Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2025 SAM #8598
SOLICITATION NOTICE

J -- Boiler Calibration, Testing, and Inspection Bedford VA Medical Center

Notice Date
6/9/2025 9:44:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
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
36C24125Q0536
 
Response Due
6/20/2025 9:00:00 AM
 
Archive Date
07/20/2025
 
Point of Contact
Carissa Sarazin, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
carissa.sarazin@va.gov
(carissa.sarazin@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 Bedford VAMC Boiler Plant Calibration, Inspection, and Testing (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 36C24125Q0536 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 an open market, SDVOSB set-aside. The associated NAICS 238220 and small business size standard is $19.0 million. (v) The Government intends to award a firm-fixed price award to supply Boiler Plant Calibration, Inspection, and Testing at the Bedford VAMC. Please see the attached Statement of Work 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 Plant Calibration, Inspection, and Testing Services IAW the attached (Statement of Work). Please see the attached SOW for full requirement details. (vii) The Place of Performance is Bedford Massachusetts as described per the (Statement of Work). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 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 (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. 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 carissa.sarazin@va.gov. (3) 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:� Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� 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. 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 13-June-2025 by 4:00 PM 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. 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 (Performance Work Statement) in a timely efficient manner.� 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. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 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. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 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. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Bedford 2015-4047 Rev 29 posted on beta.sam.gov) (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 20-June- 2025 by 12:00 PM EST. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is carissa.sarazin@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Boiler Plant Calibration, Inspection, and Testing 1.00 YR __________________ __________________ 1001 Boiler Plant Calibration, Inspection, and Testing 1.00 YR __________________ __________________ 2001 Boiler Plant Calibration, Inspection, and Testing 1.00 YR __________________ __________________ 3001 Boiler Plant Calibration, Inspection, and Testing 1.00 YR __________________ __________________ 4001 Boiler Plant Calibration, Inspection, and Testing 1.00 YR __________________ __________________ 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: VA Bedford HCS 200 Springs Rd. Bedford, MA 01730 STATEMENT OF WORK Boiler Plant Burners, Controls, Instruments, and Data Management Inspection, Safety Device Testing and Calibration General Scope of Work 1. Semi-Annual Calibrations of Boiler Plant Controls and Instrumentation 2. Semi-Annual Combustion Testing of Boilers 3. Semi-annual Safety Device Testing 4. Semi-Annual Calibrations of Boiler Plant Controls and Instrumentation. A. OVERVIEW 1. Contractor shall provide all labor, tools, testing equipment and supplies required for semi-annual calibrations of Boiler plant controls and instrumentation for three boilers located in Building #22, two boilers in Building #70, and other plant equipment. 2. Contractor shall ensure all work is in accordance with the procedures outlined in VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition, or the most current edition. 3. Contractor must have a laptop computer and required software to plug into and back-up all settings in the PCCIII controls and provide a back-up flash drive to Plant Supervisor. 4. Contractor will not be accessing any sensitive VA Information Systems, these are boiler controls only. Control devices will include but are not limited to the following: Preferred Instruments, CB Hawk, Foxboro, Yokogawa, Siemens, and Johnson Controls. 5. Contractor shall also supply to customer, calibration reports for each piece of equipment, indicating date, settings, pass/fail, technical data, and name of technician performing calibrations. 6. Contractor will provide a list of line items that require parts/replacement and the costs required to repair/replace those items. Additional work beyond the scope of this contract, requires approval from the Contracting Officer. See attached list of controls and instrumentation to be calibrated. B. CALIBRATION The following is a list of devices that will require calibration: 1. Plant Master PCIII Outside air temp Plant steam flow Distribution steam flow Plant demand Steam header press Hi/Lo and alarms Oil pressure transmitter and alarms Propane pilot gas transmitter and alarms Main gas pressure transmitter and alarms Control air pressure transmitter and alarms Low main gas pressure alarm High main gas pressure alarm Explosive gas and carbon monoxide detection system 2. DA PCIII High oil header press alarm Low oil header press alarm DA steam PSI DA temp DA level High DA level alarm Low DA level alarm Cond PCIII: Condensate tank level Condensate tank high level alarm Condensate tank low level alarm Condensate tank temp Condensate tank make-up valve 3. Hawk Controllers Boilers, 1, 2, and 3 Plant demand Boiler demand Firing rate Steam flow Economizer flue temp-in 4. #1 and #2 Draft PCIII Oxygen transmitter Damper % Outlet temp Jackshaft position Efficiency 5. #1 and #2 Fuel Flow PCIII Boiler gas flow Boiler oil flow Flue gas temp monitor� calibration Flue gas temp High and Low temp alarms 6. #1, #2, and #3 Feedwater Pump Variable Frequency Drive Units Note; there is a new DA Tank installed as of October 2024. Testing will reflect the new parameters required on the new system. C. SEMI-ANNUAL COMBUSTION TESTING OF BOILERS 1. Contractor will provide all labor and materials required to perform burner calibration on three (3) Cleaver Brooks CB700LE boilers. Each burner assembly will be inspected and adjusted to manufacturer s settings. Each boiler will be calibrated on gas and oil firing twice a year, approximately 6 months apart, as scheduled by the Maintenance and Operations Supervisor. 2. Contractor will provide burner calibration printouts for each pin on the gas and oil cams 20 on CB Hawk for all three boilers. Settings will be as close and safe as possible for max input for gas and oil firing at high fire as per the inputs listed on the boiler plate. 3. Contractor will calibrate the burners and not exceed the requirements of this facilities permit for emissions. Contractor will perform a smoke test on boilers. 4. Contractor is responsible for providing all tools and specialized equipment required to perform the work. D. SAFETY DEVICE TESTING 1. Contractor shall provide all labor, tools, and all testing equipment required to perform Semi-Annual Safety Device testing on three (3) Cleaver Brooks LE fire-tube boilers, and other plant equipment as identified in the VHA Boiler and Associated Plant Safety Device Testing Manual, Eighth Edition, or current edition. Testing shall be in accordance with the procedures outlined in VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition or the most current edition. Testing manual will be available upon request. 2. Contractor shall provide a detailed report including a picture of each device as installed on the system and all other information required by the VHA Boiler and Associated Plant Safety Device Testing Manual, Eighth Edition or current edition shall be scheduled with the Boiler Plant Supervisor. 3. Contractor will furnish all tools, parts, and specialized equipment to accomplish this. 4. Devices tested shall include, but not be limited to the list below as changes may be made to the VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition. High-steam pressure cut-out (recycle), High-steam pressure cut-out (non-recycle). Steam safety valves (raise boiler pressure until valves lift and reset). Check gas vent for leaks. High-gas fuel pressure cut-off. Low-gas fuel pressure cut-off. Gas fuel safety shut off valves proof of closure. Leak test fuel oil safety shut off valves. Check operation of Liquid Propane Gas pilot. Low-pilot gas pressure cut-out. Forced draft fan motor interlock. Forced draft fan damper wide open for purge. Boiler outlet damper wide open for purge. Purge air flow interlock. Timing for pre-purge. Timing for post-purge. Igniter timing. Leak test gas fuel safety shut off valves. High-fuel oil temperature cut-off (heated fuel, N/A). Low-fuel oil temperature cut-off (heated fuel, N/A). Low-atomizing air pressure for fuel oil (HH) Low fire position interlock. Combustion air interlocks. Main flame out; i.e., time to close valves. Ignition flame out; i.e., time to close valves. Minimum igniter flame test. Scanner not sensing ignition spark. Low-oxygen alarm and/or cut-out. Pre-purge setting of flue gas recirculation damper. Interlock of building outside air damper with burner control. High-fuel oil pressure cut-off. Low fuel oil pressure cut-off. DA tank high- and low-level alarms. DA tank overflow device. DA tank high pressure alarm. DA tank safety valve. Condensate Receiver tank high- and low-level alarms. Economizer safety valve. E. BUILDING #70 BOILER MAINTENANCE, INSPECTION AND TUNE UP 1. Contactor shall open the boilers water and firesides, for 2 HB Smith, 14 section, cast-iron, low-pressure boilers. 2. Contractor shall prepare the boiler and its auxiliary devices for an internal inspection by a Contractor supplied ASME Board Certified Inspector. 3. Contractor will perform all required safety device testing per the VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition. 4. Upon completion of the inspection, if any repairs are required at that time, a written quote will be provided to the facility. No repairs will be made unless approved separately by the Contracting Officer. 5. Once the boiler is inspected and/or repaired, the Contractor will put the boiler back together, fill with water, fire up the unit, and perform an operational and combustion test on oil and gas, making any adjustments needed for proper operation. 6. Contractor will be responsible for any gaskets and seals that may be required to put boiler back together after inspection such as inspection port gaskets, low water cutout gaskets. 7. Contractor is responsible to provide any specialized tools or equipment to perform the work. 8. Contractor will provide a service report and all combustion printouts to the Contracting Officers Representative (COR) upon completion of work. 9. Contractor will sign in/out at the Main Boiler Plant, Building #22, and will be escorted to the work site. 10. No changes to this Statement of Work can be made without prior written approval of the Contacting Officer Attachments: VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition VHA Directive 1810, Boiler and Boiler Plant Operations, January 4, 2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ac5692d72114c0cbaccc903a52b6133/view)
 
Place of Performance
Address: Bedford VA Medical Center 200 Springs Rd. Bedford, MA 01053
 
Record
SN07470210-F 20250611/250609230038 (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.