SOLICITATION NOTICE
J -- ALBANY Boiler/Chiller plant water treatment (VA-18-00062523)
- Notice Date
- 5/21/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- 36C24218Q0523
- Response Due
- 5/31/2018
- Archive Date
- 6/15/2018
- Point of Contact
- 518-626-6138
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 9 of 10 COMBINED SYNOPSIS/SOLICITATION Boiler, Cooling Tower, Closed Loop Chemical Treatment AT THE STRATTON VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Procedures for Certain Commercial Items, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0523. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a total service disabled veteran owned small business(SDVOSB) set aside. The North American Industry Classification System (NAICS) code is238220, Plumbing, Heating and Air Conditioning Contractors with a small business size standard of $14 Million. (v) The Contractor shall provide pricing to Boiler, Cooling Tower, Closed Loop Chemical Treatment. See table below: (contractor may use alternate document for providing pricing) PRICING FOR Albany Line Item DESCRIPTION ESTIMATED QUANTITY UNIT Unit Price TOTAL PRICE 0001 Base Year: Monthly, on-site testing and inspection of boiler water and closed loop systems 10/1/18 09/30/19 12 Month 0002 Base Year: C Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system).10/1/18 09/30/19 1 Job 0003 Base Year: Quarterly dissolved oxygen testing of the DA Tank Feedwater. 10/1/18 09/30/19 4 Qtrs 0004 Base Year: Provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment 12 Month Base Year Total 1001 Option Year 1: Monthly, on-site testing of boiler water and closed loop systems 10/1/19 09/30/20 12 Month 1002 Option Year 1: Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). 10/1/19 09/30/20 1 Job 1003 Option Year 1: quarterly dissolved oxygen testing of the DA Tank Feedwater. 10/1/19 09/30/20 4 Qtrs 1004 Option Year 1: Provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment 10/1/19 09/30/20 12 Months Option Year 1 Total 2001 Option Year 2: Monthly, on-site testing of boiler water and closed loop systems 10/1/20 09/30/21 12 Month 2002 Option Year2: Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). 10/1/20 09/30/21 1 Job 2003 Option Year 2: quarterly dissolved oxygen testing of the DA Tank Feedwater. 10/1/20 09/30/21 4 Qtrs 2004 Option Year 2: Provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment 10/1/20 09/30/21 12 Months Option Year 2 Total 3001 Option Year 3: Monthly, on-site testing of boiler water and closed loop systems 10/1/21 09/30/22 12 Month 3002 Option Year 3: Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). 10/1/21 09/30/22 1 Job 3003 Option Year 3: quarterly dissolved oxygen testing of the DA Tank Feedwater. 10/1/21 09/30/22 4 Qtrs 3004 Option Year 3: Provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment 10/1/21 09/30/22 12 Months 4001 Option Year 4: Monthly, on-site testing of boiler water and closed loop systems 10/1/22 09/30/23 12 Month 4002 Option Year 4: Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). 10/1/22 09/30/23 1 Job 4003 Option Year 4: quarterly dissolved oxygen testing of the DA Tank Feedwater. 10/1/22 09/30/23 4 Qtrs 4004 Option Year4: Provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment 10/1/22 09/30/23 12 Months Option Year 4 Total Base and All Options Total (vi) Description of requirement Stratton VA Medical Center Albany, New York Request for Services - Statement of Work (SOW) Boiler/Cooling Towers/Closed Loop Chemical Treatments Background: Stratton Veterans Administration Medical Center, located at 113 Holland Ave, Albany NY 12208 is requesting all labor, materials, equipment and travel to provide yearly water/chemical treatment services for cooling towers, boilers, deaerator, and condensate returns. Services to include all water treatment, testing, testing supplies and chemical supplies of hospital boilers, condensate systems, heating hot water (HHW), chilled water (CW), and cooling tower systems. Equipment Specs; - three (3) ea. Trane MCF-3-46 Water Tube Boilers 25,000 LB/HR, 115 PSIG Operating Pressure - two (2) ea. Cooling Towers BAC (Baltimore Air Coil) - One (1) ea. Hurst 400HP Fire Tube Steam Boiler-Boiler Series 500 115 PSI Operating Pressure System Specs; - Combined Steam Boiler System operating year round with an annual makeup of 1,600,000 gallons per year. - Combined Cooling Tower Systems with a pair of 3000 gallon sumps. Operating from May through October with an annual makeup of 2,000,000 gallons per year. - Three closed loop systems (HHW, CW, and Operating Room Chilled Water) with an annual makeup of 5000 gallons. Scope of Work: Contractor shall provide a Certified Water Treatment (CWT) technician to oversee the program. Contractor shall provide cooling tower treatment. Cooling tower treatment shall include a scale and corrosion inhibitor, an oxidizing biocide, and a biodispersant. Contractor must also include Bromine for pot feeders. Contractor shall provide Tower and Boiler chemicals as Solid Products. Treatment must be in compliance with NYS DOH Regulations sections 4.4, 4.5a, 4.5b and 4.6. Contractor shall provide biweekly testing for each cooling tower to monitor biocide program and Legionella testing of the cooling towers IAW NYS DOH. Contractor shall perform monthly, on-site testing of boiler water and closed loop systems and a perform review of the reports with on-site personnel. Contractor shall provide Electronic copy of the reports emailed to the COR. Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). Contractor shall provide a Closed Loop Biocide and Bio dispersant to control anaerobic bacterial growth. Contractor shall provide adequate supply of closed loop system treatment as needed. Contractor shall perform quarterly dissolved oxygen testing of the DA Tank Feedwater. Contractor shall perform monitoring of dissolved iron in the return lines. Contractor shall provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment identified. Contractor shall provide chemical distribution stations. Contractor shall provide On-site training of the VA s day shift personnel in chemical handling, safety, and testing. Chemicals required are: water softener testing supplies boiler de-scaler for boiler cleanup as needed per annual internal inspections. liquid Amine as needed to help protect the condensate return lines and maintain return pH 7.5 - 8.0. Liquid Alkalinity Booster as needed per Original Equipment Manufacturer (OEM) specifications to help prevent general uniform corrosion. liquid phosphate as needed per OEM specifications. powdered sulfite as needed. Inspection At the commencement of each service visit, the equipment shall be inspected for functionality by the VA COR or COR authorized Point of Contact (POC). The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. Biweekly testing shall be inspected by the COR/POC as they determine necessary but does not need to occur for each service visit. Period of Performance The base period of performance for this service is October 1, 2018 through September 30, 2019 with the provision to include up to four (4) follow on option years. Place of Performance All services will be performed at the Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208. Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. Period of Performance: The base period for this requirement is October 1, 2018 through September 30, 2019 with provision of 4 option years. Contracting Office Address: VISN 2 Network Contracting Office - Albany 20 Madison Ave Extension Albany, New York 12203 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as 36C24218Q0523 Technical description of services to be performed in accordance with the Statement of Work Price Acknowledgement of any solicitation amendments A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation representing the lowest priced, technically acceptable (LPTA) response. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability and price. The government shall evaluate information based on the following evaluation criteria: Technical capability to meet all of the requirements of the SOW, please provide a maximum 10 page capability statement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. (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. This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. (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: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (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. 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total service disabled veteran owned small business (SDVOSB) set-aside combined synopsis/solicitation for Boiler, Cooling Tower, Closed Loop Chemical Treatment at the Stratton VA Medical Center as defined herein. 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 not later than 2:00 PM EST, Wednesday May 31, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday May 29, 2018 @ 12:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q0523/listing.html)
- Place of Performance
- Address: STRATTON VA MEDICAL CENTER;113 HOLLAND AVE;ALBANY,NY
- Zip Code: 12208
- Country: USA
- Zip Code: 12208
- Record
- SN04928912-F 20180523/180522062904 (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 |