DOCUMENT
44 -- Tankless Heat Exchanger - Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Attachment
- NAICS
- 332410
— Power Boiler and Heat Exchanger Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24618Q9360
- Response Due
- 7/10/2018
- Archive Date
- 8/9/2018
- Point of Contact
- Melisha Evans (Bradley)
- E-Mail Address
-
8-7148<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 5 of 5 COMBINED SYNOPSIS/SOLICIATION 36C24618Q9360 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The North American Industrial Classification System (NAICS) code for this procurement is 332410 with a small business size standard of 750 employees. This procurement is set-aside 100% for Service-Disabled Veteran-Owned Small Business concerns and all eligible offerors may submit quotes. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract to procure the following items, brand name or equal: CLINS DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT 0001 Duplex Tankless Plate & Frame Heat Exchanger Package for Domestic Hot Water Model Number: Duplex HXHD-15-25P-SS-D-346 2 EA 0002 Temporary 50-gallon electric hot water heater for temporary hot water supply during the installation of the heat exchanger (CLINS #0001) 1 EA 0003 Installation of two Duplex HXHD-15-25P-SS-D-346 1 JB Must meet following specs and requirements: 2 ½ M40 High limit steam inlet ball valve with Valpes electric actuator with integral battery backup, fail closed. 2 LEA33 control valve with Rotork CVL500 electric actuator with super capacitor back up power, fail closed S9A plate and frame heat exchanger with single wall 316 Stainless Steel plates, ASME Stamped (150 psig) Compound pressure gauge downstream of control valve SIMS PLC touchscreen temperature control panel with BACnet (ethernet) and R2 Kit for Web Access (remote mount) Integral stainless-steel circulation pump, solenoid trim valve, and P&T relief valve EL2270 temperature probe APT14 pump trap with gauge glass, closed, non-code reservoir, pre-piped motive and exhaust piping with UTD52L drip trap and TSS300 air vent assembly Assembled and mounted to a carbon steel base, panted with industrial paint The unit must be hydro-statically tested prior to shipment TECHNICAL REQUIREMENTS: Install a new tankless plate & frame heat exchanger package for domestic hot water in building 21 mechanical room at the Salisbury VAMC. This heat exchanger package will replace the failed existing heat exchanger package. Install a temporary electric water heater to supply hot water during install. Install a new tankless plate & frame hot water heater with back net capability to connect to the BCS. The hot water heaters must have dual heaters built into the system. The system is required to be capable of running lead and lag. Must have the ability to be controlled and monitored from BCS to allow external monitoring after hours. Isolate and LOTO the existing hot water skid. Disconnect the hot water loop connections. Disconnect the steam supply. Disconnect the condensate return connections. Disconnect electrical connections. Removed and transport the existing skid (hot water generator) and dispose of offsite. Rig and place tankless plate & frame unit into position, utilizing the same footprint as previous unit. Rig and place system control and communications panel into position. Provide and install control and power wiring from control panel. Provide and install electrical power to the control panel. 110 VAC supply to be sourced by the VA Provide and install communication cabling to nearest communication panel specified by the VA. Field route low pressure steam supply to steam supply connections on new unit. Field route 1 motive steam supply line from high pressure steam header to motive steam connection on pressure powered avoiding low points. Tie in location identified at pressure reducing station. Field route 2 copper water supply line to supply connection on unit. Press fir connections to be used where applicable. Field route 2 copper water line to return connection on unit. Press fit connections to be used where applicable. Field route condensate outlet of unit to existing condensate return feeding vented receiver. SCH 80 piping to be used. Insulate new piing. All insulation will be 1.5-inch fiberglass with ASJ jacker, no metal covering is included. Commission tankless plate & frame unit and verify operation. The manufacturer of the brand name is Spirax Sarco, Inc. Delivery Address: Salisbury VAMC 1601 Brenner Avenue Salisbury, NC 28144 FOB point: Destination Estimated Delivery Date: within 30 days ARO The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://acquisition.gov/comp/far/index.html. FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items Addendum to 52.212-4 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items -52.232-33 Payment by Electronic Funds Transfer- System for Award Management VAAR Clauses: 852.203-70 Commercial Advertising 852.211-70 SERVICE DATA MANUALS, MECHANICAL EQUIPMENT 852.211-73 BRAND NAME OR EQUAL 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance 852.232-72 Electronic Submission of Payment Requests 852.237-70 Contractor Responsibilities 852.246.70 Guarantee 852.246-71 Inspection FAR Provisions: 52.212-1 Instructions to Offerors- Commercial Items 1. Offeror shall provide an itemized list of the items 2. Offeror shall provide a written quote addressing all CLINS. Addendum to 52.212-1 52.204-7 System for Award Management 52.211-6 Brand Name or Equal 52.212-2 Evaluation-Commercial Items: The Government intends to award a firm-fixed-priced contract resulting from this solicitation to the responsible vendor whose quote conforming to the requirements in this request for quote will be most advantageous to the government, price and other factors considered. The following factors (in order shown) shall be used to evaluate offers: Lowest firm-fixed price will be evaluated first. If quote is for brand name and vendor able to provide the installation, quote will be accepted. Equal products must be evaluated by technical team at Salisbury VAMC and will be acceptable or non-acceptable based on evaluation results of the technical team at the Salisbury VAMC. If quote is for equal item is found to be non-acceptable, the next lowest quote will be evaluated in the same manner until an offer is accepted. If all quotes are non-acceptable, solicitation will be cancelled. Quote will be acceptable and non-acceptable based on whether proposed product is brand name or equal product and meets all requirements for section (VII) noted above. Vendor will be considered for award only after meeting factors 1 and 2 above and meeting all other requirements of IV VIII above. 52.212-3 Offeror Representations and Certifications Commercial Items VAAR Provisions: 852.273-74 Award Without Exchanges Questions concerning this solicitation shall be addressed to Melisha Evans, Contracting Officer, and emailed to Melisha.Evans@va.gov. No phone calls will be accepted. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). Quotes are due by 04:00PM Eastern Standard time on July 10, 2018. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Written quotes shall be submitted via email to Melisha.Evans@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9360/listing.html)
- Document(s)
- Attachment
- File Name: 36C24618Q9360 36C24618Q9360.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4458199&FileName=36C24618Q9360-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4458199&FileName=36C24618Q9360-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24618Q9360 36C24618Q9360.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4458199&FileName=36C24618Q9360-000.docx)
- Place of Performance
- Address: Salisbury VAMC;1601 Brenner Avenue;Salisbury NC
- Zip Code: 28144
- Zip Code: 28144
- Record
- SN04978010-W 20180705/180703230816-56e9b590ebdcdfb9f3e5392fe120b3f4 (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 |