Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
DOCUMENT

12 -- Replace Fire Pump repair - Attachment

Notice Date
8/21/2018
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24718Q9331
 
Response Due
8/23/2018
 
Archive Date
9/22/2018
 
Point of Contact
Darlene.Chase@va.gov
 
E-Mail Address
darlene.chase@va.gov
(Darlene.Chase@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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 on this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ), and a written solicitation document will not be issued. The solicitation number is 36C24718Q9331. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-99 effective July 16th, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 and the Small Business Size standard is $7.5 Million. This combined/synopsis solicitation is set aside for Veteran Owned Small Businesses (VOSB s) in accordance with VAAR 852.219-10. Only VA verified VOSB s in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. This RFQ is set-aside for 100% Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses. The Charlie Norwood VA Medical Center (CNVAMC) Augusta, GA requires a contractor shall provide all labor, Supervision and equipment required to replace one (1) existing Patterson Fire pump, controller panel and one (1) Grundfos Jockey pump and controller located in GG100, building 110, and install new Fire pump motor with soft start controller. GENERAL INFORMATION Description: Fire Pump and Jockey Pump replacement Purchase of Contract. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor shall provide minimum specifications contained herein. Work shall meet all applicable codes and regulations and is subject to the terms and conditions of the contract. Background: The current Fire Pump is past the life expectance and is beyond economical repair. Performance Period: One-time replacement 1 General section: 1.1 Title of Acquisition: Fire Pump replacement GG100 BLDG 110 1.2 Scope of Work: Vendor shall provide all labor, materials and equipment required to replace one (1) existing Patterson 750 GPM/95 PSI Main Fire pump and controller panel and one (1) Grundfos auxiliary Jockey pump and controller located in GG100, building 110. Vendor will install new Main Fire Pump assembly with soft start controller as well as the replace the auxiliary Jockey pump and controller in room GG100 Bldg. 110 in accordance with the most current versions of NFPA 20 and NFPA 70, all electrical work will comply with NFPA 70e. Vendor shall provide a Fire Pump Assembly assembly that meets or exceeds the demands of the facility system based on but not limited to historical pump performance data, full flow test, system design review, boiler plate demand data etc. to ensure new assembly will meet the performance requirements of the system. The fire pump shall be electric driven and have a minimum capacity of 750 GPM s with a rated net pressure of 95 PSI. The Fire Pump shall furnish not less than 150% of the rated flow capacity and not less than 65% of rated net pressure. Vendor shall design, and install a fire pump test header that meets the requirements of NFPA 20 for full flow testing of the pump. Vendor shall install a flow meter to meet the requirements of NFPA 20. 1.3 Background: The current Fire Pump is past the life expectance and is beyond economical repair. 1.4 Performance Period: One-time replacement 1.5 Contract type: Firm Fixed Price 1.6 Place of Performance: Charlie Norwood VA Medical Center, 1 Freedom Way (Uptown Division Mech Room GG100 Bldg. 110). 1.7 Work Hours: Work will be performed between the hours 7:00 pm Friday and Midnight the following Sunday. Work shall be scheduled by agreement between the Charlie Norwood VAMC engineering division and the service contractor. 2. CONTRACT AWARD MEETING 2.1 The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer has conducted a Post Award meeting or has advised the contractor that a Post Award meeting is waived.                 3. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES           Description of Tasks and Associated Deliverables: 3.1 Vendor to provide certified, licensed, service technician(s) to replace the main fire pump and auxiliary Jockey Pump at Charlie Norwood VAMC Uptown Division in Augusta, GA. The contractor shall complete the work required under this SOW within 30 calendar days or less from date of award unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Controls needs to BACnet compatible. 3.2 Vendor shall remove existing Fire and Jockey Pump including controllers, disconnecting electric wiring and existing piping. Vendor shall install new Fire Pump and Jockey Pump with new controllers and reconnect electric wiring and piping. The controller for the Fire Pump will be a soft start controller and have a transfer switch for emergency power. Contractor will also remove and replace the flow meter to the most current model to date. Contractor shall comply with all requirements set forth by National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA) and the Joint Commission, to include NFPA 20: National Electric Code NFPA 70 and NFPA 101; Life Safety Code. Further, the contractor shall follow safety precautions including the use of personal protective equipment (i.e. proper attire, masks, gloves, and eye protection). 3.3 Vendor shall provide a centrifugal horizontal split case fire pump that shall be automatic start and manual stop. The pump shall start automatically at 10 psi below jockey pump start pressure. The fire pump shall be 460V/3/60. The electric motor driver shall be of required HP and RPM. 3.4 Vendor shall provide an automatic, solid state, soft start controller. The controller shall be completely wired, ready for field connections and mounted in a NEMA 2 rated enclosure. The controller will incorporate the following features; a. A minimum run timer to prevent short cycling. b. Digital readouts of the voltage, phase, amperage of each phase and frequency. c. Shall monitor isolation switch open on secondary source, secondary source operation, fire pump running, loss of phase or line power, and phase reversal. d. Alarms will be visually displayed on the front of the controller by visual indicator lamps. e. The fire pump controller shall be equipped with terminals for remote monitoring of secondary power operation, pump running, loss of power, and phase reversal. f. All fire pump alarms and signals required by NFPA 20 for remote monitoring shall be supervised by the main fire alarm system, including isolation switch open on secondary source, secondary source operation, fire pump running, loss of phase or line power, and phase reversal. All alarm signals shall be monitored as fire alarm supervisory signals. g. The fire pump controller shall be provided with voltage surge arrestors installed in accordance with NFPA 20. h. An automatic transfer switch shall be factory assembled and packaged as a unit with the fire pump controller. i. The controller shall be equipped with a USB port for information download and include a minimum 3000 event recorder. J. Vendor will also provide and replace Two 8 check valves and Four 8 gate valve located in GG100 and GD100 of BLDG 110. 3.5 Vendor shall provide an electric motor driven, horizontal or vertical shaft type jockey pump with a minimum flow rate of 60 GPM and pressure in accordance with NFPA 20. The pump shall be equipped with a bourbon tube pressure switch or solid-state pressure switch with independent high and low adjustments for automatic starting and stopping. 3.6 Vendor shall provide a jockey pump controller arranged for automatic and Manual starting and stopping. The controller shall be equipped with a manual-off-automatic switch and be factory assembled and pre-wired, Ready for field connections in a rated NEMA 2 enclosure. No minimum run timer is allowed. 3.7 All associated piping, switches, gauges, hangers, signs, valves and installation shall meet the requirements of the most current version of NFPA 20 and NFPA 70 and section 21 30 13 of the VA master specifications For fire pump installations. 3.8 Vendor shall provide submittals for; a. Main fire pump assembly and controller. b. Jockey Pump assembly and controller. c. Copy of installing contractors fire sprinkler certification and license. d. Centrifugal Fire Pump acceptance form. 3.9 Vendor will perform a final fire pump test and provide copies of a completed acceptance test form and any certificates. The graph on the acceptance test form shall be annotated to show; water supply available, manufacturers certified pump curve, acceptance test curve, and water supply and acceptance test curve combined. The vendor shall also provide 2 two hard copies and one pdf or disk of the operating and maintenance manuals that include step by step procedures. The manuals shall include the manufacturers name, model, serial number, parts list, simplified wiring diagram, troubleshooting guide, and recommended service for each. 4. REPORTING                           4.1 For services performed after hours, the contractor s technician is to report to the Maintenance Supervisor Stephen Grenade 706-733-0188 Ext 6002 or 706-305-7538 4.2 After work is completed, the contractor s technician(s) are to submit in writing, a complete report of services performed for each item of equipment. The Supervisor, or his designee, must sign the service report before the technician(s) leave the facility 5. CHANGES TO STATEMENT OF WORK 5.1 Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a folder along with all other pertinent information. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor 7. GOVERNMENT RESPONSIBILITIES: 7.1 The Government will allow the use of the Facilities lift system located in GG100 BLDG 110 as to where the Fire Pump and Jockey Pump can be lowered down to the Mech room floor. 7.2 The Government will provide access to Mech room GG100, BLDG 110 where the Fire Pump and Jockey Pump are located and access to the electrical panels that are associated with the project. The government will secure the electric service to both services utilizing a combined LOTO device to be secured by the government and the contractor. 7.3 Contracting Officer Representative (COR) shall obtain PIV Badges in accordance with VA Directive 0710 if needed. 7.4 COR will certify all invoices in a timely manner upon receipt from Contractor. 7.5 COR will document contractor s performance in Contractor Performance Assessment Reporting System (CPARS) 7.6 the Government will assist in the fire watch responsibilities. 8.VENDOR RESPONSIBILITIES: 8.1 Vendor will ensure proper wiring sizing for the motor operation 8.2 Vendor will provide written proof to the COR that one (1) Fire Pump and the one (1) Jockey pump is in proper working order before leaving the work site when the project is finished and that it has been recertified and inspected as to where it is up to code. 8.3 Vendor will be responsible for any damage that may accrue cause by the Vendor to VA property during the project. 8.4 Vendor will have the manufacture representative to certify start of the fire pump and jockey pump 9. SECURITY: 9.1 Contractor shall comply with security measures as required by the CNVAMC to include wearing of appropriate identification badges in accordance with VA Directive 0710 10. Key Personnel 10.1 All contracted personnel performing under this contract shall comply with the terms and conditions of the SOW. Name Position Title Wage Skillset ID Qualified Service Technician Yes/No 11. INVOICES: 11.1 Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the contractor, validated by the COR, and submitted to VA FSC, P. O. BOX 149971, AUSTIN, TX 78714. 11.2 A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total amount due 12. Quality Assurance Surveillance Plan (QASP) Matrix REQUIRED SERVICE PERFORMANCE STANDARD MONITORING METHOD INCENTIVE/DISINCENTIVES FOR MEETING OR NOT MEETING THE PERFORMANCE STANDARDS Please note: a site visit will need to be performed before any services can be performed. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB ____________ ____________ 1 Fire Pump Replacement Part# 4434 Vendor to provide certified, licensed, service technician(s) to replace the main fire pump and auxiliary Jockey Pump at Charlie Norwood VAMC Uptown Division in Augusta, GA. The contractor shall complete the work required under this SOW within 30 calendar days or less from date of award unless otherwise directed by the Contracting Officer (CO). GRAND TOTAL The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Paragraph (c) is modified to read as follows: (c) Period for the acceptance of offers. The offeror agrees to hold the prices in its offer for 90 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to make award to the lowest priced technically acceptable. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: EVALUATION FACTORS FOR PROPOSALS The lowest price technically acceptable source selection process will be used as basis of award. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors. The following evaluation factors will be used: Technical Past Performance Price The lowest price technically acceptable (LPTA) source selection process will be used as basis of award for these services. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors with appropriate consideration given to the evaluation factors. AWARD CRITERIA The Contracting Officer (CO) intends to award this contract to the Offeror representing the best value to the Government based off lowest price technically acceptable in accordance with FAR Part 15. The criteria for evaluation are: 1) Technical 2) Past Performance; 3) Price. When combined, Technical and Past Performance are significantly less important than price. EVALUATION CRITEIRA All proposals shall be subject to evaluation by a team of Government personnel. The evaluation process will consider the following: Technical #1) Names and resumes of employees and prospective employees who are known to the Contractor that are anticipated to fulfill the services of this scope of work should be submitted as part of the vendor's technical proposal. Where employees' names are not known, the use of position titles and job description will be acceptable. Prospective employees may provide letter of commitments in writing and copies of any licenses or certifications are a plus. The qualifications of contractor employees have greater weight than subcontractors. Detail prior experience in providing services similar to those required by this solicitation. Emphasis shall be placed upon prior contractual experience that is the same as or equivalent to that required by this solicitation. The offers description of prior contractual experience shall include a description of the type of work performed. Offers may provide copies of the contract technical requirements to illustrate the type of work. #2) Offers shall provide a detailed management plan describing their proposed capability and methods to manage the performance of all work. The plan shall be organized, specific and complete in detail, realistic, and provide a straightforward delineation of the proposed management system. The plan shall contain all proposed management policies and organization charts proposed to implement the plan. Past Performance #1) Submit names, locations and dates where the same type of work was performed previously. Price The Government will consider award to lowest priced technically acceptable Offeror. *ALL factors must be rated ACCEPTABLE/SATISFACTORY to be considered for award. Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror s proposal meets the performance and technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be technically acceptable, award will be based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposals that fail to meet specified minimum performance and technical capability requirements defined in the SOW. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. GENERAL INSTRUCTIONS Electronic Submissions: Offerors must email their proposals for the items described above and are due by 5:00PM EST. on Thursday August 23rd 2018 to Darlene Chase at Darlene.Chase@va.gov Please include the solicitation number and DUNS number in the Subject line. Late offers will not be accepted and no telephonic inquiries will be accepted. Any attachments must be readable using Microsoft Office or Adobe PDF. The size of the email is limited to 5 megabytes (MB) but multiple emails are allowable. Proposals must be submitted electronically and will not be accepted through fax or postal mail. All questions regarding this solicitation must be emailed to Darlene.Chase@va.gov The last date for questions and answers will be on Wednesday August 22nd 2018 by 12 noon EST. Questions must be submitted to the Contracting Officer in writing by the date specified in the FBO posting. Questions received later than that period of time may not be answered. Verbal inquiries or questions will not be addressed or accepted. Proposals must be submitted in three separate and detachable parts as listed below: (1) Technical Proposal, (2) Past performance Proposal and; 3) Price. One copy of the technical and price proposal shall be submitted as identified on Page 1, Block 28. The Technical Proposal shall contain no discussion of price. The Price proposal shall consist of the completed entire solicitation document. The proposal shall be signed by an official authorized to bind your organization. The proposal may be signed using the SF 1449 or the offeror s letterhead stationary. All amendments to the solicitation must be acknowledged in the proposal. Award will be made to an offeror on the basis of the lowest priced proposal meeting the technical acceptability standard (In accordance with FAR 15.101-2). The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Furthermore, if discussions are to be conducted the Government will establish a competitive range. The competitive range shall be comprised of the most highly rated proposals, unless the range is further reduced for purposes of efficiency pursuant to FAR 15.306(c)(2) and discussions will be held with the offerors in the competitive range. Upon completion of discussions, all offerors still in the competitive range will be provided an opportunity to submit a final proposal revision. A common cut-off date for submission of final proposal revisions will be established. However, during the evaluation process, the Government may, solely at its discretion, communicate with the offeror for clarification purposes. At any time prior to selection, including upon receipt of proposals, the Government may exclude a proposal from further consideration for reasons such as (but not limited to): Non-compliance with instructions related to the solicitation; the Proposal is not among the most highly rated; or the Proposal is not likely to be selected for award. If proposal revisions are allowed, the Government may, solely at its discretion, impose non-common due dates for revisions. In other words, the Government may elect to have a proposal revision date for an offeror that is different than the proposal revision date for another offeror(s). SELECTION PROCESS Proposals will be evaluated under the Lowest Price Technically Acceptable methodology. The proposals must demonstrate a clear understanding of the nature and scope of the work required. Only certified Veteran Owned Small Businesses (VOSB) in VetBiz will be evaluated Technical Capability offered to meet the Government requirement Lowest Price Technically Acceptable Offerors, if not registered in SAM, must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. The following identified clauses are incorporated by reference: 52.216-1, 52.217-8,52.217-9, 52.222-41, 52.222-62, 52.232.34, 52.232.40, 52.252-2, 52.232-74, 852.215-70, 852.215-71, 852.219-10, 852.232-72, 852.237-70, 852.270-1, 852.273-74, 52-212-5. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items (May 2014) FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-55, 552.222-62, 2.223-18, 52.225-1, 52.225-13, 52.232-29, 52.232.34.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24718Q9331/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9331 36C24718Q9331_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553166&FileName=36C24718Q9331-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553166&FileName=36C24718Q9331-000.docx

 
File Name: 36C24718Q9331 FBO POSTING COMBINED SOLICITATION FIRE PUMP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553167&FileName=36C24718Q9331-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553167&FileName=36C24718Q9331-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05048397-W 20180823/180821231427-2cb7202266ca2fa6c879e9dc21b1fcd1 (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.