Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

J -- **SPECIAL** TRANE CHILLER CONTROL REPAIRS

Notice Date
4/19/2023 4:37:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0920
 
Response Due
5/12/2023 1:00:00 PM
 
Archive Date
07/11/2023
 
Point of Contact
Norman Napper-Rogers, Contracting Officer, Phone: 602-795-4170
 
E-Mail Address
Norman.Napper-Rogers@va.gov
(Norman.Napper-Rogers@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2023-02. This solicitation is set-aside for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $19.0 Million. The FSC/PSC is J041. The VA Greater Los Angeles Healthcare System (VAGLAHCS), West Los Angeles Medical Center (WLA VAMC), 11301 Wilshire Blvd, Los Angeles, CA 90073-1003, is seeking to purchase services to complete the AdaptiView Control Panel upgrade and Earthwise Purge upgrade. All interested companies shall provide quotations for the following: Supplies/Services The contractor shall provide all labor, materials, supplies, tools, equipment, parts, travel, ICRA Barriers, and qualified personnel to accomplish the tasks outlined in this PWS. Contractor is responsible for all subcontractors required to complete reports. All work shall be performed during normal hours unless otherwise approved by the COR or his/her designee. The following delivery schedule will be adhered to. Any deviation must be approved by the Contracting Officer prior to the end of the period of performance. Completed within the first 60 days. Equipment Qty Manufacturer Model Number Serial Number Centrifugal Chiller 1 Trane CVHF128NAW L99L07119 Completed within the remaining 100 days. Equipment Qty Manufacturer Model Number Serial Number Centrifugal Chiller 1 Trane CVHF128NAW L98D02586 This is a special request to perform AdaptiView Control Panel upgrade and Earthwise Purge upgrade. AdaptiView Control Panel Upgrade Provide two (2) new Trane AdaptiView control panel with color graphic operator interface. Inspection of the chiller to validate operating condition. Recording present chiller operating configuration and logged data. Installation of new Trane AdaptiView control panel and renovation of chiller starter to AdaptiView starter control. Upgrade of flat ribbon cable and associated sensors. Installation of spring-loaded mounting arm and AdaptiView color graphic operator display. Use of Trane service tool to configure AdaptiView chiller controller for proper operation. Startup and logging of the chiller. Operator training of usage and features of new control system. Inspect for any required additional repairs and quote any separately. Integration into the existing building automation system to be performed by others. Only on a fully successful, no deficiencies commissioning will the work progress to the 2nd chiller. The upgraded chiller shall run for no less than 2 days before beginning work on the next chiller. Repeat on the 2nd chiller. Provide assemble report with all required documents and measurements. Facilities personnel will inspect upon completion of repairs. Earthwise Purge upgrade Contractor shall disconnect electrical connections to existing purge unit. Isolate and cap existing purge water supply and return lines. Disconnect existing refrigerant lines. Remove old purge unit. Locate and mount new purge and controller. Make the necessary refrigerant piping, water line and electrical modifications per Trane installation procedures. Start and test run. Provide operator instruction in new purge. Return unit to normal operation. Upon completion of the installation of the equipment the system will be fully commissioned according to manufacturer s specifications. Only on a fully successful, no deficiencies commissioning will the work progress to the 2nd chiller. The upgraded chiller shall run for no less than 2 days before beginning work on the next chiller. Provide assemble report with all required documents and measurements. Facilities personnel will inspect upon completion of repairs. The purchase order period of performance is 100 days from the date of award. Place of Performance/Place of Delivery Address: West Los Angeles Medical Center (WLA VAMC) 11301 Wilshire Blvd, B501 Los Angeles, CA Postal Code: 90073-1003 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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 Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Mar 2023) The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (8), (14), (19), (21), (22), (26), (27), (30), (32), (35), (39), (44), (45), (51), (58), (c)(1), (7), and (8). All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices. All quoters shall submit the following: as described in FAR 52.212-1 addendum. All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Norman Napper-Rogers at Norman.Napper-Rogers@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. The following are the decision factors: Price and past performance. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than May 12, 2023 14:00 MST at Norman.Napper-Rogers@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26223Q0920 for consideration. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contracting Officer Norman Napper-Rogers Norman.Napper-Rogers@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a97aab53d509455bb9fa6b45a0a14672/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Greater Los Angeles Healthcare System (VAGLAHCS West Los Angeles Medical Center (WLA VAMC) 11301 Wilshire Blvd, B501, Los Angeles 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN06655436-F 20230421/230419230113 (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.