Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

J -- Boiler Maintenance Service - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25719R0021
 
Response Due
9/23/2019
 
Archive Date
11/22/2019
 
Point of Contact
Ross Futch
 
E-Mail Address
ross.futch@va,gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION 36C25719R0021 Boiler Maintenance Service This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Proposals are being requested, and a written solicitation will not be issued. If you are unable to download the SF1449 Solicitation document email Ross Futch @ ross.futch@va.gov to request a copy. Acquisition of items will be procured in accordance with FAR Part 12 Acquisition of Commercial Items and Part 13.106-2(b) Simplified Acquisition Procedures. This solicitation is issued as a Request for Quote (RFP). Submit written quotes on RFP 36C25719R0021. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). Network Contracting Office 17-Regional Procurement Office West intends to award a firm-fixed price contract for Boiler Maintenance Services for Boilers located at the Olin E. Teague VA Medical Center, 1901 Veterans Memorial Drive, Temple, TX 76504 and Doris Miller VA Medical Center, 4800 Memorial Drive, Waco, TX 76711. The North American Industrial Classification System (NAICS) code for this procurement is 811310 with a business size standard of $7.5 Million. This procurement is restricted to SDVOSB offerors only to submit proposals. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. SDVOSBs must be registered/certified in VetBiz to be eligible for an award under a SDVOSB set-aside procurement action by the Department of Veterans Affairs. The Government will award a contract resulting from this RFP to the responsible offeror whose proposal is the lowest price and meets the requirements of the SOW. Proposals are due by 5:00 PM Central Standard Time on Monday September 23, 2019. Proposals received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Proposals shall be submitted via email to ross.futch@va.gov. with RFP # 36C25719R0021 and Boiler Maintenance Service in subject line of email. Site Visit is scheduled for Tuesday, 17 September 2019 at 8:00 AM CST at the Olin E. Teague VA Medical Center, Building 58, 1901 Veterans Memorial Drive, Temple, TX 76504. POC: Timothy Pittman, Tel: 254-493-4414 and for Tuesday, 17 September 2019 at 1:00 PM CST at the Doris Miller VA Medical Center, Building 225, 4800 Memorial Drive, Waco, TX 76711. POC: Timothy Pittman, Tel: 254-493-4414. This combined solicitation/synopsis is for the purchase of the following commercial services: SCOPE OF WORK The intent of this Request for Proposal is to enter into a contract to provide Boiler Maintenance Service to include all the necessary personnel, supervision, equipment, tools, transportation, materials, supplies and training to perform the services as specified herein. Services shall be performed at the Central Texas Veterans Health Care System (CTVHCS), Olin E. Teague VA Medical Center, 1901 Veterans Memorial Drive, Temple, TX 76504 and Doris Miller VA Medical Center, 4800 memorial Drive, Waco, TX 76711. The contract effective period shall be for a 12- month base period, September 27, 2019 through September 26, 2020 with four (4) one-year optional renewal periods. STATEMENT OF WORK BOILER MAINTENANCE SERVICES Central Texas Veterans Health Care System GENERAL 1.1 General: This is a non-personal services order to provide quarterly maintenance, emergency response of Boilers 2, 3, and 4 (Building 171) at the Temple VA Medical Center, 1901 South 1st Street, Temple, TX 76504 and Boilers 1, 2, 3 and the steam generator at the Waco VA Medical Center, 4800 Memorial Drive, Waco, TX 76711.The Government shall not exercise any supervision or control over the service providers providing the services described herein. 1.2 Description of Services/Scope of Work: Contractor will provide all necessary labor, transportation, equipment, personal protective equipment, facilities, supervision, other items and non-personal services required to provide the boiler preventive maintenance as described in this Statement of Work to the Central Texas Veterans Health Care System (CTVHCS); Temple and Waco, Texas. Contractor will provide all necessary parts, labor, transportation, equipment, personal protective equipment, facilities, supervision, other items and non-personal services required to provide the service for emergency calls/service as described in this Statement of Work to the Central Texas Veterans Health Care System (CTVHCS); Temple and Waco, Texas. Services may be required seven (7) days per week/ 24hours. 1.3 Physical Security: The Contractor shall be responsible for safeguarding all government equipment, information and property provided to Contractor personnel while performing the services described herein. 1.4 Period of Performance: The period of performance shall be a base plus four option years. 1.5 Type of Contract: The government will award a firm fixed-priced contract. 1.6 Contracting Officer Representative (COR): The COR will be identified by a separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. A letter of designation issued to the COR, a copy of which will be provided to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.7 Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be issued via an amendment and/or modifications in writing from the Contracting Officer to the Contractor. 1.8 Invoices: Invoices are to be submitted electronically; either monthly or quarterly, in arrears of the start of the services that were performed. Electronic invoices can be submitted at no additional cost at the VA Vendor Information System (VIS) website https://www.vis.fsc.va.gov/login.aspx?ReturnUrl=%2fDefault.aspx, or at http://www.tungsten-network.com/us/en/veterans-affairs/. The COR is responsible for acceptance of services and/or the processing of receiving reports for the services provided to the government. Invoices must state information ie; Contract Line Item (CLIN), Boiler #, EGA #, Location, Make and serial number. 1.9 Work Stoppage/Delays: The Contracting Officer shall be notified at the earliest time available, but no later than the next business day, via phone of the Contractor's knowledge of any conditions which may adversely affect the Contractor's ability to perform under the terms and conditions as stated in the specifications of this requirement. For example, union strikes, vehicle problems, licenses, or anything that might jeopardize the terms and conditions of this contract should be reported to the Contracting Officer. 2. TASK SPECIFICATIONS 2.1 Description of Work: Contractor shall provide qualified preventive maintenance inspectors with 5 years experience, labor technicians, equipment, tools, materials, parts, supplies, transportation, supervision, any other items, and non-personal services deemed necessary to perform annual and quarterly preventative maintenance inspections and services on Boilers 2, 3, and 4 (Building 171) at the Temple VA Medical Center, Temple TX, and boilers 1, 2, 3 and Heat Recovery Steam Generator at the Waco VA Medical Center, Waco TX. In accordance with BEI testing procedures, upon completion of quarterly testing, The BEI paperwork will be supplied to the COR. For emergency calls/service the contractor will furnish all Factory repair parts and service not to exceed $35,000 cumulative for both plants. The Contractor shall be familiar with all terms, conditions, and requirements herein contained with warranty items and conditions. Service Locations: Olin E. Teague VA Medical Center 1901 Veterans Memorial Drive Temple, TX 76504-7451 Doris Miller VA Medical Center 4800 Memorial Drive Waco, TX 76711-1329 2.2 Service Requirements: The Contractor shall be responsible for suppling the personnel for the installation of parts, transportation to the job site locations, materials, tools, and labor to provide emergency service on three (3) Superior firetube boilers, using Fire eye burner management control system and (1) steam generator at the Waco facility and three (2) Nebraska Model NS-D-55 D-type water tube and (1) cleaver brooks water tube boiler, using Autoflame burner management control system at the Temple facility. Contractor will install all control parts for both boiler plants. 2.2.1 The Contractor shall have in good standing a Certificate of Authorization and R symbol stamp from the National Board of Boiler and Pressure Vessel Inspectors for the repair and/or alteration of boilers, pressure vessels, and other pressure-retaining items. 2.3 General Services Information: 2.3.1 VA Hours of operation: Regular hours: Monday - Friday, 8:00 a.m. To 4:30 p.m. After Hours: Times may vary and must be scheduled with Contracting Officer Representative (COR). 2.3.2 Contractor shall provide repair service calls for emergency corrective maintenance 24 hours a day, 7 days per week. 2.3.3 For non-scheduled services, corrective maintenance will be initiated by the CTVHCS by telephone to the Contractor s service center, which must be acknowledged within 4 hours. A fully qualified service technician with 5 years boiler service experience must be on site within 14 hours of acknowledgment of the service call. A fully qualified technician means that the service tech can show evidence of the successful completion of an acceptable training program on the equipment in question. 2.3.3.1 Equipment shall be restored to full service within 48 hours of arriving on the job site, barring extenuating circumstances. Full service means that defective parts have been replaced with parts that meet or exceed manufacturer's original specifications, meets government s expectations and that the equipment meets or exceeds the manufacturer's original performance specifications. 2.4 Annual Tube Cleaning Requirements: Annual air operated turbine style tube cleaning on (2) Nebraska Model NS-D-55 D-type water tube boilers, identified as Boiler 2- SN 2D.1630 & Boiler 3- SN 2D.1631 at the Temple location and tube brushed cleanings on (3) Superior firetube boilers identified as Boiler 1- SN 17526, Boiler 2- SN 17524 & Boiler 3- SN 17527 at the Waco location on a rotating basis, so that tubes are cleaned on each boiler annually. 2.5 Control system. The vendor will be required to be fully capable in the operations of the following boiler control systems. Auto-flame mk8, fire eye controls system, Nexus etc. 3. PREVENTATIVE MAINTENANCE: 3.1 ANNUAL PREVENTATIVE MAINTENANCE (1 Time) *All calibrations must be documented in a fashion acceptable to the VA. All used parts are to be turned over the CTVHCS for disposition evaluation. 3.1.1 Calibrate oxygen analyzer. a. Test/Adjust Low Oxygen Level Alarm. 3.1.2 Perform combustion analysis of boilers under gas and fuel oil operation. Calibrate fuel to air mixture. 3.1.2 Calibrate steam, oil, gas, and feed water pressure gauges. 3.1.3 Calibrate Autoflame controls. 3.1.4 Adjust ignition electrode gap. 3.1.5 Conduct a vibration analysis of blower motors at both facilities Waco and Temple. 3.1.6 Contractor shall calibrate the Autoflame EGA at the Temple facility only. 3.1.7 Contractor shall replace all Autoflame EGA sensors including filter cartridges and sample tubing. 3.1.8 Conduct Auto-flame mk8 software update as needed. 3.2 QUARTERLY PREVENTATIVE MAINTENANCE: (4 Times) *All testing is to be accomplished in accordance with the VHA Boiler Plant Safety Testing Manual, fourth edition. All testing must be documented in a fashion acceptable to the VA. All used parts are to be turned over the CTVHCS for disposition evaluation. 3.2.1 Test/adjust the Pre and Post Purge Timers. 3.2.2 Test/adjust Igniter Timer and Main Flame Ignition Timing. 3.2.3 Test/reset as necessary: a. High Pressure Cutout Switch: b. Low Fire Hold Switch c. Operating Pressure Switch 3.2.4 Test and adjust as necessary: a. Low Pilot Gas Pressure Switch b. Low Gas Pressure Cutout Switch c. Low Oil Pressure Cutout Switch d. High Gas Pressure Cutout Switch e. High Oil Pressure Cutout Switch f. Fuel Cutoff Valve Proof of Closure Switches on oil and gas valves. 3.2.5 Leak test Gas Train Vent Valve. 3.2.6 Leak test Automatic Gas Shutoff Valves, 3.2.7 Perform combustion analysis in all fuel modes, gas & oil, with and without VFD. 3.2.8 Calibrate water levels, re-commission Autoflame water level probes. 3.2.9 Calibrate steam, feed water and gas flow transmitters; reset totalized values if desired by customer. 3.2.10 Inspect fuel-burning equipment. 3.2.11 Calibrate all related sensors with in the boiler proper. 3.2.12 Calibrate operating controls. 3.2.13 Calibrate safety controls. 3.2.14 Test and adjust low oxygen alarms. 3.2.15. Quarterly remove and calibrate one EGA @ Temple and reinstall. EGA calibration and Maintenance at a minimum must have new CO, 02 and retaining bands replaced as well as calibration and cleaning of circuit boards and other components. There is a total of four (4) EGA devices, one being accomplished each quarter. 4. DELIVERABLES - Contractor shall furnish the CTVHCS with detailed service reports, boiler inspection reports and combustion test sheet on two water tube boilers on each Quarterly PM. - Contractor shall furnish the CTVHCS with Certificate of Calibration of Combustion Analyzers for Testing. - Contractor shall furnish the CTVHCS with Quarterly YHA Boiler Plant Testing Worksheets for the Waco & Temple facilities. 5. GOVERNMENT FURNISHED EQUIPMENT AND SERVICES - The government will furnish all of the materials, parts and supplies for the boiler systems described in this Statement of Work. - The Contractor may use the available utilities (electricity, water) at the site locations that are determined necessary for the performance of services described herein. The Contractor will not have access to the VA information system or have access to government computers to access online information while in the performance of the services described in the Statement of Work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25719R0021/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25719R0021 36C25719R0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148052&FileName=36C25719R0021-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148052&FileName=36C25719R0021-000.docx

 
File Name: 36C25719R0021 36C25719R0021.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148053&FileName=36C25719R0021-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5148053&FileName=36C25719R0021-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05438113-W 20190912/190910231021-34fb47f832bb8be315d4b1eebd03b959 (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  © 1994-2020, Loren Data Corp.