Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

J -- Semi-Annual Boiler Calibration and Combustion Reset

Notice Date
10/13/2021 10:11:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24222Q0023
 
Response Due
10/27/2021 9:00:00 AM
 
Archive Date
12/26/2021
 
Point of Contact
Dolores Sachuk-Thompson, Contract Specialist, Phone: (585) 297-1460 x72383
 
E-Mail Address
Dolores.Sachuk-Thompson@va.gov
(Dolores.Sachuk-Thompson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION SEMI-ANNUAL CALIBRATION AND COMBUSTION RESET ON THREE (3) KEELER WATER TUBE BOILERS AND THIRTEEN (13) INVENSYS FOXBORO IDP10-A22B01F-MI ANALOG STEAM FLOW METERS AT THE CANANDAIGUA VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through email on RFQ reference number 36C24222Q0023. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07 (eff. 9/10/2021) . (iv) This procurement is being issued as a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $8.0 Million. (v) The Contractor shall provide pricing to provide calibration and combustion on Keeler and Invensys Foxboro equipment for a base and four option year periods. See table below for instrumentation and timeframe of option periods: ANNUAL TOTAL PRICING Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. Base Year: Calibration and combustion on three (3) Keeler water tube boilers and thirteen (13) Invensys Foxboro steam flow transmitters from 12/01/2021 11/30/2022 12 MO 2. Option Year 1: Calibration and combustion on three (3) Keeler water tube boilers and thirteen (13) Invensys Foxboro steam flow transmitters from 12/01/2022 11/30/2023 12 MO 3. Option Year 2: Calibration and combustion on three (3) Keeler water tube boilers and thirteen (13) Invensys Foxboro steam flow transmitters from 12/01/2023 11/30/2024 12 MO 4. Option Year 3: Calibration and combustion on three (3) Keeler water tube boilers and thirteen (13) Invensys Foxboro steam flow transmitters from 12/01/2024 11/30/2025 12 MO 5. Option Year 4: Calibration and combustion on three (3) Keeler water tube boilers and thirteen (13) Invensys Foxboro steam flow transmitters from 12/01/2025 11/30/2026 12 MO TOTAL PRICE (vi) Description of requirement - Scope of Work (SOW) This is a firm-fixed price requirement for biannual calibration and combustion reset on three (3) Keeler Water Tube boilers and thirteen (13) Invensys Foxboro IDP10-A22B01F-MI Analog steam flow meters located at the Canandaigua VA Medical Center, 400 Fort Ave, Canandaigua, NY 14424-1159. Period of performance shall be from December 1, 2021 November 30, 2022 with the provision of four (4) option years. Semi-Annual Calibration Contractor shall furnish all labor, tools, and equipment as applicable to perform; semi-annual calibration and combustion reset on identified equipment and associated software during normal working hours. Normal working hours are 8:00 AM EST - 5:00 PM EST, Monday through Friday. Holidays observed by the VAMC are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day. All work shall be performed in accordance with state and local building codes and all applicable oversight and regulatory agencies in regard to proper functionality of the above-mentioned items. Vendor shall conduct all work to established Original Equipment Manufacturer (OEM) specifications and no deviation or modification of the standards/ parameters will be permitted. Preventative Maintenance Contractor shall coordinate with the Contracting Officer Representative (COR) to schedule all onsite preventative maintenance services at least 30 days prior to requested dates. Contractor personnel shall register with VA Police upon arrive to the Canandaigua VAMC and report to the Engineering Department before performing any work. Preventative Maintenance (PM) shall be performed two times per year with all required equipment and supplies. During visits, technicians shall perform: Combustion reset on all (3) three boilers to include recording of data on a burner data settings form (Combustion Report). A copy of this form will be left with the Boiler Plant Supervisor for his review and reference. Combustion shall be reset twice annually. i. Contractor shall perform combustion tuning on boilers with both #2 fuel and with natural gas. Check calibration on boiler steam flow meters and reset calibration if needed. Calibration results will be recorded on a data setting form (Calibration Report). A copy of this form will be left with the Boiler Plant Supervisor for his review and reference. Calibration will be checked twice annually. Contractor Responsibilities VHA Supplemental Contract Requirements for Ensuring Adequate COVID-10 Safety Protocols for Federal Contractors: A. Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination or NYS Excelsior Pass. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  B. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the following website: COVID-19 Screening Tool.  Regularly check the website for updates. Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces.  Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  C. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424-1159 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1 and all offers shall reference : 1) Solicitation number for this requirement as 36C24222Q0023. 2) Name, address and telephone number of offeror. 3) Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. 4) Terms of express warranty, if applicable. 5) Quality Control Plan. 6) Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined incomplete. 7) Acknowledgement of any solicitation amendments. 8) Past performance information. 9) A statement specifying the extent of agreement with al terms, conditions and provisions included in this solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. (a) Award shall be made to the responsible offeror whose quotation offers the lowest price technically acceptable, conforming to the solicitation considering technical capability, past performance and price. The Government shall evaluate based on the following evaluation factors: 1) Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined based on the qualifications of the offeror s capability statement. Interested parties must provide a capabilities statement, of length no greater than 5 pages, reflective of the company s ability to meet this requirement. 2) Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.   Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. 3) Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for, the contracting officer to properly evaluate price reasonableness. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the options. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION) 852.242-71 Administrative Contracting Officer (OCT 2020) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT2 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of payment requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (SEP 2021)(DEVIATION) (Attachment 2) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor ( JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.232-18 Encouraging Contract Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination. (xiv) N/A (xv) This is a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside Combined synopsis/solicitation for the Semi-Annual Boiler Calibration & Combustion Reset at the Canandaigua VA Medical Center. The Government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received NO LATER THAN 12:00 PM EDT, Wednesday, October 27, 2021. The Government shall only accept electronic submissions via email, please send all quotations to Dolores.Sachuk-Thompson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after Monday October 25, 2021 @ 12:00 pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dolores Sachuk-Thompson, Contracting Specialist; Dolores.Sachuk-Thompson@va.gov . List of Attachments: 1: Wage Determination 2015-4161 2: FAR 52.223-99 E.O. 14042 COVID Safety Protocols Fed Contractors (OCT 2021) (DEVIATION) 3:.VAAR 852.219-77 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (SEPT 2021) (DEVIATION) 4: Certificate of Compliance with the Limitations on Subcontracting for Services and Construction
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74c55ba771344396a6b6ded6974251b1/view)
 
Place of Performance
Address: Department of Veterans Affairs Canandaigua VA Medical Center 400 Fort Hill Avenue, Canandaigua, NY 14424-1159, USA
Zip Code: 14424-1159
Country: USA
 
Record
SN06156615-F 20211015/211013230110 (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  © 1994-2020, Loren Data Corp.