Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
DOCUMENT

Z -- 36C26218Q9831_SERVICE to REPLACE Valves & REPAIR Leaks, VA Greater Los Angeles Healthcare System. - Attachment

Notice Date
7/26/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;Network Contracting Office (NCO) 22;4811 Airport Plaza Drive, Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9831
 
Response Due
7/31/2018
 
Archive Date
10/29/2018
 
Point of Contact
NICHOLS, CECIL S.
 
E-Mail Address
766-2267<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: 36C26218Q9831 THIS SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES TO IDENTIFY OPEN MARKET VENDOR CAPABILITY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is NOT a solicitation announcement. This is a RFI synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Vendors relative to NACIS 238220 sources. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI synopsis, a solicitation announcement may be publicized at a later date. Responses to this RFI synopsis are not considered adequate responses to the solicitation announcement. Invited and interested offerors must respond to the solicitation announcement in addition to responding to this RFI announcement. The Department of Veterans Affairs, Network Contracting Office 22, is seeking sources to provide requested services with a required delivery date on/before October 15, 2018. If interested and capable of providing the required services please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, and size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business, HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items referenced? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities with regard to the requirements being requested. Vendor must be capable of self-performing 50% or more of the stated requirements. Responses to this notice shall be submitted via email to cecil.nichols@va.gov Telephone responses shall not be accepted. Responses must be received no later than 7/31/2018 11:00 AM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Again, please provide unofficial pricing with your response. RESPONSES TO THIS NOTICE MUST IDENTIFY AND PROVIDE: 1) BUSINESS SIZE STATUS, 2) SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION STATUS, AND 3) IF VENDOR HAS CAPABILITY TO SELF-PERFORM AT LEAST 50% OF REQUIREMENT. SOURCES SOUGHT RESPONSES ARE DUE VIA EMAIL BY TUESDAY, JULY 31, 2018 BY 11:00AM PACIFIC. STATEMENT OF WORK (SOW) AND CRITERIA revised SERVICE TO REPLACE VALVES AND REPAIR LEAKS, VA GREATER LOS ANGELES HEALTHCARE SYSTEM 691-18-3-5090-2020 TITLE: SERVICE to REPLACE Valves and REPAIR Leaks. BACKGROUND: The Department of Veterans Affairs Greater Los Angeles Healthcare System has a requirement to replace steam and water valves in Building 295 and repair steam leaks in Buildings 500 and 501. PLACE OF PERFORMANCE: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Buildings 295, 500, and 501 PERIOD OF PERFORMANCE: Forty-Five (45) calendar days. CONTRACT TYPE: Firm Fixed Price (FFP) OBJECTIVES / SCOPE: Contractor / Vendor shall furnish all equipment, expertise, incidentals, labor, materials, parts, supervision, supplies, tools, transportation, and qualified personnel necessary, including but not limited to all mechanical, supports, studs/nuts, valves, gaskets, pipe, and fittings to replace valves and repair leaks in accordance / compliance with manufacturer guidelines / recommendations, current code(s), directives, regulations, and industry standards at/for the VA Greater Los Angeles Healthcare System. Disconnect and remove 8 300# gate valve at boiler #3, Building 295. Install new 8 300# gate valve (to be provided by Government VA). Disconnect and remove two (2) 2-1/2 150# gate valves at boiler #3, Building 295. Install two (2) new 2-1/2 150# gate valves (to be provided by Government VA). Disconnect and remove 2 gate valve and pipe nipples above 2-1/2 gate valves at boiler #3, Building 295. Install new 2 forged steel 800# gate valve, pipe nipple, and fire hose connection (to be provided by Government VA). Provide and install new 2-1/2 feed water Y strainer basket gasket at boiler #3, Building 295. Install 1 Y strainer blowdown valve and pipe to trench behind boiler #3, Building 295 (1 nipple from strainer blowdown port and 1 blowdown valve to be provided by Government VA). Repair leaking 3 steam flange in Building 500. Remove 1-1/2 gate valve and provide and install cap on main steam line in Building 501. Contractor shall ensure existing piping assemblies / structures are adequately supported when valve(s) are being removed / installed. Contractor is reminded that system work will be performed after-hours during scheduled shutdown (anticipate Saturday 7:00PM to Sunday 4:00AM Pacific time). Contractor will place all demolished / removed valves on pallet for Government VA pick-up / disposal. Contractor shall maintain and follow all safety guidance and regulations in accordance with local, VA, and OSHA. Contractor shall remove all debris from facility and clean area prior to completion. Upon completion of all work, Contractor / Vendor will need to notify the VA representative for verification of work being performed in accordance with this Statement of Work (SOW). The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor / Vendor and VA representative with the final decision being made by the Contracting Officer. EQUIPMENT SCHEDULE: Gaskets to be metallic spiral wound. Bolts / Studs / Nuts to be B7 steel. Boiler feedwater Y strainer blowdown piping to be schedule 40 304 SS. 1-1/2 cap to be 3000# forged steel. NOTIFICATION: Shutdown of steam will require prior notification to facility end-users and will require prior coordination. Contractor shall notify and coordinate ALL work activities with the VA representative Stephen Tourrette (310) 261-2556. PERFORMANCE MONITORING: Routine inspections to include acceptance / certification work was completed in accordance with the SOW will be performed by VA Facilities Personnel and the VA representative. CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract terms or price to cover any increase in costs incurred as a result thereof. SECURITY REQUIREMENTS: N/A. Contractor WILL NOT have access to patient records, data, or VA computer systems. GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI): N/A. No GFE or GFI will be provided or used by the Contractor. RISK CONTROL: Submission of VA Infection Control Risk Assessment (ICRA) permit(s) NOT required. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: Contractor s shall ALWAYS wear visible identification issued by VA Police during the entire time they are on the VA Healthcare System campus. It is the responsibility of the Contractor to park only in appropriately designated parking areas. Parking information is available from the VA Police & Security Service Office. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. Smoking is prohibited throughout the VA Healthcare System campus except in designated smoking areas. Possession of weapons is prohibited while on the ANY VA Healthcare System campus. Enclosed containers, including tool kits, shall be subject to search / seizure. Violations of VA regulations may result in citation answerable in the United States Federal District Court, not at/in the local district, municipal, or state court. POINT OF CONTACT: VA COR: Name: STEPHEN TOURRETTE Department: Engineering Address: 11301 Wilshire Blvd, Los Angeles CA 90073 Phone: (310) 261-2556 Email: stephen.tourrette@va.gov NORMAL WORKING HOURS: Work shall be performed AFTER normal working hours. Work will start at 8:00PM and must be completed prior to 4:00AM Monday through Friday and TBD for Saturday, with exceptions to National Federal Holidays or as coordinated and approved through the VA representative. OVERTIME AND NATIONAL FEDERAL HOLIDAYS: Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. When one of the holidays fall on a Sunday, the following Monday will be observed as a National Federal Holiday. When one of the holidays fall on a Saturday, the preceding Friday will be observed as a National Federal Holiday. Contractor is not required to provide service(s) on the following National Federal Holidays nor shall the Contractor be paid for these days (reference VI. L. above for system outage work requirements): New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 INFORMATION SECURITY: In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do not apply to this requirement, and a Security Accreditation Package IS NOT required. The nature of this requirement is technical; however, there is no information to be protected. INSURANCE COVERAGE: Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. CONTRACTOR PERSONNEL BACKGROUND REQUIREMENTS: The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions.   In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy.   If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance.   Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. INVOICE AND PAYMENT: Vendor will be paid monthly upon submission of a proper invoice for work completed and accepted. Final payment will be withheld until all noted discrepancies are corrected and as-build drawings are approved by the Government (VA). VA-FSC processes / pays all associated transactions for / on VA orders. To successfully submit an invoice to VA-FSC please review How to Create an Invoice within the how to guides. All invoices submitted to the VA-FSC should mirror your current submission of invoice, with the below items required. The VA-FSC requires specific information in compliance with the Prompt Pay Act and Business Requirements. Your firm s Tax Payer ID Number (TIN) Your firm s Remit Address information The VA Purchase Order (PO) number Your firm s contact information: (Personal Name, Email, and Phone) Your VA point of contact information: (Personal Name, Email, and Phone) The Period of Performance dates (Beginning and Ending) All discount information if applicable (Percent and Date Terms) For additional information, please contact: Department of Veteran Affairs Financial Service Center Phone: 1-877-353-9791 Email: vafsccshd@va.gov - - - END STATEMENT OF WORK - - -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9831/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9831 36C26218Q9831.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509352&FileName=36C26218Q9831-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509352&FileName=36C26218Q9831-000.docx

 
File Name: 36C26218Q9831 Bldg 295 8-inch GFM valve.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509353&FileName=36C26218Q9831-001.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509353&FileName=36C26218Q9831-001.jpg

 
File Name: 36C26218Q9831 Bldg 295 set-up.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509354&FileName=36C26218Q9831-002.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509354&FileName=36C26218Q9831-002.jpg

 
File Name: 36C26218Q9831 Bldg 500 set-up.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509355&FileName=36C26218Q9831-003.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509355&FileName=36C26218Q9831-003.jpg

 
File Name: 36C26218Q9831 Bldg 501 set-up.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509356&FileName=36C26218Q9831-004.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4509356&FileName=36C26218Q9831-004.jpg

 
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: DEPARTMENT OF VETERANS AFFAIRS;VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA
Zip Code: 90073-1003
 
Record
SN05007863-W 20180728/180726230835-6fac5593b404c0191f1af8bdefbe959a (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.