Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2021 SAM #7176
SOURCES SOUGHT

45 -- Water Heater Replacement

Notice Date
7/23/2021 8:24:41 AM
 
Notice Type
Sources Sought
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25521Q0530
 
Response Due
7/30/2021 8:00:00 AM
 
Archive Date
09/28/2021
 
Point of Contact
Kristin Dixon, Contract Specialist, Phone: 913-946-1993
 
E-Mail Address
kristin.dixon@va.gov
(kristin.dixon@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 333414. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Minimum Requirements of Slim Fit Commercial Condensing Gas Boilers (2): The Commercial Condensing Gas Boilers must have a maximum input of 750MBH and gross output of 702MBH. They shall be CSD-1 compliant and Low NOx Certified. They must have a modulating burner with 5:1 turndown ratio and have greater than 93% thermal efficiency and greater than 94% combustion efficiency. Lead/Lag capability with lead boiler rotation is also a requirement. Connecting the new boilers to the existing Building Automation System (JCI) at the Marion VAMC is also required. Pumps: The existing pumps shall be re-used with the new boilers. PVC Vents: The new boilers shall be approved for common venting with PVC material and approved for direct vent and direct exhaust. The existing 4 PVC vent piping will need removed and replaced with new 6 PVC piping. Scope of Work: Removal of (2) existing condensing heating hot water boilers, and installation of (2) new 750MBH condensing heating hot water boilers including any type of concrete pads if needed for mounting the system to the floor. Informing all personnel affected by this project must be done prior to starting the project. Removal of Existing Boilers (2): Lock out Tag of this system must be done prior to anything being disconnected. All power must be removed from the boilers and all associated equipment prior to their removal. Natural gas shall be valved off before disconnecting any fittings. Once all water, electrical, vent piping and natural gas is valved off and disconnected, the boilers can be removed. Take care to not damage existing water, electrical and natural gas piping and wiring as re-use of these where possible is recommended. Existing 4 PVC vent piping shall be removed to make room for the required 6 vent piping for the new boilers. Discarded equipment and material shall be removed from the VAMC by the contractor. Installation of New Commercial Condensing Gas Boilers (2): New commercial condensing gas boilers shall be brought on site by the installing contractor. The new boilers will be installed in the location vacated by the removal of the old boilers. Existing plumbing, electrical and natural gas should be reconnected. New 6 PVC vent piping shall be installed for the new boilers where the 4 vent piping was removed. The hot water system will need to be balanced and all devices that are served hot water will need to be tested for proper function. The new boilers shall be connected to the existing Marion VAMC Building Automation System (JCI) so that the boilers can be controlled remotely. The water in the hot water loop shall be tested and any needed chemicals should be added to inhibit corrosion in the piping and equipment. MUST BE AN AUTHORIZED DEALER and PROVIDE LETTER from MFR. (remove if not required) It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the brand name. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your DUNS number. Responses to this notice shall be submitted via email to Kristin Dixon at Kristin.dixon@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday July 30 at 1000 CT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a046476afbc4915a5408c3b4c9b4daf/view)
 
Place of Performance
Address: Kansas City VA Medical Center 4801 East Linwood Blvd., Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN06072419-F 20210725/210723230119 (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.