Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

H -- Deaerator Tank Inspection

Notice Date
2/12/2020 3:06:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0401
 
Response Due
3/4/2020 8:59:59 PM
 
Archive Date
03/19/2020
 
Point of Contact
Peter Kimpeter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Deaerator Tank inspection 1.B. Description: Conduct inspection of boiler feedwater deaerator tank 1.C. Project Locations: VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA 90822 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0401. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: one week 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 2. Statement of Work. 2.A. Scope. VA Long Beach is seeking a contractor to provide an inspection of the boiler feedwater deaerator tank 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. assess the external parts of the feedwater da tank and accessories and piping for safety, accessibility, cleanliness. proper operation, and compliance with codes. Manufacturer: Wheeler Tank Manufacturing Inc, Sioux Falls, SD Serial Number: 14308 Specifications: 50 PSI at MAWP 400 F, -20 F AT MDMT 50 PSI Tag: 1303 1100A Year Built: 2014 ASME U W RT 1 WMPT HT 2.B. Specific Tasks: Contractor shall provide all Labor, Parts, Materials, Equipment, and Supervision to complete required work. 2.B.1. Contractor shall inspect for evidence of leakage of combustion gases or fluids, externally and internally, to include all gaskets. 2.B.2. Contractor shall inspect foundations for signs of stress such as cracking or movement. 2.B.3. Contractor shall inspect boilers externally and internally for defects including bulges, blisters and cracks. 2.B.4. Contractor shall inspect all accessible internal surfaces for waterside and fireside deposits, including scaling, sediment, debris and carbon deposits. 2.B.5. Contractor shall inspect all stays and stayed plates. 2.B.6. Contractor shall inspect gas side baffles. 2.B.7. Contractor shall inspect internal drum surfaces and steam separating internals. 2.B.8. Contractor shall inspect soot blowers and verify proper alignment. 2.B.9. Contractor shall inspect tubes, tube ends and tube alignment, also check for sagging tubes. 2.B.10. Contractor shall verify that all nozzles of internal piping such as feedwater admission and bottom blow off collection are clear with no obstructions. 2.B.11. Contractor shall inspect seating surfaces of manways and handholes. 2.B.12. Contractor shall check that boiler structure is plumb and level with no excessive deformations. 2.B.13. Contractor shall inspect for missing items such as bolts and nuts. 2.B.14. Contractor shall examine all valve and pipe connections to the pressure vessel. 2.B.15. Contractor shall inspect refractory including burner throat, expansion joint, bull ring, furnace seals, furnace walls and floor. 2.B.16. Contractor shall verify proper alignment of burner assembly. 2.B.17. Contractor shall inspect furnace for evidence of flame impingement. 2.B.18. Contractor shall test operation of water level gauge glass. 2.B.19. Contractor shall preform mechanical and electrical inspection of disassembled low water cutouts. After reinstallation, test operation to the extent possible. 2.B.20. Contractor shall verify that steam pressure gage is properly calibrated. 2.B.21. Contractor shall test operation of high-pressure cutouts on hot boilers by raising steam pressure. 2.B.22. Contractor shall inspect safety valve installations and verify that the valves have proper capacity, set pressure, valves, drains and vents are properly installed. Verify valve locking seal are not broken. 2.B.23. Contractor shall inspect piping to the water column, low water cutoffs and alarms, gage glass. 2.B.24. Contractor shall inspect valves on boiler feedwater, blowdown, drain and steam system. 2.B.25. Contractor shall provide recommendations for non-destructive testing when the inspections indicate that this is necessary to ensure continued safety and reliability under current operating conditions. 2.B.26. Upon completion contractor will contact POC (Gustavo Flores) to inform him of the completion of service. 2.B.27. Contractor will be required to provide a digital report for all services performed including findings and recommendations to the POC within one week of completion of inspection. 2.B.28. Contractor will be responsible for disposing of all unused material and cleaning work area prior to leaving facility. 2C. Contractor Qualifications: Offeror must possess a current and valid C4, Boiler, Hot Water Heating and Steam Fitting Contractor license to be considered for award. 2.D. General Requirements: 2.D.1. Contractor shall check in with Boiler Plant Supervisor (Larry Davis) upon arrival at the Tibor Rubin Medical Center. 2.D.2. Contractor and Employees shall be issued Temporary ID Badges from the VA Police Department that are always to be worn while on VA Property. 2.D.3. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. 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 shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.D.4. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.D.5. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.D.6. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.D.7. Normal Working Hours. Normal working hours are 7am-4pm Monday through Friday. 2.D.7.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.D.7.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.D.7.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.D.7.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.D.8. Insurance Coverage. 2.D.8.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.D.8.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.D.8.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.D.8.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 2.D.9. Contractor is responsible for repairing damages incurred during performance of this scope of work to include removal/installation or moving materials and tools in and out of the work area. 2.D.10. Contractor will always be required to wear all Personal Protective Equipment (PPE). 2.D.11. Security Requirements: Vendor will not have access to patient records, data or VA computer systems. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01/15/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. A site survey will be conducted at 10am on Thursday, February 20, 2020. Participants will meet at the tables outside of the wellness center (North side of bldg 2, South side of bldg 5). Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 4.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, February 26, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 4.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday March 4, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.C.1. Vendor Information 4.C.2. Acknowledgement of amendments 4.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.C.4. Schedule of services 4.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94613c965e20497a9f96726b9de3fb40/view)
 
Place of Performance
Address: VA Long Beach Healthcare System;5901 East 7th Street;Long Beach, CA 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN05560261-F 20200214/200212230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.