Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
DOCUMENT

J -- Boiler Burner Management System Services (Semi-Annual) - Attachment

Notice Date
8/15/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26118Q9409
 
Archive Date
9/14/2018
 
Point of Contact
Larry Facio
 
Small Business Set-Aside
N/A
 
Description
Page 5 of 5 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The Department of Veterans Affairs, Network Contracting Office (NCO21) is posting this Sources Sought Announcement to assist in our decision making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contract Specialist. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 08/22/2018 by 4:00 p.m. (Pacific Time). Description of requirement and submittal requirements are as follows: Description: Government seeks contractor to provide onsite Boiler Burner Management System Controls Maintenance at Veterans Affairs Palo Alto Health Care System locations: Palo Alto Division, Livermore Division, and Menlo Park Division See SOW below. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. At a minimum, the following information shall be provided: Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 811310 ($7.5 Million). 5. Provide a summary of the type of services performed and experience as it relates to Boiler Burner Management System Controls Maintenance. 6. DUNS Number 7. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award. Statement of Work Burner Management System Controls Maintenance VA Palo Alto Health Care System Section 1: General Information 1.1 General: This is a non-personal services contract to provide Burner Management System Controls Maintenance for the VA Palo Alto Health Care System (VAPAHCS), Palo Alto, Ca. Contractor shall furnish all labor, materials and equipment necessary to inspect, calibrate and repair all Burner Management System (BMS) controls pertaining to burner operation of the steaming boilers located at the three VAPAHCS divisions on an semi-annual basis. 1.2 Period of Performance: Base Year: October 1, 2018 to September 30, 2019 Option Year #1: October 1, 2019 to September 30, 2020 Option Year #2: October 1, 2020 to September 30, 2021 Option Year #3: October 1, 2021 to September 30, 2022 Option Year #4: October 1, 2022 to September 30, 2023 1.3 Place of Performance: Veterans Affairs Palo Alto Health Care System Palo Alto Division 3801 Miranda Avenue Palo Alto, CA 94304 Livermore Division 4951 Arroyo Road Livermore, CA 94550 Menlo Park Division 795 Willow Road Menlo Park, CA 94025 1.4 Type of Contract: The government will award a Firm Fixed Price contract. 1.5 Invoicing: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. More information on the VA Financial Services Center is available at http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: 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 Contractor shall submit final invoice after the completion of repairs. Invoice shall include the Contract number, Purchase Order number, Order Date, Performance Period, Description of Services and itemized prices as negotiated. Section 2: Definitions & Acronyms COR Contract Officer Representative VA - Department of Veterans Affairs Section 3: Government Furnished Property, Equipment, and Services N/A Section 4: Contractor Furnished Items and Services Per Section 5 Section 5: Specific Tasks Contractor shall service six boilers for maximum efficiency at all firing ranges. Boilers are to be adjusted for maximum efficiency on gas and oil fuels. Service shall including minor adjustments to BMS related safety devices that are necessary for the safety operation of the boilers. Quantity, Type, and Location of boilers: 2 x Nebraska 1045 hp Water tube Boilers located at Palo Alto Division 2 x Johnston 250 hp Fire tube Boiler located at Livermore Division 2 x Nebraska 594 hp Water tube Boilers located at Menlo Park Division 5.1 Description Of The Services: A general review of the boiler equipment operation and isolate areas requiring attention. Inspect hardware, determine if replacement parts are needed and order same. Inspect all burner components. Perform physical and operational check on all burner safety devices, referencing VHA Boiler Plant Safety Device Testing Manual covering testing methods. Reset fuel/air ratios on all burners and verify repeatability and insure emissions are in compliance with Bay Area Air Quality Standards. Review burner operation and safety issues with VA boiler operators. Provide general instructions to operators as necessary. Advise VA of any upgrades or equipment enhancements for improvement of safety, reliability and performance. Review burner part inventory. 5.1.1 Contractor is to provide a written report containing results and data from maintenance inspections. The summary page of the report shall include the form, VAPAHCS Safety Device Testing Tracking. A copy of this form will be provided by the Contracting Officer s Representative (COR). The complete service report package shall be sent electronically to the COR, and a copy provided to the Contracting Officer for inclusion in the contract file. 5.2 Preventive Maintenance Procedures: Within fifteen (15) days of contact award, but no later than the performance of the of the first servicing of the equipment, the Contractor shall furnish one (1) copy of its Preventive Maintenance Procedures (PMP) which will be used during the PM services. Copy shall be given to the COR and a copy provided to the Contracting Officer for inclusion in the contract file. 5.3 Written Maintenance Procedures Contractor shall adhere to VA s Joint Commission for Accreditation of Health Care Organization (JCAHO) accreditation and shall be received prior to the work performance. No invoice will be certified for payment unless VA has received a copy of Contractor s Preventive Maintenance Procedures. 5.4 Service Calls: Contractor shall provide, at minimum, two (2) preventive maintenance calls per year at each VA location. Four days per preventive maintenance call, at each VA location, for a total of twenty-four (24) days each year, shall be scheduled. After contract award and prior to any work performed, Contractor shall provide a schedule, indicating dates when service will be accomplished. A copy will be given to the COR and a copy to the Contracting Officer for inclusion into the contract file. Contractor will have a local office that will have a qualified technician who is able to respond to an emergency service request within 24 hours of request. It is understood that emergency response charges will be based on a previously provided hourly rate schedule and replacement part(s) cost. 5.5 Authorized Work The contractor shall not commence with any tasks or work outside the parameters of the scope of the contract. If work is required outside the scope, the contractor shall contact the COR and communicate the details. Final approval for this work will be from the Contracting Officer. Section 6: Arrival and Departure Procedures: Contractor s personnel shall be required to sign in and out with VA Engineering Boiler Plant Supervisor or designee, upon arrival at VAPAHCS to perform services and upon completion of service. Names, location and telephone numbers of these individuals will be provided by VA at the time of award and a copy of the Contracting Officer s Representative (COR) delegation. In order to ensure prompt payment for services performed, it is imperative the Contractor personnel follow this procedure. Payment for services rendered will not be certified or processed without verification against the sign in/out log. Section 7: Attachments 7.1 VA Handbook 6500.6, Contract Security, Appendix C is available at https://www.voa.va.gov/DocumentView.aspx?DocumentID=228
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9409/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9409 36C26118Q9409_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4543494&FileName=36C26118Q9409-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4543494&FileName=36C26118Q9409-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05039022-W 20180817/180815231448-bf8b895dc863ebaef6291ffa506af842 (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.