Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
SOLICITATION NOTICE

H -- Boiler End of Life Study

Notice Date
5/3/2021 2:39:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0785
 
Response Due
5/20/2021 9:00:00 AM
 
Archive Date
07/19/2021
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: (212)686-7500 Ext 6090
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR BOILER END OF LIFE STUDY SERVICES AT THE LYONS AND EAST ORANGE CAMPUS, NEW JERSEY VA MEDICAL CENTER. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 - Simplified Procedures for Certain Commercial Items , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through Contract-Opportunities at beta.SAM.gov on RFQ reference number 36C24221Q0785 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05, VAAR Update 2008-28. (iv) This procurement is being issued as a Service-Disabled Veteran Owned (SDVOSB) Set-Aside Open Market combined synopsis/solicitation. The North American Industry Classification System (NAICS) code is 541330 ENGINEERING SERVICES with a Small Business Size Standard of $16.5 Million. (v) The Contractor shall provide pricing for Boiler End of Life Study services. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: Boiler End of Life Study services. LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 LYONS CAMPUS: Contractor shall be an authorized inspector to perform Boiler End of Life Study services for 5 boilers and its associated equipment in accordance with the Statement for Work 1 JB 0002 LYONS CAMPUS: Re-inspections after corrections of deficiencies. 3 HR 0003 EAST ORANCE CAMPUS: Contractor shall be an authorized inspector to perform Boiler End of Life Study services for 4 boilers and its associated equipment in accordance with the Statement for Work 1 JB 0003 EAST ORANCE CAMPUS: Re-inspections after corrections of deficiencies. 3 HR Total Base Year: (vi) Description of requirement: STATEMENT OF WORK ENGINEERING EVALUATION OF BOILER, DEAERATOR AND CONDENSATE TANK RELIABILITY/LIFE EXPECTANCY A. BACKGROUND: The Department of Veterans Affairs New Jersey Health Care System is currently seeking for Engineering evaluation/study of Boiler, Deaerator and Condensate Tank reliability and useful Life Expectancy. Study services are for equipment located at the Lyons Campus and East Orange VA Medical Center in NJ. The contractor shall provide the study of useful life expectancy services as specified in this document for all equipment listed in Attachment 1 Equipment List. VA Medical Centers provide critical health care which requires reliable steam supply for sterilization, domestic hot water, kitchens, and building heating and air conditioning. Boilers and associated equipment serving VA Medical Centers must be reliable, safe and efficient. The age of boilers and associated equipment is often a major indicator of reliability. The VHA Directive 1810 (1), BOILER AND BOILER PLANT OPERATIONS, assigns useful life expectancy , in years, to the boilers and plant equipment. The Directive requires that retention of certain equipment beyond the useful life expectancy must be based on an engineering evaluation of the reliability, efficiency and cost effectiveness of continued operation. B. SCOPE OF WORK: The contractor shall provide all labor, materials and equipment necessary to inspect, test and conduct the study of useful life expectancy of all 9 boilers and associated ancillary equipment located the Lyons Campus and East Orange Campus VA Medical Center. There are five (5) boilers in Lyons Campus and four (4) boilers in East Orange Campus. All the information for the boilers and other equipment to be addressed are described in Attachment 1 Equipment List. The work shall be documented in a full report of findings and recommendations. The report must be stamped by a licensed professional engineer. C. SPECIFICATIONS: 1. Qualification Requirements for Contractor and Inspection Personnel: A. A professional engineering firm (Professional License (PE)) that specializes in life expectancy evaluations. Shall be part of the team and provide an analysis and recommendations under their seal based on the evaluation of the boiler and associated equipment by means of visual inspection and non-destructive testing conducted by experienced boiler inspectors and non-destructive testing experts on the team. B. The inspections shall be supervised on-site by a Qualified Professional Inspector , defined as anyone or combination of the following. Proof of qualifications shall be provided with the bid and as part of the final report. 1) A boiler inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors. 2) A boiler inspector who has qualified by passing a written examination under the laws, rules and regulations of a jurisdiction of a state. 3) A boiler inspector who is regularly employed as a boiler inspector by a jurisdiction that has adopted and administers one or more sections of the ASME Boiler and Pressure Vessel Code as a legal requirement, and has a representative serving as a member of the ASME (American Society of Mechanical Engineers) Conference Committee. 4) A boiler inspector who is regularly employed by an insurance company that has been licensed or registered by the appropriate authority of a state of the United States to write boiler and pressure vessel insurance. C. Non-destructive testing personnel shall be certified to American Society for Non-destructive Testing (ASNT) Level II, who are experienced in evaluating boilers and associated equipment. 2. Inspector: A. The Qualified Professional Inspector shall demonstrate familiarity with and ready access to the current versions of the following codes and manuals: 1. ASME Boiler and Pressure Vessel Code 2. ASME B31.1, Power Piping Code 3. ANSI/NB-23, National Board Inspection Code 4. NACE International Standard RP0590, Recommended Practice for Prevention, Detection and Correction of Deaerator Cracking 5. VHA Boiler Plant Safety Device Testing Manual, current edition. B. The NDT technicians shall demonstrate familiarity with and ready access to the current version of: 1. NACE International Standard RP0590, Recommended Practice for Prevention, Detection, and Correction of Deaerator Cracking D. INSPECTION REQUIREMENTS FOR BOILERS 1. The contractor shall develop a detailed list of information required at least two weeks prior to the inspection to allow the VA to compile the information. 2. The contractor shall develop a detailed schedule of the inspection in consultation with the VA COR to ensure availability of equipment as needed during the execution of the project. 3. The contractor shall visually inspect the following items and document the locations with a sketch or pictures. Any adverse findings must be documented with pictures and notes in detail. All data shall be included in the final report as supporting documentation. A. Review the boiler/s history 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. B. All welded and threaded pipe connections to the boiler shell or drum for signs of leakage or defects in the welded areas. Defects must be documented as to location with a sketch or picture and be non-destructively tested. C. Boiler support structure for proper alignment, evidence of sagging, shifting or misalignment. D. Boiler casings for signs of warping, misalignment and overheating. E. All furnace tubes and all accessible convection tubes for alignment, evidence of corrosion, erosion, bulges, sagging, defective or deteriorated welds. F. Exposed surfaces of steam and mud drum in furnace, particularly ligament areas between tubes, for evidence of corrosion, cracking, scale buildup, other defects. G. Refractory for cracking, shifting, sagging, bulging or general deterioration. H. Internal areas of steam drum and mud drum (inside boiler shell in fire tube boilers). 1. Welded outlet connections. 2. Surface of drums for pitting or surface discontinuities. 3. Ligament areas between tube holes for cracking. 4. Each tube end and internal surface of representative number of tubes for pitting, erosion, corrosion and excessive scale buildup. Utilize fiber optic inspection equipment to inspect interior of tubes. 5. Clean and inspect shell or tube sheet between tube holes for cracking. E. VAMC RESPONSIBILITIES FOR PREPARATION OF BOILER INSPECTION 1. Since steam production cannot cease, the consultant and the VA COR will have to work closely to develop an inspection schedule that will ensure the facility can always meet steam demand with sufficient backup. 2. The boiler will be prepared by VAMC for the inspection prior to the scheduled arrival of the inspector. This includes cooling the unit to near ambient temperature and having all manways and access doors open, the unit cleaned of loose materials, lock-out, tag-out in place, connecting piping isolated, proper illumination provided, compliance with confined space access requirements including having safety personnel present in the boiler plant. 3. VAMC will comply with any other requirements of the inspector that are considered reasonable by VAMC and have been presented in writing at least two weeks prior to the scheduled inspection. 4. Coordinate preparation work with the requirements of the inspection firm. 5. All records of maintenance and repair activities, water treatment logs, operational logs, inspection reports, and all histories of prior problems shall be readily available during the inspection. Records for three years are suggested. If the consultant requires copies, they will need to sign out the documents and return them upon completion. 6. Remove all manway and handhole covers, access panels. 7. Remove all drum internals. 8. Clean all fireside and waterside surfaces. 9. Remove insulation from water tube boilers steam and mud drum ends and from locations where pipes are connected to the boiler. 10. Arrange for ladders, lifts and other devices necessary to allow access to the boiler. 11. Furnish copies of the original National Board (NB) Manufacturer s Data Report inspection form that was prepared for the boiler when it was new and NB Report of Repair forms if boiler pressure vessel repairs have been performed. F. INSPECTION REQUIREMENTS FOR DEAERATOR (DA) AND CONDENSATE TANKS 1. The DA inspections shall comply with the guidelines in the current issues of the following documents: 2. NACE International, Standard RP0590, Recommended Practice for Prevention, Detection and Correction of Deaerator Cracking. 3. NATIONAL BOARD INSPECTION CODE, Part RB, Inservice Inspection of Pressure-Retaining Items. A. Review the DA and condensate history 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. B. Assess the external parts of the DA and condensate and accessories and piping for safety, accessibility, cleanliness, proper operation, and compliance with codes. C. Inspect for evidence of leakage. D. Inspect DA/condensate tank safety valve installation and verify that the valves have proper set pressure and capacity and are properly installed. E. Inspect support structures for proper integrity and allowance for thermal expansion. F. Internal inspections: 1. Visually inspect all visible pressure vessel and tanks surfaces for corrosion, material thinning, deposits, and weld cracking. 2. Inspect DA spray nozzles and trays. 3. Certified American Society for Non-Destructive Testing (ASNT) Level II technicians shall perform non-destructive tests (NDT) using the wet fluorescent magnetic particle (WFMT), ultrasonic testing (UT), and any other necessary non-destructive tests. a. Completely examine all accessible welds utilizing the WFMT test method. Properly prepare the surfaces before testing. b. Determine pressure vessel material thickness by UT. Thickness measurement locations shall be selected by dividing the storage tank heads into quadrants and taking measurements at each quadrant on two imaginary rings in each head (eight measurements total). Measurement locations on the shell shall be on each of the quadrants, on four to six locations along the length of the shell (16 to 24 measurements total). The technician may recommend fewer or more tests to the owner, providing justification. c. Typically, the pressure vessel section containing the deaerator trays and sprays is not accessible for non-destructive testing. The experience is that this section, which is mainly exposed to steam, is less vulnerable to weld failures and material thinning than the storage section which contains condensate and make-up water. G. VAMC RESPONSIBILITIES FOR PREPARATION OF DEAERATOR (DA) AND CONDENSATE TANKS FOR INSPECTION. 1. Since steam production cannot cease, the consultant and the VA COR will have to work closely to develop an inspection schedule that will ensure the facility can always meet feed water demand with sufficient backup. 2. The DA will be prepared by VAMC for the inspection prior to the scheduled arrival of the inspector. This includes cooling the unit to near ambient temperature and having all manways and access doors open, the unit cleaned of loose materials, lock-out, tag-out in place, connecting piping isolated, proper illumination provided, compliance with confined space access requirements including having safety personnel present in the boiler plant. H. TESTING REQUIREMENTS FOR BOILERS, DEAERATORS AND CONDENSATE TANKS 1. The following Nondestructive testing shall be completed and document for the boilers and associated equipment as to the location or findings with a sketch or pictures. Any adverse findings must be documented with pictures and notes in detail. All data shall be included in the final report as supporting documentation. A. Ultrasonic thickness testing of representative samples of all components. B. Obtain sufficient material thickness measurements to accurately reflect the condition of the entire boiler, DA or condensate tank. C. Ultrasonic thickness testing of all areas visually noted to have corroded or eroded. D. Magnetic particle testing of all areas where indications of defects have been found visually. E. Metallurgical analysis of representative samples of boiler metal if there are indications or a record of overheating. I. CALCULATIONS: 1. The contractor shall calculate and report the maximum allowable working pressure rating and remaining life expectancy based on the thickness measurements, data obtained, observations and testing for the boiler, deaerator and condensate tanks into which DA discharges. A. ASME Code formulas shall be used, and references provided in the final report. B. Calculate and report the depletion rate of material thickness. C. Remaining life calculation shall be based on original material thickness, current material thickness, evaluation of other factors in the condition of the boiler. J. REPORT REQUIREMENTS: 1. The contractor shall provide complete written report on the Boilers, Deaerators and Condensate Tanks fully describing all inspections and tests performed, findings, and recommendations. The condition of all items inspected shall be stated whether acceptable or deficient. All deficiencies shall be fully described along with recommendations for methods of correction. 2. The contractor shall provide oral report of condition of the boiler to VAMC engineering management at the conclusion of the inspection and prior to leaving the site. 3. The contractor shall provide a draft report Microsoft (MS) Word format withing 7 days of the completion of inspection for review and comment by the COR. Once approved by VA, provide MS Word format and 6 copies of final report to COR. 4. The contractor shall complete a narrative of the history of the equipment in the plant and current conditions of the same as well as an analysis of the visual inspections and test results, photographic views of deteriorated areas and photographs to show areas identified as not acceptable for continued service or requiring repair. 5. The contractor shall provide calculations for remaining life based on calculated present maximum allowable working pressure vs. original maximum allowable working pressure when the boiler was new. Show locations and extent of all non-destructive testing by sketches. (Spec Writer Note: this applies to boiler, deaerator and only condensate tanks that are feed from deaerator). 6. Describe all deteriorated areas; provide expert judgment on need for repairs and repair methods. 7. Provide expert judgment on cost effectiveness of retaining the boiler in service. 8. Provide expert analysis of the condition of boilers/ancillary equipment and recommended extension to useful life in years. 9. Provide photographs and/or drawings and show where each the measurements or negative observation was taken. 10. All safety-related deficiencies shall be immediately reported to the COTR during the inspection visit. 11. The contractor shall conduct re-inspections when necessary for equipment to be re-inspected after correction of deficiencies. K. WORKING HOURS: Working hours for these services will be between 08:00 AM to 04:30 PM Monday through Friday excluding Federal Holiday. L. PERIOD OF PERFORMANCE: The period of performance for these services will be 6 months from date of award of contract. M. PLACE OF PERFORMANCE Services for the study of the boilers and associated equipment will be for two sites listed below: 1) Department of Veterans Affairs NJ Health Care System Lyons Campus VA Medical Center 151 Knollcroft Road, Bldg. # 10, Rm 215 Lyons, NJ 07939. 2) Department of Veterans Affairs NJ Health Care System East Orange Campus VA Medical Center 385 Tremont Avenue, Bldg. # 8 East Orange, NJ 07018 CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Manhattan NY Harbor Healthcare System 423 East 23rd Street New York, NY 10010 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24221Q0785 The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.233-2 Service of Protest (SEPT 2006) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. (a) Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The government shall evaluate information based on the following evaluation criteria. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the Statement of Work (SOW). A) Technical Proficiency: Offeror shall submit a proposal that demonstrates that it is a professional engineering firm that specializes in life expectancy evaluations of boilers. The proposal shall be comprehensive and demonstrate its understanding of the requirement. It shall outline the contractor s ability to adequately and satisfactorily perform the services in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The offeror shall provide 3 instances of past experience similar in nature, scope, complexity, difficulty and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than (2) years of performing Boiler End of Life Studies. C) Licensing/Certifications: Contractor shall provide proof that all engineers and inspectors identified to work in this requirement are qualified, experienced, licensed and certified. Contractor shall provide proof of Valid Commission from the National Board of Boiler and Pressure Vessel Inspectors and proof of certification from American Society for Non-destructive Testing (ASNT) Level II. D) Subcontractors: Contractor shall indicate if subcontractors will be used. If any, and who the pertinent POCs will be and their plan to meet the requirement and who will be performing what tasks. (2) Past performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price: The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. N/A (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. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.252-2 Clauses Incorporated by Reference (FEB) 1998 http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-14 Limitations on Subcontracting (JUN 2020) (DEVIATION) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising (JAN 2008) 852.209-70 Organizational Conflicts of Interest (OCT 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.233-70 Protest Content/Alternative Dispute Resolutions (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items (JAN 2021), applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) N/A (xv) This is an Unrestricted Service-Disabled Veteran Owned (SDVOSB) Set-Aside Open Market combined synopsis/solicitation for Boiler End of Life Study services for the Lyons Campus and East Orange Campus, New Jersey Health Care System, VA Medical Center at NJ as defined herein.  The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than 12:00 PM EST, Tuesday, May 18, 2021. The government shall only acceptelectronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Friday, May 7, 2021, 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, Monique.Paltan@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e596cb9026174daaa1997c7e269017a9/view)
 
Place of Performance
Address: Department of Veterans Affairs New Jersey Health Care System East Orange & Lyons Campus 151 Knollcroft Rd, Lyons 07939, USA
Zip Code: 07939
Country: USA
 
Record
SN05989542-F 20210505/210503230113 (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.