Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

J -- Annual Boiler Inspection and Services

Notice Date
11/1/2023 6:37:34 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0062
 
Response Due
11/8/2023 7:00:00 AM
 
Archive Date
01/07/2024
 
Point of Contact
Tnauri Woodbridge, Contract Specialist, Phone: 203-932-5711 x2892
 
E-Mail Address
tnauri.woodbridge@va.gov
(tnauri.woodbridge@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Boiler Plant Annual Cleaning Services Statement of Work 5 This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, J045) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Annual Boiler Inspection Contract at the Manchester VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 10 am EST, November 8, 2023. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Statement of Work DEPARTMENT OF VETERANS AFFAIRS STATEMENT OF WORK BOILER PLANT Annual Cleaning Services INTRODUCTION The VA Medical Center in Manchester has steam generating boilers that require regular cleaning to precede the annual internal and external independent inspections. Provide all materials, labor, and equipment to perform the bid items detailed below. Item 1, cleaning, will be bid as firm fixed price. Item 2, Call-in Services, will be bid as time and materials. The contract will have a one-year base period with four option years. Technical and Quality factors will be weighted more than cost when evaluating bids. BACKGROUND The VA Medical Center in Manchester presently has three steam generating boilers (boilers #1, #2 and #3 with economizers) that require regular cleaning to coincide with the VA required annual third-party inspections and certification. Boiler #2 is a 150 HP fire tube boiler and is traditionally the summer boiler. Boilers #1 and #3 are 300 HP fire tube boilers, and traditionally the winter boilers, used primarily during the colder winter months. The boiler inspections are conducted annually and are scheduled in a manner such that at least one of the two boilers is always available for load of the facility. SCOPE Item 1 - Cleaning Provide annual cleaning services for boilers #1, #2, and #3 with economizers.  Scheduling of cleanings to be staggered and coordinated with the Medical Center s annual boiler inspection schedule provided in Appendix A.  Provide all equipment, labor, and materials to open, and clean boilers with a power turbine tool consisting of 125 lbs. of air driving turbine at 4,000 rpm.  Turbine cleaning is to be done with special cutter heads for removal of exceptionally hard scale or with wire brushes for softer scale, soot, and / or other residues to remove scale off water sides of tubes.  Wire brush and power vacuum front and rear tube sheets plus fire drum of boiler.  Will have to power vacuum with a truck mounted power vacuum, having minimum of 460 square feet of filter area capable of drawing 26 vacuum. Where applicable boilers and economizers will be wire brushed from not only the outside but will locate by technicians inside the boilers and economizers. Procedure allows for all passes in boilers and economizers to be thoroughly wire brushed. Boilers and economizers will also be power air lanced thus insuring that all soot and/or other residue is totally removed. Open all hand holes, man holes and low water cut-offs.  Water sides to be completely water washed of all loose mud and scale by use of water hoses and scrapers as necessary.  Water sides to be inspected for present or future problem areas.  Breeching and Base of Stack will be thoroughly cleaned from boiler connection to chimneys. All doors on stack bases will be opened and stack bases will be power vacuumed, removing all soot deposits. Provide recommendations if any problem areas are found.  After inspection and upon approval of the owner, reinstall all hand holes, man holes, and low water cutoffs with new gaskets.  Pressure test of all areas to ensure no leaks are present.  Provide new gaskets for reassembly.  Gaskets are to be approved by the owner prior to cleaning. All areas will be left in a clean and workmanlike manner. 3.2 Item 2 - Call-in Services The contractor shall provide call-in service for various duties relating to the internal and external cleaning services for boilers #1, #2, and #3. This service shall include cleaning any unknown items discovered during cleaning under contract Item 1. Response time for call-in services shall be no more than twenty-four hours. The contractor shall provide a phone number or pager number to the VA to be used for call-in services. If a phone number is provided, it shall take no more than two attempts, fifteen minutes apart, for the VA to reach an employee at the phone number. Call-in services will be billed on a time and materials basis. All potential bidders shall complete the Pricing Schedule in Attachment B as part of their bid. Before beginning work for call-in services, technicians shall inform the VA employee on site (generally either the person who called them in or who met them at the site) of their diagnosis of the problem and the planned cleaning, including the estimated cost and time required to complete the cleaning. APPLICABLE DIRECTIVES The recommendations and requirements of Current VHA Boiler Plant Safety Devices Testing Manual, 7th Edition. The written recommendations of the equipment manufacturers. The requirements and recommendations of NFPA 85 Boiler and Combustion Systems Hazards Code including applicable appendices. Medical Center, Facility Services Policy, FS-7. Current VA Directive 1810, January 4, 2023 PERFORMANCE REQUIREMENTS All work shall be completed such that the integrity of the systems is maintained. All work shall be done in accordance with OSHA, EPA regulations, NFPA codes, with particular attention to NFPA 85, VA codes, Federal, State, and local regulations throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at www.va.gov/facmgt. All areas will be left in a clean and workmanlike manner. Vacuum truck to be used to remove all debris generated during cleaning service. DELIVERABLES BID SUBMISSION: All bids shall include the following: A detailed list of the cleaning activities proposed and the frequencies that they will be performed. A detailed list of the cleaning equipment proposed and the related equipment specifications. A completed pricing schedule, located in Attachment B. The company s lock-out tag-out procedures. Safety Plan. Proposed schedule for completion of work. Activity Hazard Analysis (AHA). A blank AHA form is available at http://www.swf.usace.army.mil/pubdata/safety/PDF/blank_AHA_Form.pdf. Respiratory Protection Program, if respirators are to be used in the performance of the work of this contract (or, if a subcontractor is involved, the subcontractor s Respiratory Protection Program). Any reliable information, such as cleaning performance data, cleaning equipment manufacturer s data, or industry publications, included in the bid which supports the cleaning activities and frequencies proposed will increase the technical rating of the bid. OTHER CONSIDERATIONS FOR PROPOSAL: The provisions of all applicable NFPA, OSHA, EPA, and VA regulation, Federal, State, and local laws or regulations shall be always followed. Material Safety Data Sheets (MSDS s) must be submitted to the Contracting Officer s Technical Representative (COTR) for approval for all hazardous materials before they are brought to the work site. Two weeks prior notice is required for all work that involves shutting down any of the systems. Work requiring a shutdown may be required to be performed outside of normal working hours. End of day cleanup of the work area(s) is mandatory, and all trash shall be bagged and properly disposed of offsite. Any oil waste generated from maintenance of VAMC equipment shall be identified and communicated to the GEMS Coordinator for proper collection onsite. Hot Work Permits (for welding, brazing, soldering, torch cutting, etc.) are to be applied for through the COTR. Penetration permits for any wall penetrations shall also be required. Confined Space Permits (for entry into boiler cavities) are to be applied for through the COR, when required. Contractor vehicles, including those of their employees, are to be parked in the lower level of Lot D. Exclusion: Any vehicle directly involved in the cleaning and removal of debris from the boilers. Smoking is permitted only in designated locations. Work shall be completed during normal business hours of 7:00am 4:30pm. Attachment A: Equipment List Boiler Manufacturer Model Serial Number Installation Date Inspection 1 Superior Boiler works 7-5-1500 18428 2017 Internal April/External Oct 2 Superior Boiler Works MS7-5-787 18429 2017 External April/Internal Oct 3 Superior Boiler Works 7-5-1500 18431 2017 Internal April/External Oct 4 Boiler Room Equipment, Inc Economizer 1 NB 2513 5603-1925-1 2017 Internal April/External Oct 5 Boiler Room Equipment, Inc Economizer 2 NB 2515 5603-1925-3 2017 Internal April/External Oct 6 Boiler Room Equipment, Inc Economizer 3 NB 2514 5603-1925-2 2017 Internal April/External Oct
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d435cb9e4caf47c9a3edcd5327b6f678/view)
 
Place of Performance
Address: Manchester VA Medical Center 718 Smyth Road, Manchester 03104
Zip Code: 03104
 
Record
SN06873953-F 20231103/231101230100 (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.