SOURCES SOUGHT
J -- Boiler Maintenance
- Notice Date
- 6/14/2019
- Notice Type
- Synopsis
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- ZIP Code
- 77030 4298
- Solicitation Number
- 36C25619Q0995
- Response Due
- 6/21/2019
- Archive Date
- 8/20/2019
- Point of Contact
- orlando.whitaker@va.gov
- Small Business Set-Aside
- N/A
- Description
- 1. Title: Houston VAMC Boiler Maintenance 2. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) hereby issues the following Request Information (RFI). This RFI is to seek contractors with the capability to provide complete Preventative Maintenance (PM service), routine and emergency repair service for Government owned boilers and associated equipment in accordance with this Statement of Work. Boiler Plant Preventive Maintenance shall be in accordance with VA Directive 062 Dated October 2008, VHA Boiler Plant Safety Device Testing Manual, NFPA 85A recommendations including on each boiler, and all the manufacturers requirements, industry standards and statutory requirements. The Government is requesting responses from contractors with the capability to provide these services at the Houston MEDVAMC. The applicable North American Industry Classification code for this procurement is 811310 and the business size standard is $7.5 Million. The boilers and related equipment include: 1 Boiler No. 1 (Hurst Firetube) 6 Preferred Utilities Burner Management 2 Boiler No. 2 (Hurst Firetube), 7 Weishaupt Burners 3 Boiler No. 3 (Hurst Firetube) 8 Preferred Utilities Control System 4 Boiler No. 4 (Clever Brooks Water Tube) 9 Preferred Utilities Devices. 5 Deaerator Tank and associated valves and piping (Advanced) 10 Condensate Tank and associated valves and piping (Ace Buehler) 3. Objective: To find qualified and certified contractors with the capability to provide services to the government requirement. Please see the draft Statement of Work below. 4. Place of Performance: Michael E. DeBakey Veterans Affairs Medical Center 2002 Holcombe Blvd. Houston, Texas 77030-4298 5. Responses Requested: The MEDVAMC requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information and contractor shall not be considered as part of the market research. Please provide evidence of your company s capability in order to be determined capable to provide this service. Evidence can be submitted through resumes and certificates of training. a. Do your company possess the capability to provide the government required services per the statement of work to include but no limited to: 1.Capability to provide full service/maintenance to include preventative maintenance in accordance with VA Directive 062 Dated October 2008, VHA Boiler Plant Safety Device Testing Manual, NFPA 85A 2.Routine and emergency repair service for Government owned Boilers. The boilers include: Boiler No. 1 (Hurst Firetube) Boiler No. 2 (Hurst Firetube), Boiler No. 3 (Hurst Firetube) Boiler No. 4 (Clever Brooks Water Tube) 3.Full service and maintenance to Government owned Deaerator Tank (Advanced Manufacturing), Condensate Storage Tank (Ace Buehler), Fuel Oil pumping systems and associated valves and piping 4.10 years of experience performing services on Government Boilers 5. Original Equipment Manufacturing (OEM) training/certificates for Preferred Utilities Burner Management System 6. OEM training/certificates for Preferred Utilities Control System 7. OEM training/certificates for Weishaupt Burners 8. OEM training/certificates for Preferred Utilities Devices b. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. c. Is your company a small business, SDBs, HUBZone, SDVOSB, VOSB or 8A concern? Contractor shall provide communication in capability statement. Contractor shall provide proof of qualifications. d. Has the contractor provided similar services? The contractor shall provide in their capability statement a list of active contracts for commercial, federal, state, and local governments. The listed contracts shall provide communication on the Government requirement illustrating the capability for comparison. e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. f. Provide a short summary of your potential approach to this type of contract and meeting the specific requirements per the draft Statement of Work and your experience managing similar contracts with similar requirements for the MEDVAMC. 6.Opportunity: The MEDVAMC, is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall provide answers to all questions requested and shall possess the capability to provide all requirements and objectives per the DRAFT STATEMENT OF WORK. 7.Instructions and Response Guidelines: RFI responses are due by June 21, 2019 at 9:00am (CST); size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to Orlando.Whitaker@va.gov. All Questions shall be submitted by June 19, 2019 at 12:00 pm (CST) via email to Orlando.Whitaker@va.gov. Telephone requests or inquires will not be accepted. The subject line shall read: 36C25619Q0995 Boiler Maintenance NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. 8. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future solicitations. 9.Contact Information: Contract Specialist, Orlando Whitaker Email address: Orlando.Whitaker@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0995/listing.html)
- Place of Performance
- Address: Michael E. DeBakey VAMC;2002 Holcombe Blvd, Bldg 100;Houston, Texas
- Zip Code: 77030-4298
- Country: US
- Record
- SN05341170-F 20190616/190614230023 (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 |