Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
DOCUMENT

H -- ANNUAL BOILER PM'S BASE PLUS 4 | EDA: 05/01/2018 | CURRENT MS: PRE-SOLICITATION | STATUS: 01/18/2018 - SENDING OUT WELCOME MSSG (MW). - Attachment

Notice Date
4/17/2018
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;WJB Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24718Q0527
 
Response Due
4/27/2018
 
Archive Date
5/7/2018
 
Point of Contact
MARK WEST @ JEFFREY.WEST3@VA.GOV
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q0527 Posted Date: April 17, 2018 Original Response Date: April 27, 2018 Current Response Date: Product or Service Code: H344 Inspection Services/Furnace, Steam Plant, Drying Equipment and Nuclear Reactors Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance Contracting Office Address William Jennings Bryan Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q0527. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5 MILLION. The W.J.B. Dorn VA Medical Center is seeking services FOR ANNUAL ONE-TIME BOILER INSPECTION FOR FOUR (4) BOILERS (THREE 600 HP WATER TUBE AND ONE 400 HP FIRE TUBE) to include all materials, tools and equipment required to complete inspections in accordance with Statement of Work. All interested companies shall provide Quotations for the following: STATEMENT OF WORK INSPECTION OF BOILERS, FEEDWATER DEAERATORS 1. GENERAL: This requirement is for a firm fixed priced service type contract to provide Annual One-Time Boiler Inspection for Four (4) Boilers (three 600 HP water tube and one 400 HP fire tube) located at the WJB Dorn VA Medical Center in Columbia SC. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: This procurement is for a Base Year with the possibility of four (4) one-year option periods. Base Year April 1, 2018 through March 31, 2019 Option Year 1 April 1, 2019 through March 31, 2020 Option Year 2 April 1, 2020 through March 31, 2021 Option Year 3 April 1, 2021 through March 31, 2022 Option Year 4 April 1, 2022 through March 31, 2023 Services are to be performed during normal business hours; Monday through Friday, 8:00 a.m. 5:00 p.m. Excluding weekends and holidays. No overtime is allowed at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification will be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned prior to any work performance. At least a two week s notice shall be provided to the COR prior to any Inspection. Inspections shall be scheduled for periods when VA Medical Center determines that the Boilers that are to be inspected Internally will not be required for steam supply. To maintain steam service only one Boiler at a time will be scheduled for Internal Inspections per Inspection visit. The COR or his/her designate shall be available on site to monitor all Inspections. All safety-related deficiencies shall be immediately reported to the COR during the Inspection visit. The Contractor shall provide all labor, tools, and equipment necessary to perform Annual Internal and External Inspections for Four (4) Boilers (three 600 HP water tube and one 400 HP fire tube). Internal Inspections of the Feedwater Deaerator pressure vessel are required every six years (or more frequently if welding repairs have been performed). Last Inspection was performed in 2016. The next Inspection is due in 2022. Feedwater Deaerator pressure vessel Inspections must be scheduled during periods of low steam demand. The Contractor shall provide Confined Space Procedures prior to performing or gaining access to the Internal Boilers for the inspection work. The Boilers scheduled for Internal Inspection shall be prepared for the Inspection by the VA Medical Center personnel prior to the scheduled arrival of the Inspector. This includes: Cooling the Boilers to near ambient temperature 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 Safety Personnel present in the Boiler Plant. Similar advance preparations shall be made to the Feedwater Deaerator when it is scheduled for Internal Inspection. The Boiler and Feedwater Deaerator Inspections shall comply with the Guidelines in the current issue of the: NATIONAL BOARD INSPECTION CODE, Part RB In-service Inspection of Pressure-Retaining Items ASME Boiler and Pressure Vessel Code, Section VI or VII as applicable. VHA Boiler Plant Safety Device Testing Manual. VA Medical Center requirements as listed in this document. The Contractors Inspector must completely enter the Internal spaces of the Boiler or Feedwater Deaerator and visually inspect all Internal surfaces that can be accessed. The Contractor shall ensure the review the Boiler History includes: 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 Reports on Rests Performed on the Burner Controls and Interlocks The Contractor shall assess the External Parts of the Boilers and Boiler accessories, the piping and valves for safety, accessibility, proper maintenance and operation, cleanliness, and compliance with codes. The Contractor shall inspect for evidence of leakage of combustion gases or fluids, externally and internally, including all gaskets. The Contractor shall inspect foundations for signs of stress such as cracking or movement and any possible issues that may cause damage to the Boilers. The Contractor shall inspect Boilers Externally and Internally for defects including: Bulges Blisters Cracks Wasted or Eroded Material Warping General Corrosion Grooving and Pitting Damaged Insulation. The Contractor shall inspect all accessible Internal surfaces for waterside and fireside deposits, including scaling, sediment, debris, carbon deposits. The Contractor shall complete the following tasks: Examine all stays and stayed plates. Inspect gas side baffles. Inspect Internal drum surfaces and steam separating Internals. Inspect soot blowers and verify proper alignment. Inspect tubes, tube ends and tube alignment. Check for sagging tubes. Verify that all nozzles of Internal piping such as Feedwater admission and bottom blow off collection are clear with no obstructions. Inspect seating surfaces of manways and handholes. Check that Boiler structure is plumb and level with no excessive deformations. Check for missing items such as bolts and nuts. Examine all valve and pipe connections to the pressure vessel. Inspect refractory including burner throat, expansion joint, bull ring, furnace seals, furnace walls and floor. Verify proper alignment of burner assembly. Inspect furnace for evidence of flame impingement. Test operation of water level gage glass. Verify that steam pressure gage is properly calibrated. Test operation of high steam pressure cutouts on hot Boilers by raising steam pressure. Inspect valves on Boiler Feedwater, blowdown, drain and steam systems. Inspect piping connected to the Boilers for evidence of leakage, provision for expansion, provision of adequate support, proper alignment, evidence of detrimental conditions. Inspect piping to the water column, low water cutoffs and alarms, gage glass. Verify that interior of piping is clear of obstructions. The Contractor shall perform Mechanical and Electrical Inspection of Disassembled Low Water Cutouts (disassembly by VA). After reinstallation, required test operation to the extent possible required. Test low water cutouts on Hot Boilers by lowering water level gradually. The Contractor shall inspect and test all Safety Devices and Interlocks on each Boiler/Burner/Equipment. 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 ). The Contractor shall provide recommendations for Non-destructive Testing when the Inspections indicate that this is necessary to assure continued safety and reliability under current operating conditions. Minimum Inspection requirements for Feedwater Deaerators: The Contractor shall 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 post weld heat treatment History of repairs and modifications. The Contractor shall assess the External parts of the Feedwater Deaerator and accessories and piping for safety, accessibility, cleanliness. proper operation, and compliance with codes. Inspect for evidence of leakage. Note: Feedwater Deaerator pressure gage and thermometer readings and verify gage and thermometer accuracy. The Contractor shall 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. The Contractor shall verify that non-condensable gas vent line is open and proper orifice is provided to permit venting of gases. Inspect support structures for proper integrity and allowance for thermal expansion. Internal Inspections (6 year intervals unless otherwise recommended because of welding repairs): The Contractor shall visually inspect all visible pressure vessel surfaces for corrosion, material thinning, deposits, and weld cracking. Inspect spray nozzles and trays. The Contractor s 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. Completely examine all accessible welds utilizing the WFMT test method. Properly prepare the surfaces before testing. 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. 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. Calculate maximum allowable working pressure rating of vessel based on thickness measurements. Calculate depletion rate of material thickness. Qualification Requirements: The Contractor shall provide Technicians Certified as being qualified Level II 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). The Contractor shall provide a Boiler Inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors (NB). The Contractor shall provide a Boiler Inspector who is qualified under 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. The Contractor shall provide a Boiler Inspector who is licensed or registered by the appropriate authority of a State of the United States to write Boiler or pressure vessel insurance. Report Requirements: The Contractor shall provide a written report fully describing all Inspections and Tests performed to include all 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. Provide sketches and photographs as necessary and as requested by owner to show areas identified as not acceptable for continued service or requiring repair. Include test data and calculations. Show locations and extent of all non-destructive testing by sketches. The Contractor shall furnish the report within one week (7 calendar days) of each Facility Inspection in Microsoft Word format by email to the COR and to the VA Headquarters Office designated. The Contractor shall provide recommendations on need for Re-Inspections after correction of deficiencies. Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris must be removed from the facility upon completion of service each day. Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking will be conducted in designated smoking areas only. 6. INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:               Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Basis of Award Project: INSPECTION OF BOILERS, FEEDWATER DEAERATORS A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical. Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance. Must provide a minimum of two (2) past performance experiences related to inspection services in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation.. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB TECHNICAL PAST PERFORMANCE PRICE (Not Rated) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219.14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37, Employment Reports on Veterans [FEB 2016] 52.222-5, 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] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside [JUL 016] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, and Past Performance. All bid offers shall be sent to the: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Firm-Fixed Priced Service 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 bid offers 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:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00 AM EST April 27, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, jeffrey.west3@va.gov. No phone call shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q0527/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0527 36C24718Q0527.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4232651&FileName=36C24718Q0527-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4232651&FileName=36C24718Q0527-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04892484-W 20180419/180417230952-c1fb8dc4e2e711caf37ed9ea824a3e65 (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.