Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

J -- Boiler Plant Safety Reliability

Notice Date
11/20/2023 3:24:36 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
36C24124Q0110
 
Response Due
12/4/2023 7:00:00 AM
 
Archive Date
02/02/2024
 
Point of Contact
Tnauri Woodbridge, Contract Specialist, Phone: 203-932-5711 x2892
 
E-Mail Address
tnauri.woodbridge@va.gov
(tnauri.woodbridge@va.gov)
 
Awardee
null
 
Description
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 Boiler/Burner Tuning and Emergency and Non-Emergency Repairs 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, Dec 4, 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 Service Contract Boiler/Burner Tuning and Emergency and Non-Emergency Repairs Background: The Manchester VAMC Healthcare System requires semiannual tuning and emergency repairs on the three boilers/burners that provide steam to the Manchester VA Medical Center. Manchester Facility have a central boiler plant to provide steam for heating and air conditioning, domestic hot water, kitchens, and sterilization. Boiler plant safety, reliability, efficiency, and equipment longevity are paramount concerns of Manchester management. Malfunctioning burners or controls can cause catastrophic events resulting in injuries and death and massive property damage. Inaccurate or inadequate data management and monitoring systems can fail to warn of unsafe or inefficient performance. Regular tuning, testing, calibration, and maintenance by expert technicians are an essential part of a program to address these concerns. This statement of work describes the requirements for the tuning, testing, calibration, and maintenance of the boiler plant boilers/burners, controls, and instruments by qualified technicians. Objective: This service contract is to perform semiannual boiler tuning and maintenance service on the boilers/burners at the Manchester VA Medical Center. The awardee shall meet the requirements and be familiar with the current VHA Directive 1810 Boiler Plant Operations, and any adjustments made to any boiler/burner components must be (IAW) In Accordance With the most current (BEI) Boiler Efficiency Institute protocols that are available VHA Boiler and Associated Plant Safety Device Testing Manual 7th Edition . Scope of Work: Item 1: The selected contractor will perform semiannual tuning of all three Boilers as well as emergency and non-emergency repairs throughout the period of performance. See Line Item 2 and 3 for Emergency and Non-Emergency Repairs. Item 2: Emergency repairs are defined as: any repairs needed to the boiler system between the semiannual tuning events that prevent the boiler/burner from starting. Response time to onsite to correct emergency repairs will be within 24 hours of notification. Contractor will carry allowance of $100,000.00 to cover this line item. Item 3: Non-emergency repairs are defined as: any repairs needed to the boiler system between the semiannual tuning events that do not prevent the boiler/burner from starting. Response time to onsite to correct non-emergency repairs will be within 96 hours of notification. Contractor will be able to provide emergency and non-emergency assistance regardless of normal working hours. Contractor will carry allowance of $50,000.00 to cover this line item. Period of Performance: Base Year with four option years. The following equipment is included in the service contract. Manchester VA Medical Center 718 Smyth Road, Manchester, NH. 03104 Boilers Fire Tube Boilers: Superior Mohicans 300 HP 10,350 LBS/HR (boilers 1 & 3), and 150 HP 5,175 LBS/HR (boiler 2). Webster Burners 300 s has HDSX5C-150A-YB110 (boilers 1 & 3), and the 150 has JBSX3C-110T-YB110 (boiler 2), Low NOX 30 PPM Fireye Boiler Management System (BMS): PPC6000 parallel positioning system and all related components. Danfoss VSD Variable Speed Drives have four profiles to the combustion curve. Natural Gas profile and No. 2 fuel with and without VSD.13-point curve Hi/Lo Fire. All Other boiler plant related ancillary systems (i.e., MAXON gas valves, Siemen s fuel valves, Hawk & KRAL fuel meters, Siemen s feedwater control valve with Siemen s transmitter level indicator) Any electrical wiring or mechanical components in the boiler system. Data/Deliverables: Semiannual Boiler Tune Ups and Emergency and Non-Emergency Repairs All three Boilers must be tuned at least once every six months. A qualified service technician shall be used to tune the boilers and issue reports of results of the tuning. Reports shall be submitted to the COR. The tuning performed will be on Natural Gas and on Fuel Oil. The Boilers will be tuned at a minimum of thirteen points through the entire range of 0-100% Boiler Firing Rate. All repairs (emergency/non-emergency) will include mechanical, electrical, and controls to the boilers and burners. Qualifications/Certifications The contractor and all the individuals working on the project site shall have taken the OSHA Certified 10-hour construction safety course. The contractor will submit the following training records prior to bid: Technicians shall have completed at least a 1 year of trade school and have 5 years of successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in size to the VAMC-MAN plant. Technicians shall demonstrate familiarity with the current versions of the following references: National Fire Protection Association (NFPA) 85 Boiler and Combustion Systems Hazards Code VHA Boiler Plant Safety Device Testing Manual, 7th Edition Technicians shall be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations. All equipment shall be calibrated within 1 month of the site visits. At facilities with programmable digital controls, the technicians must be capable of programming the controls and have the appropriate hardware and software for this. Contractor will provide digital records to the VA COR of all repairs and tuning work. Safety Regulations All applicable safety regulations shall be observed during all work of this contract. VA Facilities will issue contracting badges to contractors, employees and subcontractors which must be worn at all times when on VA property Contractor shall keep the area cleaned daily and haul away all debris to a designated container The VA COR shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. Provide the necessary barricades/signage where and when required. Scheduling and Hours of Work All work in areas involved shall be scheduled with the VA COR. Work shall be scheduled for proper execution to completion of this contract. Hours of work. The tuning work only will be conducted during normal working hours 0700-1630 Monday Friday excluding Federal Holidays. The 11 holidays observed by the Federal Government, are New Year s Day, MLK Day, President s Day, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday. Evaluation/Selection Factor: This service contract must be performed by a contractor that has the technical skill to maintain and operate all three centralized boilers. The evaluation factors for this service will be technical expertise, managerial expertise, past performance, and cost. Attachments: A. Boiler Safety Device Testing Manual - 7th Edition Most Current B. VHA Directive_1810 BOILER AND BOILER PLANT OPERATIONS Most Current C. Nexus-Commissioning-Worksheet-for-Gas-Fuels
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cb59efad73b4f2db612605807e4b5c6/view)
 
Place of Performance
Address: VAMC Manchester 718 Smyth Road, Manchester 03104
Zip Code: 03104
 
Record
SN06890789-F 20231122/231120230053 (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.