SOLICITATION NOTICE
J -- Restore Steam Trap Monitoring System
- Notice Date
- 12/21/2021 7:23:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0173
- Response Due
- 1/4/2022 1:00:00 PM
- Archive Date
- 02/03/2022
- Point of Contact
- Christopher Weider, Contract Specialist, Phone: (716) 862-7461 x22470
- E-Mail Address
-
christopher.weider@va.gov
(christopher.weider@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for 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 document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01 (eff. 12/06/2021). This solicitation is set-aside for SDVSOB firms. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $16.5 Million. The FSC/PSC is J045. The Department of Veterans Affairs, Network Contracting Office (NCO) 2 (James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468-3904) is seeking to acquire services to restore their steam trap monitoring system. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Repair the Gateway 1 JB 0002 Locate, Identify, Test, and Tag Steam Traps 1 JB 0003 Replace Transmitter Batteries 1 JB 0004 Ensure Transmitter Communication 1 JB 0005 Program All Equipment to Relay Status 1 JB 0006 Troubleshoot/Repair SteamEye® Gateway 1 JB 0007 Assist with Integrating Existing SteamEye® System into The BMS 1 JB 0008 Perform Pre-Commissioning Testing 1 JB 0009 Provide Manuals and Training 1 JB STATEMENT OF WORK General Objectives and Requirements: Title: Restore Steam Trap Monitoring System Purpose: The current steam trap monitoring system at the facility requires repair, upgrading, and expansion to ensure adequate and accurate monitoring of the steam traps, to increase energy efficiency, safety, and ease of maintenance. Background: The James J. Peters VA Medical Center (130 W. Kingsbridge Rd., Bronx, NY 10468) has a requirement to restore and improve the SteamEye® wireless steam trap monitoring system in buildings 100, 101, and 105. This existing monitoring system consists of transmitter models URFM4700 & URFC4700, SteamEye® Gateway receiver, and repeaters model RP4000. In a separate effort with Energy Savings Performance Contracting (ESPC), a contractor installed the same type of steam trap monitoring devices (transmitters) on the HVAC units installed at the James J. Peters VA Medical Center. Program Office needs to revitalize the existing SteamEye® monitoring system and register the new transmitters in the existing monitoring system (which is not currently functional) to be able to monitor all the existing and newly installed transmitters for steam trap failures. Since the ESPC contractor also installed a new Building Automation System (BAS), it is also in the scope of the ESPC to tie the existing SteamEye® (wireless steam trap monitoring system) into the new BAS. This will enable monitoring of failed traps from the new BAS. Previous configuration for the existing SteamEye® monitoring system was accomplished by allowing the Program Office to utilize a contractor s website to identify the failed traps, but this is no longer necessary with the newly established BAS. To incorporate the existing SteamEye® monitoring system to the new BAS, the Program Office has a need to repair and upgrade the existing SteamEye® wireless steam trap monitoring system so the Program Office can identify failed steam traps in real time and deploy a crew to repair as necessary. Failed steam traps allow live steam (not just the condensate) to flow into the condensate line, which creates energy loss and increases fuel consumption, an obvious energy inefficiency. Scope: All tasks shall be performed during a time and in a manner not to interfere with building normal activities and operations. Contractor shall submit work schedule to COR to ensure minimal impact to ongoing activities. Normal hours of work are defined as Monday through Friday from 8:00 a.m. to 4:30 p.m. Eastern Time, excluding Federal holidays or as otherwise arranged with the Contracting Officer s Representative (COR). There are eleven Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, five are set by date: New Year's Day January 1 Juneteenth National Independence Day June 19 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November Place of Performance: Tasks under this SOW shall be performed at the James J. Peters VA Medical Center (130 W. Kingsbridge Rd., Bronx, NY 10468). Period of Performance: Contract performance shall not exceed 60 days from Notice to Proceed. Safety: All work shall comply with Occupational Safety and Health Administration (OSHA) standards. Contract Type: Firm Fixed Price Contract Information Security and Privacy Considerations: This requirement was assessed for Information Security per Handbook 6500.6 Appendix A and no IT Contract Security clauses, as found in VA Handbook 6500.6 Appendix C, are applicable. The C&A requirements do not apply, and a Security Accreditation Package is not required. VHA Supplemental Contract Requirements for Combatting COVID-19: Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. Specifications: Wireless Steam Trap Monitoring: System includes wireless, radio frequency steam trap monitoring equipment which alerts the moment a steam trap fails. System includes transducers which can measure a blow-through condition via ultrasonic test and via conductivity test; and a cold plugged condition via temperature test, in compliance with Department of Energy guidance to use two distinct methodologies to perform trap testing. End user will not accept a system that requires hard wiring from the trap to create an alarm or a system that delivers only one form of trap testing. Transmitters shall be mounted externally to the trap, non-intrusive to existing piping, using a specifically designed wave guide hardware device for mounting, and shall not require any external chamber for sensing. Transmitters are intrinsically safe and capable of installation in industrial environments, including wash down, and in manholes and tunnels that are subject to heat and moisture. Radio frequency communication shall use narrow band spread spectrum technology and transmit on the frequency range of 900 to 928 MHz. Transmitters have the capability to be mounted in any 360-degree position in relation to the piping to allow for mounting onto deck level piping. Transmitters are powered by a standard lithium battery which have an average expected service life of 5 years. Repeaters: New repeaters shall be sophisticated line-powered 900 MHz repeater receivers that decode and re-transmit signals from trap transmitters to act as a range expander for transmissions that it hears. It shall include an on-board, state of the art, lithium-ion battery as back up. For applications that require protection from environmental elements, it shall be capable of being placed in an outdoor weatherproof enclosure. It shall utilize a unique frequency hopping, spread spectrum technology to meet the demands of the system. It shall be capable of being mounted inside protective casing in areas where 120-volt power is available. The repeaters shall also transmit wirelessly on the frequency range of 900 to 928 MHz. Radio frequency (RF) monitoring system is factory programmed and adjusted. Wireless Trap Monitor Receiver: Receiver has the capability to be connected to the VA Building Management System (BMS) network only and allow for trap monitoring information to be accessed from any BMS network computer via web browser. Receiver is in a gateway configuration capable of being adapted to specific needs including being connected to a local facility computer in a stand-alone configuration. Receiver has available Modbus ports for potential integration into the VA s Building Automation System. Receiver can communicate trap conditions to the trap monitoring database resulting from the steam trap survey and field investigation. Receiver is constructed with solid state electronic components. Tasks and Associated Deliverables: Description of Tasks and Associated Deliverables: Task 1: Repair the Gateway to full operation status. Deliverable A: Provide to COR a Gateway report showing all transmitters. Task 2: The Contractor shall locate, identify, test, and tag every accessible steam trap transducer in the facility and attach permanent, tags to uniquely identify each steam trap. These tag numbers will form the baseline for the RF monitoring system. Deliverable B: Provide a list to the COR, the locations of all system components, which will be used to update existing drawings. Task 3: The Contractor shall provide labor and materials to replace the batteries for all steam trap transmitter and ensure the functionality of each transmitter (approximately 80 batteries). Deliverable A: Provide to COR a Gateway report showing battery power for each of the transmitters. Task 4: The Contractor shall ensure transmitter communication back to SteamEye® gateway by locating each individual repeater, determining necessary additional RF system repeater locations in relation to base receiver station, probe assignments and trap/RF system recommendations. Additional repeaters (up to five new repeaters and boxes) shall be installed to improve the signal strength and ensure uninterrupted communication. Deliverable A: Provide to COR a Gateway report showing all transmitters. Task 5: The Contractor shall program all necessary equipment to ensure the steam trap status from all transmitters at the site can be accessed. Deliverable A: Provide to COR a Gateway report showing all transmitters. Task 6: The Contractor shall troubleshoot and repair any issues prohibiting effective programming/operation of the SteamEye® Gateway. Deliverable A: Provide to COR a Gateway report showing steam trap status. Task 7: The Contractor shall provide technical information and assistance in the integration of the existing SteamEye® system into the Building Management System (BMS) capable of monitoring the entire James J. Peters VA Medical Center steam system with the available transmitters. Deliverable C: Contractor provides technical information and connection port information to a third-party for their integration effort. Task 8: The Contractor shall perform pre-commissioning testing with the COR present, ensuring all components and systems are working and corrects all defects to enable commissioning. Deliverable D: Perform task with COR present in achieving system commissioning. Task 9: The Contractor shall provide to the COR, Operation & Maintenance (O&M) manuals for the systems installed. Deliverable E: Provide to the COR all O&M manuals. Task 10: The Contractor shall provide training to three (3) VA technical staff on system familiarization, preventive maintenance, and troubleshooting procedures. Deliverable F: Conduct training. Methods, Schedule, and Distribution of Deliverables: Contractor has up to 30 days to ready the system for integration (tasks 1-7) and up to an additional 30 days to complete tasks 8 through 10 after integration. Task Deliverable ID Deliverable Description Due Frequency 1 A Repair the Gateway Within 30 days of Notice to Proceed Once 2 B Locate, Identify, Test, and Tag Steam Traps Within 30 days of Notice to Proceed Once 3 A Replace Transmitter Batteries Within 30 days of Notice to Proceed Once 4 A Ensure Transmitter Communication Within 30 days of Notice to Proceed Once 5 A Program All Equipment to Relay Status Within 30 days of Notice to Proceed Once 6 A Troubleshoot/Repair SteamEye® Gateway Within 30 days of Notice to Proceed Once 7 C Assist With Integrating Existing SteamEye® System Into The BMS As scheduled with COR and third party Once 8 D Perform Pre-Commissioning Testing As scheduled with COR Ongoing until all components and systems are working 9 E Provide O&M Manuals NLT completing Commissioning Once 10 F Provide Training Within 30 days after integration or commissioning, whichever is later Once Place of Performance Address: 130 W. Kingsbridge Rd. Bronx, NY 10468-3904 United States of America 1. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/index.asp. 2. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2021) Addendum to 52.212-1, Instructions to Offerors Commercial Items applies; see further below on this notice for details. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) End of Addendum to 52.212-1 FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 3. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) Addendum to FAR 52.212-4: FAR 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) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.211-70, Equipment Operation and Maintenance Manuals. 0009 VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside. (NOV 2020) By the end of the base term of the contract or order, and then by the end of each subsequent option period VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _______________________________ _________________________________________________________ VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2021). The following subparagraphs of FAR 52.212-5 are applicable: all of subparagraph (a) subparagraph (b)(4) subparagraph (b)(8) subparagraph (b)(19) subparagraph (b)(21) subparagraph (b)(22i) subparagraph (b)(27) subparagraph (b)(29) subparagraph (b)(30) subparagraph (b)(31i) subparagraph (b)(32i) subparagraph (b)(33) subparagraph (b)(35i) subparagraph (b)(36) subparagraph (b)(44) subparagraph (b)(51) subparagraph (b)(58) subparagraph (b)(60) subparagraph (c)(1) subparagraph (c)(2) Wage Determination 2015-4187 Rev. 19 subparagraph (c)(7) subparagraph (c)(8) all of subparagraph (e) Other terms and conditions: Invoices CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management. INVOICES: Invoices shall be submitted in arrears annually, after performance tasks are complete and accepted. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Tungsten Network: https://us.tungsten-network.com/ All quoters shall submit the following: A technical capability statement, relevant technical credentials and training of current staff members, past performance references, and a price submission. All quotes shall be sent to the Department of Veterans Affairs, Network Contracting Office (NCO) 2 via email to the Contract Specialist at Christopher.Weider@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Award decision factors: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability Past Performance Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical Capability: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. The quotation should provide a clear and demonstrative explanation of the organization s ability to restore a steam trap monitoring system as described in the statement of work. The following discussion points will be utilized to evaluate this requirement: Technical Proficiency: The contractor must understand the requirement in accordance with the Statement of Work including potential risks and methods of mitigation. Contractor must possess the software necessary to program SteamEye gateway and the ability to independently locate the devices using the available limited drawings and location descriptions, see attached. Contractor Experience: The Contractor must have performed 3-5 projects of similar scope within the past 5 years. The Contractor shall be a firm regularly engaged in the installation, programming, integration, and commissioning of steam trap monitoring systems. Their expertise and experience shall be of such extent to ensure technicians have the skills, knowledge, and experience repair, upgrade, and integrate steam trap system components and ensure adequate and accurate monitoring of the steam traps, to increase energy efficiency, safety, and ease of maintenance. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Specific experience desired includes: Armstrong SteamEye RF repeater survey and design. Installation of Armstrong SteamEye system in a hospital environment. Programming of transmitters into Armstrong Gateway receiver. Integrating the SteamEye gateway with BAS or Armstrong online reporting portal. Commissioning of Armstrong SteamEye system and training onsite personnel. (3) Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. Addendum to 52.212-1, Instructions to Offerors Commercial Items: Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: (a) Submission of Offers: Offers shall be received no later than the offer due date and time stated in Block 8 of the 1449. Offers received after this time may not be considered for award. Offers not following the specific instructions within this solicitation may not be considered further for evaluations towards this requirement. (1) General Offeror Instructions: Offers shall clearly demonstrate an understanding of requirements, as well as convey the Offeror s capability for transforming its understanding into successful performance under the terms of a contract(s) resulting from the RFQ. A complete Offer shall consist of a technic...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e2bee6d994ca4dfc9294443e7489cd73/view)
- Place of Performance
- Address: James J. Peters VA Medical Center 130 West Kingsbridge Road, Bronx 10468-3904
- Zip Code: 10468-3904
- Zip Code: 10468-3904
- Record
- SN06202497-F 20211223/211221230115 (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 |