Plant Safety Device Maintenance, Inspection, Calibration, and Testing in the subject line of the email. Offerors are reminded to thoroughly review the solicitation in its entirety and shall submit their quote using the Price/Cost Schedule found in section B.4 (pages 13-15) of the SF 1449. Offerors shall also submit evidence they can meet the qualifications of section 8 of the SOW; this should in a Microsoft Word or Adobe. Finally, Offerors must submit their current VOSB certification from the VA Center for Verification and Evaluation s website located at https://www.vip.vetbiz.gov. Submission Deadline: All offer(s) shall be received by March 12, 2018 by 12:00 PM PST (see block 8 of the 1st page of the SF 1449). Offer(s) received after the prescribed deadline, may be considered non-responsive and may not be considered for award. Questions or Inquiries: Any immediate question(s) or concern(s) please contact Tue M. Tran via phone at 562-766-2302 or email at tue.tran@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0275/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q0275 36C26218Q0275_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117463&FileName=36C26218Q0275-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117463&FileName=36C26218Q0275-000.docx

 
File Name: 36C26218Q0275 S02 - 1449 - SACC LAACC BOILER - 36C26218Q0275.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117464&FileName=36C26218Q0275-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117464&FileName=36C26218Q0275-001.docx

 
File Name: 36C26218Q0275 D.1 - WAGE DETERMINATIONS (WD) 15-5613 (REV-9) DATED 1.16.18.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117465&FileName=36C26218Q0275-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117465&FileName=36C26218Q0275-002.pdf

 
File Name: 36C26218Q0275 D.2 - VHA DIRECTIVE 1810 DATED 2.6.17.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117466&FileName=36C26218Q0275-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117466&FileName=36C26218Q0275-003.pdf

 
File Name: 36C26218Q0275 D.3 - VHA BOILER SAFETY DEVICE TESTING MANUAL 4th EDITION.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117467&FileName=36C26218Q0275-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4117467&FileName=36C26218Q0275-004.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04837251-W 20180302/180228230845-b44a4c4e48359b9e9caefadb3b65c286 (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.