DOCUMENT
45 -- Boiler Plant Parts - Attachment
- Notice Date
- 3/22/2018
- Notice Type
- Attachment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- 36C24718Q0426
- Response Due
- 3/29/2018
- Archive Date
- 7/6/2018
- Point of Contact
- DARIUS CRANE
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation Number: 36C24718Q0426 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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) The solicitation number is 36C24718Q0426 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 334519, with a small business size standard of 500 employees. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 CLEAVER BROOKS CBLE BOILERS: CONTROLLER LEVEL MASTER(Auto Reset) ITEM # 01-623-00193 LOCAL STOCK NUMBER: 01-623-00193 2.00 EA __________________ __________________ 0002 CLEAVER BROOKS CBLE BOILERS: U.V. SELF -CHECK SCANNER ITEM # 01-817-02124 LOCAL STOCK NUMBER: 01-817-02124 2.00 EA __________________ __________________ GRAND TOTAL __________________ Specific features: Brand Name or Equal New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. STATEMENT OF WORK GENERAL INFORMATION TITLE OF PROJECT: Purchase replacement parts for failed parts in Boiler #6, and additional replacements for ready spares. SCOPE OF WORK: The Contractor shall provide the parts, listed below to the Ralph H. Johnson VA Medical Center (RHJVAMC) located at 109 Bee Street, Charleston, SC 29401, contact telephone (843)789-6783. The Contractor shall provide a one (1) year parts warranty that begins on the day the invoice is certified for payment. Local time is based on RHJVAMC location. BACKGROUND: The Level Master Controller and Flame Scanner on Boiler #6 have failed and require replacement. PERFORMANCE PERIOD: The contractor shall provide the specific requirements under this Statement of Work (SOW) within 30 days after date of award unless otherwise directed by the Contracting Officer (CO). TYPE OF CONTRACT: Firm-Fixed price GENERAL REQUIREMENTS These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to ensure that the materials supplied and work performed will provide satisfactory performance for the life of the product installed. RHJVAMC currently has two (2) Cleaver Brooks Model # CBLE-200-250-200ST boilers rated at 250 HP, and one (1) Cleaver Brooks Model # CBLE-200-125-200ST boiler rated at 125 HP. The Level Master water level Controller and the flame Scanner, U. V. Self-Check are common for each of the boilers installed at RHJVAMC. The vendor will supply the following items; Quantity 2 Cleaver Brooks Item #01-623-00193 Controller, Level Master (Auto Reset), Quantity 2 Cleaver Brooks Item #01-817-02124 Scanner, U. V. Self-Check. CHANGES TO STATEMENT OF WORK Any changes to this Statement of Work (SOW) shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of the parties other than the CO shall be borne by the Contractor. REPORTING REQUIREMENTS The Contractor shall be an authorized Cleaver Brooks vendor and will supply the CO with documentation showing that Cleaver Brooks has authorized the Contractor to resell parts for the manufacturer. The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the CO with a copy of any licenses and/or permits obtained. TRAVEL All work is to be performed at the RHJ VAMC located at 109 Bee Street, Charleston, SC 29401, contact telephone (843)789-7386 for Mr. Mike Collins or (843)789-6783 for Mr. Herb Watson. The Contractor is responsible for any anticipated travel and per diem. GOVERNMENT RESPONSIBILITIES The VA shall grant the Contractor access permission to all areas of the RHJ VAMC necessary to provide the services required under this contract. Facilities will be available Monday through Friday from 07:00 to 16:30 local time exclusive of Federal Holidays. CONTRACTOR REQUIREMENTS The Contractor shall be an authorized Cleaver Brooks vendor and will supply the CO with documentation showing that Cleaver Brooks has authorized the Contractor to resell parts for the manufacturer. No gray market items will be accepted, if the vendor is not a Cleaver-Brooks authorized seller, the vendor will be required to show documentation indicating the parts were purchased from a South Carolina (SC) authorized reseller. CONFIDENTIALITY AND NON-DISCLOSURE It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The C&A requirements do not apply, and that a Security Accreditation Package is not required. END SOW (vi) The items for this solicitation are to be delivered to: DELIVER TO: ALBERT GERMAN 1001 Trident St Hanahan, SC 29401-5799 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services. Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. Please place ATTENTION: BOILER PLANT PARTS 36C24718Q0426 in the subject line of your email. (xvi) Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE March 29, 2018 at 09:00 AM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place ATTENTION: BOILER PLANT PARTS 36C24718Q0426 in the subject line of your email. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0426/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0426 36C24718Q0426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170782&FileName=36C24718Q0426-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170782&FileName=36C24718Q0426-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0426 36C24718Q0426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170782&FileName=36C24718Q0426-000.docx)
- Place of Performance
- Address: Ralph H. Johnson VAMC;109 Bee Street;Charleston, SC
- Zip Code: 29401
- Zip Code: 29401
- Record
- SN04863741-W 20180324/180322231353-f68072a5f74a5d8b8197b7fc736c104e (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 |