SOURCES SOUGHT
J -- 644 - Annual Chiller, Condensers, & Evaporator Testing
- Notice Date
- 7/7/2020 7:43:18 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25820Q0277
- Response Due
- 7/27/2020 3:00:00 PM
- Archive Date
- 08/26/2020
- Point of Contact
- Eric Carroll, CONTRACT SPECIALIST, Phone: 602-795-5424
- E-Mail Address
-
Eric.Carroll@va.gov
(Eric.Carroll@va.gov)
- Awardee
- null
- Description
- Page 4 of 4 This request for information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this Sources Sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) SAM Registration (9) any other pertinent company documentation. Responses are due by July 27, 2020 at 4:00 pm MST. It is anticipated that a solicitation may be issued in August 2020. If issued, award of a subsequent contract is contemplated in September 2020. Electronic submissions are acceptable via Eric.Carroll@va.gov, and are highly preferred. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. This procurement is for a service agreement at the Phoenix VA Health Care System (PVAHCS) to conduct annual Eddy current on chillers, condensers, & evaporator testing. Previously the chillers were under contract for monthly and annual maintenance and inspections. This changes in October of 2020 when the boiler plant and HVAC shop will assume all responsibility for chiller monthly and annual inspections and maintenance. This will require that we brush the chiller internal tubes and do an annual eddy current test to check for cracking and leaking on the condensers every year and on the evaporators every 5th year. It is requested that responses include a rough estimate of pricing for completion of the requirements identified below. Purpose: The Phoenix VA Health Care System (PVAHCS) to conduct annual Eddy current on chillers, condensers, & evaporator testing. Previously the chillers were under contract for monthly and annual maintenance and inspections. This changes in October of 2020 when the boiler plant and HVAC shop will assume all responsibility for chiller monthly and annual inspections and maintenance. This will require that we brush the chiller internal tubes and do an annual eddy current test to check for cracking and leaking on the condensers every year and on the evaporators every 5th year. Required Services: Provide Eddy Current testing for the listed chillers and condensers and Evaporators. Technician will calibrate/standardized to existing OEM tube thickness per the original manufactures design and IEI standards. Each tube will be tested full length until entire bundle is tested using the Eddy Method technician will then perform a visual analysis using a video scope on some tubes with anomalies discovered with Eddy Current. Typically, any defects that causes action to occur (Plugging) or a sample representative of current depth or defect will be photographed. If the technician finds that there are no indications discovered with Eddy current then the technician will take a random sample of tubes for visual purposes. The technician will advise the onsite engineer the results of the test when completed. If there are any areas that need attention there will also be a report of these findings. A final report will be generated for customer review. Technician will arrive on site and check in with customer. Contractor is responsible to supply all labor. Chiller and evaporator barrel ends to be off (1 side) and out of the general area of the machine, by customer. Contractor will supply all parts and materials to complete the project. Tubes will be cleaned prior to arrival, by the customer. Contractor is responsible for all subcontractors required to complete the project. Contractor will coordinate with the Operations Supervisor or the Work Leader for the Boiler Plant to schedule time when work can be completed. Contractor will supply all tools and equipment required to perform the stated work. Contractor will comply with all OSHA and VA safety guidelines to include required PPE and lockout/tagout procedures. Any overtime labor or parts not previously approved must go through the Contracting Office and Operation Supervisor. Deliverables: Filed Service Reports shall be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and Shall contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Equipment Inventory #1 York MOD. # YKGKEKP9-EUHX, SER. No ser. # WIRE DIA. 035-25056-0 #2 SMARDT MOD# SWA190-4HG05-F2HVKA-F2BMKA SER#FF0010K338Q1837 #3 YORK MOD# YKGBFDH7-CWE WIRE DIA. 035-15193-000 #4 YORK MOD # YKGBFDH7-CWE WIRE DIA 035-15193-000 #5 TRANE MOD# CVHF770 SER.# LIIL04056 #6 TRANE MOD# CVHF770 SER# LIIL04057 Place of Performance: Phoenix VA Healthcare System Carl T. Haydon VA Medical Center 650 E. Indian School Road Phoenix, AZ 85012-1892 Period of Performance: The anticipated period of performance is a base plus four (4) contract award. Base Year: 10/1/2020-9/30/2021 Option Year 1: 10/1/2020-9/30/2021 Option Year 2: 10/1/2020-9/30/2021 Option Year 3: 10/1/2020-9/30/2021 Option Year 4: 10/1/2020-9/30/2021
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/790864cf14c04c3e8d9cb55e4817b711/view)
- Place of Performance
- Address: Phoenix VA Healthcare System 650 E. Indian School Road, Phoenix, AZ 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN05713972-F 20200709/200707230155 (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 |