Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2013 FBO #4360
DOCUMENT

Y -- Emergency Boiler Replacement - Attachment

Notice Date
10/30/2013
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;2360 East Pershing Blvd. (442/90C);Cheyenne WY 82001
 
ZIP Code
82001
 
Solicitation Number
VA25914R0010
 
Response Due
12/5/2013
 
Archive Date
2/3/2014
 
Point of Contact
Brooke Barker
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRESOLICIATION NOTICE - A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT November 14, 2013 Replace Boiler #3, #660-13-179 VA259-14-R-0010 The contractor will provide all labor, materials, tools, delivery, installation and startup of a 9 PPM low NOX water tube modular boiler with the ability to generate a minimum 12,000 lb/hr (400 Hp) with the ability to run on natural gas as the main source of fuel and LP gas as a secondary fuel. Contractor is to provide required emissions information with the submittals. The new modular boiler must be installed in an area not to exceed 50% of the footprint where failed Boiler #3 was removed. The installation location must allow for an optional future installation of another boiler of equal size. No structural modifications of the building or control room architectural modifications are intended in this contract. This item will provide all piping to the steam, condensate, boiler feed water and chemical connections, electrical and all ancillary equipment and connections necessary for 100% installation of the new modular boiler. The project will provide, install and/or modify all controls, metering, wiring and communication protocols between the new Modular Boiler and the existing Hayes Cleveland control system. This bid item includes start-up of the new #3 Modular boiler, however the VA will arrange for 3rd party commissioning. The frequency drive installation is to include conduits, control power, programming and seismic requirements. The existing SCADA System is to be updated to meet the requirement of the new modular boiler. The Contractor shall include with its proposal a letter from its insurance company stating that it will issue a policy to the contractor for Pressure Vessel Insurance with a policy limit of at least $5M per occurrence should the Contractor be awarded a contract as a result of this solicitation. The Contractor shall provide the Government with an original, signed Accord Certificate of Insurance as evidence of having an active Pressure Vessel Insurance policy in effect with a policy limit of a minimum of $5 million naming the Salt Lake City VA Medical Center as an additional insured within 7 days after contract award. The Contractor shall ensure that this Pressure Vessel Insurance policy period will remain in effect for a minimum of one year after Government acceptance of all work required under this contract. The project magnitude is between $500,000 and $1,000,000. The NAICS code for this acquisition is 238220 with a small business size standard of $14.0 Million. This project is located at the Salt Lake VAMC, 500 Foothill Drive, Salt Lake City, UT. The POC for this project will be Brooke Barker. She can be contacted at 307-433-3768 or email at Brooke.Barker@va.gov. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0010/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0010 VA259-14-R-0010_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1069712&FileName=VA259-14-R-0010-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1069712&FileName=VA259-14-R-0010-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Salt Lake VAMC;500 Foothill Drive;Salt Lake City, UT 84148
Zip Code: 84148
 
Record
SN03224548-W 20131101/131030233926-a8f22cd377c5c7ee518e6f09e3f26056 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.