SOLICITATION NOTICE
J -- Deaerator Tank Inspection
- Notice Date
- 2/26/2020 10:20:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0451
- Response Due
- 3/18/2020 8:59:59 PM
- Archive Date
- 04/02/2020
- Point of Contact
- Peter Kimpeter.kim33@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Deaerator Tank inspection 1.B. Description: Conduct inspection of Boiler Feedwater Deaerator Tank 1.C. Project Locations: VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA 90822 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0451. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: one week 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 2. Statement of Work. 2.A. Scope. VA Long Beach is seeking a contractor to provide an inspection of the boiler feedwater deaerator tank including operating conditions, date of last inspection, current inspection certificate, ASME stamping, national board registration number, materials of construction, extent of post weld heat treatment, history of repairs and modifications. assess the external parts of the feedwater da tank and accessories and piping for safety, accessibility, cleanliness. proper operation, and compliance with codes. Manufacturer: Wheeler Tank Manufacturing Inc, Sioux Falls, SD Serial Number: 14308 Specifications: 50 PSI at MAWP 400 F, -20 F AT MDMT 50 PSI Tag: 1303 1100A Year Built: 2014 ASME U W RT 1 WMPT HT 2.B. Specific Tasks: Contractor shall provide all Labor, Parts, Materials, Equipment, and Supervision to complete required work. 2.B.1. Contractor shall inspect foundations for signs of stress such as cracking or movement. 2.B.2. Contractor shall inspect feed water DA Tank operating conditions, current inspection certificate, ASME stamping, National board registration number, extent of post weld heat treatment. 2.B.3. Contractor shall assess the external parts of the feedwater deaerator and accessories and piping for safety, accessibility, cleanliness, proper operation, and compliance with codes. 2.B.4. Contractor shall inspect for evidence of leakage. 2.B.5. Contractor shall note feedwater deaerator pressure gage and thermometer readings and verify gage and thermometer accuracy. 2.B.6. Contractor shall inspect safety valve installation and verify that the valves have proper set pressure and capacity and are properly installed. Preform an operation test under pressure to confirm operations at proper set pressures. Verify that the deaerator can safely withstand the test pressure prior to testing the valve(s). 2.B.7. Contractor shall verify that non-condensable gas vent line is open and proper orifice is provided to permit venting of gases. 2.B.8. Contractor shall inspect support structures for proper integrity and allowance for thermal expansion. 2.B.9. Contractor shall conduct an internal inspection of the DA tank for any internal welds and provide recommendation on inspection frequency required. 2.B.10. Contractor shall visually inspect all visible pressure vessel surfaces for corrosion, material thinning, deposits, and weld cracking. 2.B.11. Contractor shall inspect spray nozzles and trays. 2.B.12. Certified American Society for Non-destructive Testing (ASNT) level 2 technicians shall preform non-destructive tests using wet fluorescent magnetic particle (WFMT), ultrasonic testing (UT), and any other necessary non-destructive tests. Completely examine all accessible welds utilizing the WFMT test method. Determine pressure vessel thickness by UT. 2.B.13. Contractor shall completely examine all accessible welds utilizing the WFMT test method. Properly prepare the surfaces before testing. 2.B.14. Contractor shall determine pressure vessel material thickness by UT. Thickness measurement location shall be selected by dividing the storage tank heads into quadrants and taking measurements at each quadrant on two imaginary rings in each head (8 measurements total). Measurement locations on the shell shall be on each of the quadrants, on four to six locations along the length of the shell (16 to 24 measurements total). The technician may recommend fewer or more tests to the owner, providing justification. 2.B.15. Contractor shall provide complete written report fully describing all inspections and test preformed, findings and recommendations. The condition of all items inspected shall be stated whether acceptable or deficient. All deficiencies shall be fully described along with recommendations for methods of correction. Utilize National Board Forms NB-6 and NB-7, or other similar forms acceptable to owner. 2.B.16. Contractor shall provide sketches and photographs as necessary and as requested by owner to show areas identified as not acceptable for continued service or requiring repair. 2.B.17. Contractor shall include test data and calculations. Show locations and extent of all non-destructive testing sketches. 2.B.18. Contractor shall finish report within one week of each facility inspection in Microsoft Word format by email to the COR (Gustavo.Flores@va.gov). 2.B.19. All safety-related deficiencies shall be immediately reported to the COR during the inspection visit. 2.B.20. Contractor shall provide recommendations on need for re-inspections after correction of deficiencies. Cost of re-inspections shall be extra cost negotiated with VA Contracting Officer. 2.B.21. Upon completion contractor will contact COR (Gustavo Flores) to inform him of the completion of service. 2.B.22. Contractor will be responsible for disposing of all unused material and cleaning work area prior to leaving facility. 2C. Contractor Qualifications: 2.C.1. Offeror must possess a current and valid C4, Boiler, Hot Water Heating and Steam Fitting Contractor license to be considered for award. 2.C.2. Offer must provide a copy of Certification for American Society for Non-destructive Testing (ASNT) level 2 technician(s). 2.D. General Requirements: 2.D.1. Contractor shall check in with Boiler Plant Supervisor (Larry Davis) upon arrival at the Tibor Rubin Medical Center. 2.D.2. Contractor and Employees shall be issued Temporary ID Badges from the VA Police Department that are always to be worn while on VA Property. 2.D.3. 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 price to cover any increase in costs incurred as a result thereof. 2.D.4. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.D.5. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.D.6. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.D.7. Normal Working Hours. Normal working hours are 7am-4pm Monday through Friday. 2.D.7.A. 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. 2.D.7.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.D.7.C. National Holidays: New Year s Day January 01 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 04 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 2.D.7.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.D.8. Insurance Coverage. 2.D.8.A. The 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. 2.D.8.B. 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. 2.D.8.C. 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. 2.D.8.D. 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. 2.D.9. Contractor is responsible for repairing damages incurred during performance of this scope of work to include removal/installation or moving materials and tools in and out of the work area. 2.D.10. Contractor will always be required to wear all Personal Protective Equipment (PPE). 2.D.11. Security Requirements: Vendor will not have access to patient records, data or VA computer systems. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01/15/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. A site survey will be conducted at 10am on Thursday, March 5, 2020. Participants will meet at the tables outside of the wellness center (North side of bldg 2, South side of bldg 5). Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 4.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, March 11, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 4.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday March 14, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.C.1. Vendor Information 4.C.2. Acknowledgement of amendments 4.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.C.4. Price/Cost Schedule 4.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 4.C.6. Copy of current and valid C4, Boiler, Hot Water Heating and Steam Fitting Contractor license. 4.C.7. Copy of Certification(s) for American Society for Non-destructive Testing (ASNT) level 2 technician(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a84b5d33cb6c4d24b2d17862112265c9/view)
- Place of Performance
- Address: VA Long Beach Healthcare System;5901 East 7th Street;Long Beach, CA 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05572888-F 20200228/200226230254 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |