J041--Boiler Plant Repairs and Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Connecticut
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
Posted Date: Mar 20, 2023
Due Date: Mar 31, 2023
Solicitation No: 36C24123Q0493
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
J041--Boiler Plant Repairs and Services
Active
Contract Opportunity
Notice ID
36C24123Q0493
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2023 11:02 am EDT
  • Original Date Offers Due: Mar 31, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    West Haven VAMC West Haven , CT 06516
    USA
Description
Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 11 of 11
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 1 of 11
Combined Synopsis Solicitation West Haven and Newington Boiler Components Replacements and Repairs
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q0493 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.
(iv) This requirement is being issued as a SDVOSB. The associated NAICS code is 238220 Plumbing, Heating, and Air Conditioning Contractors and small business size standard is $19 Million.
(v) The Government intends to award a firm-fixed price award for a Boiler Components Replacements and Repairs at the West Haven and Newington Connecticut VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary to provide Boiler Components Replacements and Repairs IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details.
(vii) The Place of Performance is West Haven and Newington, Connecticut as described per the Performance Work Statement.

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 Items
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
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders May 2022

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-6, 52.219-28, 52.219-32, 52.219-6, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33

GRAY MARKET ITEMS (APR 2020)

(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

(End of clause)

Site Visit:
Site visit is scheduled for Tuesday, March 28, 2023
West Haven at 9:00 am. Bldg. 15
VA Connecticut Healthcare System
West Haven
950 Campbell Ave
West Haven, CT 06516

Newington at 1:00 pm. Bldg. 3
VA Connecticut Healthcare System
Newington
555 Willard Ave
Newington, CT 06111

Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Contract Specialist, Tnauri.Woodbridge@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 29- Mar- 2023 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work.
If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort
SAM: Interested parties shall be registered in 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 in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
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. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO 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 CO to assess the contractor compliance with the subcontracting commitments.
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 31 Mar 2023 by 10:00 PM EST. RFQ responses must be submitted via email to: Tnauri.Woodbridge@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov.

ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Boiler Components Replacements and Repairs
__________________
__________________


GRAND TOTAL
__________________



ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors



ATTACHMENT 3
Statement of Work
Department of Veterans Affairs (VA)
West Haven & Newington Connecticut VA Campuses
Boiler Components Replacements and Repairs

BACKGROUND
The VA Connecticut Healthcare System (VACHS) facilities in West Haven, CT, and Newington, CT have aging high pressure steam boilers and steam plant equipment. These steam systems are in need of replacement of many aged and failing components.
2.0 GENERAL INFORMATION
Scope of Work
West Haven
Boiler #1
Provide and install a new steam flow transmitter for boiler #1.
Troubleshoot, tune, and adjust boiler #1 so that the boiler lights off reliably on natural gas.
Identify and repair any small gas leaks on boiler #1 fuel train.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Boiler #2
Repair steam leak in atomizing steam line.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Boiler #3
Troubleshoot, tune, and adjust boiler #3 so that the boiler operates reliably on fuel oil.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Balance of Plant-
Restore operation to remote reading electronic gas flow totalizer meter in the control room.
Install a stainless steel tubing sample line for the condensate system from the sample connection point to the sample sink.
Replace mechanical seals on all three boiler feedwater pumps.
Replace both condensate pumps and motors.

Newington
Boiler #1
Combustion Air Pressure Switch (CAPS)- The switch does not function correctly. It appears that the low pressure side of the switch is connected to the high-pressure sensing line. The sensing lines must be re-plumbed.
Purge Airflow Proving Switch (PAPS)- The PAPS is not installed to sense the differential across the furnace. Additionally, the test port is installed on the wrong side of the locked open valve. The sensing lines must be re-plumbed.
Lockable valves need to be installed in various sensing lines to comply with VA boiler design requirements
Replace boiler steam relief valves with new certified and tested valves.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Boiler #2
Combustion Air Pressure Switch (CAPS)- The switch does not function correctly. It appears that the low pressure side of the switch is connected to the high-pressure sensing line. The sensing lines must be re-plumbed.
Purge Airflow Proving Switch (PAPS)- The PAPS is not installed to sense the differential across the furnace. Additionally, the test port is installed on the wrong side of the locked open valve. The sensing lines must be re-plumbed.
Furnace pressure switch must be re-plumbed. Provide isolation valves and test ports to
meet requirements of the VA Boiler Plant Safety Device Test Manual.
Lockable valves need to be installed in various sensing lines to comply with VA boiler design requirements.
Replace boiler steam relief valves with new certified and tested valves.
Boiler tuning is required to prevent low O2 shut down and flame failure.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.

2.2 Specific Requirements
Work shall be accomplished by appropriately licensed tradesmen and qualified professionals.
Contractor shall have a safety plan that conforms to OSHA and VA requirements.
Contractor shall follow current COVID guidance while working at the VA
Contractor shall dispose of all waste and hazardous materials in accordance with applicable environmental regulations
Contractor shall conform to all applicable VA construction and engineering specifications
Contractor shall comply with VA lockout-tagout policy while working on VA systems
The VA shall provide and perform the following for this job-
Boiler preparations:
Equipment shutdown and isolation
Drain equipment where required
Flush unit to remove sediment deposits
Return boiler to service condition

2.3 Period of Performance
The period of performance for this project is 180 calendar days starting from the date of the notice to proceed.
2.4 Place of Performance
Location of Facilities:
VA Connecticut Healthcare System
West Haven
950 Campbell Ave
West Haven, CT 06516

VA Connecticut Healthcare System
Newington
555 Willard Ave
Newington, CT 06111
DELIVERABLES
The contractor shall provide technical manuals for each new piece of equipment installed on the boilers.
The contractor shall deliver a final written report, within 30 calendar days of completion of the contract, which will contain test data and setpoints for repaired or newly installed control devices.
The contractor shall provide training to VA staff on all new equipment installed for this contract.
4.0 GENERAL REQUIREMENTS
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Contactor policies and procedures shall comply with all VA Privacy & Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA).
5.0 REFERENCES
VA CONSTRUCTION SPECIFICATION SECTION 23 21 11 BOILER PLANT PIPING SYSTEMS
VA CONSTRUCTION SPECIFICATION SECTION 33 63 00 STEAM ENERGY DISTRIBUTION
VA CONSTRUCTION SPECIFICATION SECTION 23 05 10 COMMON WORK RESULTS FOR BOILER PLANT AND STEAM GENERATION
ASME B31.1, Power Piping
NB-23 National Board Inspection Code
VHA Directive 1810(1), Boiler and Boiler Plant Operations
VHA Boiler Plant Safety Device Testing Manual, Third Edition
END OF STATEMENT OF WORK
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 20, 2023 11:02 am EDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

CSCU2024-04-GW | Plumbing/HVAC Services at CT State Community College - Gateway Campus CT

State Government of Connecticut

Bid Due: 5/08/2024

Follow Rental of 1000KW Power Diesel Generator & Provide Load Bank Test Active

Federal Agency

Bid Due: 10/25/2024

RFQ 2408 | Traffic Signal Replacement RFQ 2408 Traffic Signal Replacement Start Date:

State Government of Connecticut

Bid Due: 5/21/2024

RFP24-006 | On-Call Contractor (s) for Various Minor Repairs to Town Infrastructure Invitation

State Government of Connecticut

Bid Due: 5/21/2024