DOCUMENT
J -- HVAC SYSTEM REPLACEMENT W/ CONNECTION TO SIEMENS BUILDING AUTOMATION SYSTEM CURRENTLY IN PLACE. - Attachment
- Notice Date
- 7/2/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;WJB Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24718Q9251
- Response Due
- 7/13/2018
- Archive Date
- 7/23/2018
- Point of Contact
- MARK WEST @ JEFFREY.WEST3@VA.GOV
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9251 Posted Date: July 2, 2018 Original Response Date: July 13, 2018 Current Response Date: Product or Service Code: N041 Installation of Equipment Refrigeration, Air Condition, and Air Circulating Equipment Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 238220 Plumbing, Heating, and Air-Conditioning Contractors Contracting Office Address WJB DornVA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q9251. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15 MILLION. The WJB Dorn VA Medical Center is seeking to services REPLACE 2 HVAC UNITS WITH CONNECTIONS TO EXISTING SIEMENS BUILDING AUTOMATION SYSTEM to include all materials, tools and equipment required to complete removal of existing and installation / setup of new HVAC units Site Visit: A site visit is scheduled for this requirement on Monday, July 9, 2018 at 10:00 am EST. All attendees should meet in the lobby of the main hospital, building 100 no later than 10:00 am EST on July 9, 2018. All interested companies shall provide Quotations for the following: STATEMENT OF WORK Replace 2 HVAC Units 1. REQUIREMENT: Requirement is for a firm-fixed price service to Replace 2 HVAC Units which shall include the Replacement of Thermostats with Controllers to connect to new HVAC Units to existing campus-wide Siemens Building Automation System to include crane work and duct cleaning located at the WJB Dorn VA Medical Center in Columbia, SC. 2. BACKGROUND: The Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rockhill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: Period of performance shall be for a 90-day period which will be determined at time of award. Work shall be performed during normal working hours, 7:00AM 5:30PM Monday through Friday except federal holidays, with the exception Crane Work and Duct Cleaning. Crane Work and Duct Cleaning shall be performed after 5:30PM Monday through Friday, while building is unoccupied. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: The Contractor shall supply all equipment, parts, labor, and transportation necessary to remove and dispose of the existing HVAC Unit(s) currently located on the roof of Building 20 (One 8-ton Carrier roof top Heat Pump package and Carrier condensing Unit and lines), and seal unused roof penetrations. Contractor shall install new 10-ton 14 seer Rooftop Heat Pump Unit, 460 3-phase with new 30-kilowatt heat strips to supply entire building with the exception of the Conference Room. Contractor shall complete all electrical including replacement of Rooftop breakers with disconnects, non-fused Square D, currently 30-amp auxiliary heat 50-amp. Low voltage wiring shall also be included. All necessary galvanized Ductwork shall be included to connect new Unit to existing galvanized Ductwork. The Contractor shall repair or replace any existing Ductwork that is not in proper operating condition. Contractor shall complete all roof work and repairs required for removal of existing and installation of new HVAC Unit(s) to include new roof curb. The Contractor shall repair/replace existing insulation as required to complete this service. The Contractor shall provide new filter box or rails if not included in new Rooftop Unit and install new condensate drain lines with trap. The Contractor shall complete air balance flow checks before and after installation of new Unit(s). All supply vents shall be covered with filter media prior to start-up of new Unit to prevent debris blowing out in areas. All existing Ductwork shall be cleaned to include, supply and return Ducts, vents and grills; this shall be completed after 5:30 PM Monday through Friday. The Contractor shall provide and install new 2-ton single phase 208/230 volt 14 seer Rooftop Heat Pump Unit with 10-kilowatt heat strips to supply Conference Room. T The existing Ductwork supplying Conference Room shall be removed and capped off. All new Ductwork and returns shall be installed from new Unit to Conference Room. All Ductwork shall be secured above ceiling. A minimum 14-inch galvanized supply and return line shall be installed. No more than 5 feet of R-8 flex Duct from each supply or return shall be used. All flex Duct shall be strapped and taped at each take-off point. There shall be 4, 8-inch drops from supply side; layout of drops to be determined at time of installation. All grills shall be 24 inches by 24 inches. All galvanized Ductwork shall be wrapped with minimum R-8 fiberglass insulation and sealed with water-based mastic. The Contractor shall install new Condensate Drain Line and Trap. The Contractor shall complete all necessary electrical; including conduit, wiring from electrical room in building to tie in to the existing Square D panels, non-fused disconnect on roof and all low-voltage wiring. All roof work/repairs required due to removal and installation to include new roof curb shall be completed by Contractor. The Contractor shall install a new, OSHA approved, fixed wall-mount ladder to Rooftop with locking grate at bottom on the South side of Building 20. The Contractor shall install Controllers and connect new HVAC Units to existing campus-wide Siemens Building Automation System to include all wiring, engineering programming and graphics to include: 1ea - Siemens PXC24 with Ethernet and LAN 2ea - Siemens TEC HP controllers 2ea Siemens room sensors 2ea Siemens discharge air sensors The Contractor shall provide on-site training/familiarization for new Units and Controls to facility assigned personnel. All crane work shall be performed after 5:30PM, Monday through Friday once building is unoccupied. Crane lift plan and permits are required and shall be submitted prior to performance of any type of service. Contractor shall follow all OSHA, VA and NEC Guidelines and Regulations including Infection Control Procedures. Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris must be removed from the facility upon completion of service each day. Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Basis of Award Project: Service to replace 2 HVAC units and connect to existing campus-wide Siemens Building Automation System to include necessary crane work and duct cleaning. A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical. Contractor shall have all necessary and required licenses and or certifications required to successfully complete the services required. Contractor shall provide technical capabilities statement related to the completion of similar type services being requested in this solicitation. All offerors must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance. Must provide a minimum of two (2) past performance experiences related to purchase in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB TECHNICAL PAST PERFORMANCE PRICE (Not Rated) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219.14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37, Employment Reports on Veterans [FEB 2016] 52.222-5, 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] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside [JUL 016] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, and Past Performance. All bid offers shall be sent to the: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm-Fixed Priced Service 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 bid offers 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:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:30 PM EST July 13, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, jeffrey.west3@va.gov. No phone call shall be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9251/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9251 36C24718Q9251.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453018&FileName=36C24718Q9251-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453018&FileName=36C24718Q9251-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9251 36C24718Q9251.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453018&FileName=36C24718Q9251-000.docx)
- Record
- SN04977195-W 20180704/180702231059-5ecb5225fbe843e4105c9ef6e9abbfe4 (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 |