Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2024 SAM #8163
SOLICITATION NOTICE

J -- Glycol Addition for Main Chiller Loop

Notice Date
4/1/2024 8:12:09 AM
 
Notice Type
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
36C26224Q0714
 
Response Due
4/19/2024 4:00:00 PM
 
Archive Date
05/19/2024
 
Point of Contact
Jamie Elbedawi, Contract Specialist
 
E-Mail Address
jamie.elbedawi@va.gov
(jamie.elbedawi@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
SOLICITATION DESCRIPTION This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. 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 Department of Northern Arizona VA Healthcare System (NAVAHCS) has a requirement for Propylene Glycol Addition to the main chiller plant. The services are required to maintain proper performance levels for the main chiller system. The services shall comply with this Statement of Work (SOW), all VA, local, state, and Federal policies, and regulations. The contractor shall provide all labor, materials, supplies, tools, equipment, parts, travel, and qualified personnel to accomplish the tasks outlined in this SOW. All parts will be Original equipment manufacturer (OEM). 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. Contractor will be required to perform the addition of propylene glycol into the main chiller plant. The chiller plant requires about 6,000 gallons of glycol to be added to the system to maintain the 30% protection to prevent the system from freezing. The proper percentage of glycol allows the system to operate at the proper performance levels. The main chiller system for the facility also acts as a secondary system for the MRI chiller if a failure would occur, the main chiller system would engage and provide the operational protection for the MRI system. The current closed loop system of the main chiller system is estimated at 20,000 gallons. The estimated amount of glycol for 30% performance and freeze protection would require about 6,000 gallons to be injected or added to the system. The contractor would add corrosion inhibitor (800ppm of Sodium Nitrite) for the prevention of corrosion and a micro biocide would be added for the prevention of microbiological growth. All interested companies shall provide quotations for the items listed in Section B of the RFQ Attachment, Page 4. Services Statement of Work (SOW) is included in the RFQ Attachment, pages 28-34. Place of Performance/Place of Delivery Address: Bob Stump Department of Veterans Affairs Medical Center 500 Highway 89 North Prescott, AZ Postal Code: 86313 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: 1. FAR 52.212-1, Instructions to Offerors Commercial Items 2. FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items NOV 2021. 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 JAN 2022. The following subparagraphs of FAR 52.212-5 are applicable: (b)(1), (4), (8), (14)(i), (16), (21), (22), (27), (29), (30)(i), (31)(i), (32)(i), (33), (34), (35)(i), (36), (44), (58); (c)(1), (2), (4), (7), and (8). 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, Jamie ElBedawi at Jamie.elbedawi@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, Past Performance, and Technical. 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 17:00 MST on 04/19/2024 at Jamie.elbedawi@va.gov. ALL communication must be in writing ONLY, to this same email address. 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 Contract Specialist Jamie ElBedawi Jamie.elbedawi@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88572825e5d9479ab9c8444a549169c9/view)
 
Place of Performance
Address: Prescott, AZ 86313, USA
Zip Code: 86313
Country: USA
 
Record
SN07015365-F 20240403/240401230043 (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.