Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOLICITATION NOTICE

H -- Please note the PoP was changed in the Combo Solicitation Boiler-Tower Water Chemical Treatment

Notice Date
3/26/2020 8:22:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0388
 
Response Due
3/31/2020 12:00:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
Contract Specialist Alexandria Garza alexandria.garza@va.gov
 
E-Mail Address
Alexandria.Garza@va.gov
(Alexandria.Garza@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 2: Template for Combined Synopsis-Solicitation for Commercial Items Request for Quote (RFQ) 36C24720Q0388 26 Mar 20 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, January 15, 2020. This solicitation is set-aside as SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 221310, with a small business size standard of $30M. The FSC/PSC is H246. The Department of Veterans Affairs is seeking to purchase chemical water treatment supplies and services for the Ralph H. Johnson VAMC, Charleston, SC. Period of Performance: Period of Performance Base Year 30 Apr 20 to 29 Apr 21 Option Year 1 30 Apr 21 to 29 Apr 22 Option Year 2 30 Apr 22 to 29 Apr 23 Option Year 3 30 Apr 23 to 29 Apr 24 Option Year 4 30 Apr 24 to 29 Apr 25 Place of Performance/Place of Delivery: Ralph H Johnson Medical Center 109 Bee Street, Charleston, SC 29401 CLIN Structure: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Boiler plant to include the following equipment: Cleaver Brooks Fire Tube Boilers; - Quantity one (1) Cleaver Brooks CBLE-250-125 boiler 125 horsepower, - Quantity two (2) Cleaver Brooks CBLE-250-250 boilers, 250 horsepower. Chiller plant to include the following equipment: Chiller Plant Cooling Towers - Quantity 3 Evapco 1000-ton stainless steel cooling towers; - Common condenser discharge and return headers; - Quantity three (3) Trane 1000-ton chillers. - Common chill water header throughout hospital. - Quantity one (1) Multi-stack heat recovery chiller. 1 JB 1001 Boiler plant to include the following equipment: Cleaver Brooks Fire Tube Boilers; - Quantity one (1) Cleaver Brooks CBLE-250-125 boiler 125 horsepower, - Quantity two (2) Cleaver Brooks CBLE-250-250 boilers, 250 horsepower. Chiller plant to include the following equipment: Chiller Plant Cooling Towers - Quantity 3 Evapco 1000-ton stainless steel cooling towers; - Common condenser discharge and return headers; - Quantity three (3) Trane 1000-ton chillers. - Common chill water header throughout hospital. - Quantity one (1) Multi-stack heat recovery chiller. 1 JB 2001 Boiler plant to include the following equipment: Cleaver Brooks Fire Tube Boilers; - Quantity one (1) Cleaver Brooks CBLE-250-125 boiler 125 horsepower, - Quantity two (2) Cleaver Brooks CBLE-250-250 boilers, 250 horsepower. Chiller plant to include the following equipment: Chiller Plant Cooling Towers - Quantity 3 Evapco 1000-ton stainless steel cooling towers; - Common condenser discharge and return headers; - Quantity three (3) Trane 1000-ton chillers. - Common chill water header throughout hospital. - Quantity one (1) Multi-stack heat recovery chiller. 1 JB 3001 Boiler plant to include the following equipment: Cleaver Brooks Fire Tube Boilers; - Quantity one (1) Cleaver Brooks CBLE-250-125 boiler 125 horsepower, - Quantity two (2) Cleaver Brooks CBLE-250-250 boilers, 250 horsepower. Chiller plant to include the following equipment: Chiller Plant Cooling Towers - Quantity 3 Evapco 1000-ton stainless steel cooling towers; - Common condenser discharge and return headers; - Quantity three (3) Trane 1000-ton chillers. - Common chill water header throughout hospital. - Quantity one (1) Multi-stack heat recovery chiller. 1 JB 4001 Boiler plant to include the following equipment: Cleaver Brooks Fire Tube Boilers; - Quantity one (1) Cleaver Brooks CBLE-250-125 boiler 125 horsepower, - Quantity two (2) Cleaver Brooks CBLE-250-250 boilers, 250 horsepower. Chiller plant to include the following equipment: Chiller Plant Cooling Towers - Quantity 3 Evapco 1000-ton stainless steel cooling towers; - Common condenser discharge and return headers; - Quantity three (3) Trane 1000-ton chillers. - Common chill water header throughout hospital. - Quantity one (1) Multi-stack heat recovery chiller. 1 JB Grand Total: 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. All quoters shall submit the following: Documentation with company name, business size, DUNS, Cage Code, and contact information Offeror must submit quote in accordance with the attached SOW Pricing sheet from pages 1 to 4 must be filled in All manufacturer warranty information; if any Documentation that confirms company is registered in the System for Award Management (SAM) and Vendor Information Pages (VIP) State that quote is good for at least 30 calendar days after close of solicitation Award shall be made to the vendor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. Technical: The vendor s quote shall be evaluated to determine if offer has the capabilities to provide chemical treatment supplies and services as detailed in the Statement of Work. To be considered technically acceptable for award each vendor must provide with their submitted quote/offer: The vendor must provide a narrative (no more than 2 pages) on the overall technical approach methods and procedures used to meet the requirements identified in the Statement of Work. This narrative should provide evidence that the vendor understands the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work. Past Performance: Vendor must provide documentation that confirms the company been in business at least five (5) years providing chemical treatment of boiler plant and steam distribution systems similar in design and annual steam production rates to that of a VA facility. If already providing to a VAMC, provide a list of at least five (5) customers like RHJVAMC who have utilized the services for boiler/chiller plant chemical treatment for at least three (3) years. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure offer can perform the required services as outlined in the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Price: Vendor shall complete the Price/Cost Schedule on pages 1-4 with vendors proposed contract line item number prices inserted in appropriate spaces. Price shall be evaluated for fair and reasonableness in accordance with FAR 12.209. The price stated in the offer s Price/Cost Schedule shall be inclusive of all necessary and appropriate labor, administrative functions, insurance coverage, and all other costs to provide the chemical treatment and services in accordance with the terms, conditions, specifications, and requirements as specified in the Statement of Work. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 1:00PM EST, Tuesday, 31 Mar 20 to the Contract Specialist, Alexandria Garza via email at Alexandria.garza@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail by 12:00PM EST 30 Mar 20. 1. SOW dated 23 Mar 20
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7837b1f29d4043008c96ebcacc89dfc6/view)
 
Place of Performance
Address: Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403, USA
Zip Code: 29403
Country: USA
 
Record
SN05601236-F 20200328/200326230143 (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 |
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.