SOLICITATION NOTICE
J -- 36C24923Q0575 | Boiler PM for Nashville and York Campuses
- Notice Date
- 9/7/2023 12:35:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24923Q0575
- Response Due
- 9/18/2023 8:00:00 AM
- Archive Date
- 10/18/2023
- Point of Contact
- James Moore, Contract Specialist, Phone: email only
- E-Mail Address
-
james.moore20@va.gov
(james.moore20@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 1 of 8 Combined Synopsis Solicitation Solicitation Number: 36C24923Q0575 Posted Date: Aug 31, 2023 Response Date/Time: Sept 11, 2023, at 10:00 am CST Set Aside: Unrestricted (***Please read and understand the special considerations.) NAICS: 561210 PSC: J044 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 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 Federal Acquisition Circular (FAC) 2023-05, effective August 8, 2023. This solicitation is set-aside for: Full and Open competition (***special considerations; see below) The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 Facility Support services, with a small business size standard of $47 million. The FSC/PSC is J044 The following is a list of the contract line-item numbers, quantities and units of measure including options. CLIN DESCRIPTION QTY UNIT UNIT COST TOTAL COST 0001 Boiler plants Full maintenance for Nashville and Murfreesboro Campuses for FY 24 10/1/23 to 9/30/24 Weekly services 8hr per location = 16hr/week for 832 hrs. Monthly visits estimated 3 days, 8 hours/day per facility, 576 hrs. 392 hrs for repair, redundancy and emergencies. 1800 HR $ $ The Tennessee Valley Healthcare System (Nashville and Murfreesboro campuses) is seeking a vendor to provide Boiler inspections and maintenance services. ***Special Considerations: Emergency call responses are a requirement of this Contract. Emergency calls on all down, damaged, or inoperable Boilers and other Equipment for the Boiler plants equipment, as detailed in this Contract, can be executed at any time (24 hours per day, 7 days per week) with a maximum Contractor response time of two (2) hour emergency response time to arrive at the VA facility in need of troubleshooting, repairs, and/or maintenance. Vendor MUST be able to meet this response time to be considered for award. DESCRIPTION/SPECIFICATION/WORK STATEMENT This requirement is to provide one (1) year, POP 10/01/2023 09/30/2024, of full maintenance (including Contractor supply of parts replacement and repair), preventative maintenance (PM) and repair service contract on the Boilers, boiler controls, boiler plant ancillary systems and controls in accordance with the references below at the following Place(s) of Performance/Place of Delivery Address: Nashville location: 1310 24th Ave S Nashville TN, 37212 Murfreesboro Location: 3400 Lebanon Rd Murfreesboro, TN 37129 Country: UNITED STATES All interested companies shall provide quotations for the following: *See attached SOW for full details. SOW - FULL MAINTENANCE ON BOILERS AND CONTROLS PART I: GENERAL Tennessee Valley Healthcare System Nashville and York Campus Boiler maintenance for one year starting 10/01/2023 - 09/30/2024. Technical references: VHA Boiler Plant Safety Devices Testing Manual, Current Edition VHA Boiler Plant Operations Directive (VHA DIRECTIVE 1810), most recent edition NFPA 85, Boiler and Combustion Systems Hazard Code Boiler Efficiency Manual Boiler Efficiency InstituteĀ® (Produced for the VA) ASME Boiler and Pressure Vessel Code Manufacturer s literature Cleaver-Brooks, AutoflameĀ®, boiler safety and boiler plant safety devices (as available by the Government) ASME Test Form for Abbreviated Efficiency Tests 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 52.252-1 for Solicitation Provisions Incorporated by references (FEB 1998) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022) FAR 52.204-7, System for Award Management (OCT 2018) 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 clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Services (Dec 2022), applies to this acquisition, with the following addendum: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.204-13, System for Award Management Maintenance (OCT 2018); 852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018) 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.219-73 VA Notice to FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) 852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70, Commercial Advertising (MAY 2008); 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018); (End of Addendum to 52.212-4) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JUN 2023) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-28, Post Award Small Business Program Representation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.222-54, Employment Eligibility Verification (MAY 2022) 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 DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-4647 Revision Number 23 dated 08/04/2023 applies to this acquisition. Instructions to Offerors for Submission of Proposal The provision at FAR 52.212-2, Evaluation -- Commercial Item (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contract award will be made based on the solicitation response that represents the best value to the Government using a Contracting Officer s Comparative Analysis. Since the Contracting Officer is considering price and other factors, the CO may award to other than the lowest-priced offer. The information below explains the evaluation approach: The Contracting Officer will make a comparative analysis of all offers against the solicitation, using the following factors to decide which offer(s) represent the best value to the Government: Factor 1: Technical Ability The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical narrative, that describes the means and methods of successfully performing all work detailed in the SOW, to include the personnel being proposed to perform the work. Any training certifications for the repair of said equipment should be provided with quote. Factor 2: Past Performance Offeror shall provide no more than three references of relatively the same size and complexity. Include the following information for each contract: Name and address of contracting activity (company name), contract number, type of contract, total contract amount, and status, date of award and completion, description and location of contract work, list of major subcontractors if any, Contracting Officer or individual responsible for signing the contract, and their telephone and fax number, and the COR s/Administrator s name, telephone and fax numbers. Factor 3: Price Offerors shall provide one copy of the fully completed Price Schedule in the format listed above. Proposed prices will be evaluated for reasonableness. Comparative analysis will be utilized to evaluate quotations. (b) 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. (End of Provision) Proposals SHALL be submitted in two separate attachments as follows: Part 1: Technical answering of requirements contained in the solicitation that will include the required past performance information as requested in Factor 2 above. All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM. Lack of registration in the SAM database will make an offeror ineligible for an award. All Quote submissions must list your SAM UEI, CAGE code, and Federal TIN with Company name, POC, and phone number. Part 2: Pricing as requested in the solicitation. QUOTE FORMAT AND SUBMISSION REQUIREMENTS: Offerors shall provide only one quote. Quote shall be emailed to james.moore20@va.gov subject line: RFQ 36C24923Q0575 TVHS Boiler maintenance NLT Sept 18, 2023, at 10:00 am CST. Non-compliance with this requirement will result in the disqualification of the quote. Late submissions will not be accepted!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a43c87cc940434e903d34d71a9ed935/view)
- Place of Performance
- Address: Dept. of Veterans Affairs TVHS Nashville and Murfreesboro campuses 1310 24th Ave S, Nashville, TN 37212, USA
- Zip Code: 37212
- Country: USA
- Zip Code: 37212
- Record
- SN06821897-F 20230909/230907230055 (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 |