Veterans Affairs



FedBizOppsAmendment to a Previous Combined SolicitationCLASSIFICATION CODE*SUBJECT*CONTRACTING OFFICE'S*ZIP-CODESOLICITATION NUMBER*BASE NOTICE TYPERESPONSE DATE (MM-DD-YYYY)ARCHIVEDAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODE*CONTRACTING OFFICEADDRESSPOINT OF CONTACT*(POC Information Automatically Filled fromUser Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAILADDRESSEMAIL DESCRIPTIONADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE * = Required FieldFedBizOpps Amendment to aPrevious Combined SolicitationRev. March 2010JBoiler Plant Upgrade25701VA249-13-Q-042708-01-201315N2811310Department of Veterans AffairsNetwork Contracting Office 9 (NCO 9) 90CNCO 9624 9th StreetHuntington WV 25701Katrina L. CruzHuntington VA Medical Center1540 Spring Valley Dr.Huntington, WV25704USAkatrina.cruz@Contract SpecialistThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.This solicitation, VA249-13-Q-0427, is issued as a request for quote (RFQ) Firm Fixed Price Contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60.The associated North American Industrial Classification (NAICS) code for this procurement is 811310 with a small business size standard of $7.0 Million.This requirement is restricted 100% to Small Business.This combined synopsis/solicitation is for the following commercial service to include parts, labor and supervision:CLIN 0001—Provide and install a new Hayes Cleveland Oxygen Analyzer probe on a 300 HP Kewanee Firetube Boiler per SOW. CLIN 0002—Provide and install a new 6” 150# Cast Steel Gate Isolation valve in the Boiler Plant per SOW.CLIN 0003—Provide and install new Flex Connectors on 2 Hot Water Heating Pumps in Building 23R per SOW.CLIN 0004—Provide all needed material and labor to replace the existing main natural gas regulator and vent on 350 HP Cleaver Brooks Firetube Boiler per SOW.CLIN 0005—Replace the Main Gas Regular vent piping with the correct size (contractor will determine proper size needed) per SOW. Piping ran individually and sized Accordingly.CLIN 0006—Make alterations to High Water Circuit on a 400 HP Johnston Firetube Boiler, 350 HP Kewanee Firetube Boiler, and a 300 HP Kewanee Firetube Boiler per SOW.CLIN 0007—Re-wire the limit/interlock circuit on a 350 HP Cleaver Brooks Firetube Boiler per SOW.CLIN 0008—Install an Annunciation Panel for 4 Boilers per SOW. 1 Panel for each boiler; 4 panels in total.CLIN 0009—Install a low fire start switch on 4 Boilers natural gas valve per SOW. CLIN 0010—Mount Honeywell 7800 Flame Safeguard displays on the outside of the main control cabinets on the front access panel along with the Honeywell displays per SOW. Boilers 1, 2, & 3 only.CLIN 0011—Provide and install one 1-1/4” Pressure Reducing Valve (PRV) on the steam line that provides service steam to the DA Tank per SOW.CLIN 0012—Provide and install one 1-1/2” Pressure Reducing Valve (PRV) on the steam line that provides service steam to the DA Tank per SOW. CLIN 0013—Provide and install one 2”Spense pilot operated steam Pressure Reducing Valve (PRV) per SOW. CLIN 0014—Provide and install one 2-1/2” Spence pilot operated steam Pressure Reducing Valve (PRV) per SOW. Period of Performance: The Contractor shall perform all work during normal business hours (8:00am to 4:30pm) except PRV work in CLIN #11-14 above unless other times are coordinated with Contracting Officer’s Representative (COR) and with the approval of the Contracting Officer. PRV work must be accomplished during weekend hours. Approximate number of hours to complete PRV work is 16. Site Visit: Interested Contractors are encouraged to attend the site visit scheduled for Wednesday, July 17, 2013 at 9:00AM EST. Location: Huntington VA Medical Center, Building #2, Engineering Shops, 1540 Spring Valley Dr., Huntington, WV 25704.Quote Due Date: Offerors must submit all quotes to Katrina Cruz, via e-mail, katrina.cruz@ no later than 4:00PM EST on Thursday, August 1, 2013. No late offers will be accepted. The Huntington VA Medical Center intends to award a Firm Fixed Price Contract based on the Best Value Methodology of Lowest Price/Technically Acceptable (LPTA). Resultant contract will be awarded to the Offeror whose quote conforms to this Combined Synopsis/Solicitation, is deemed technically acceptable, and provides the best value.Questions & Answers: All questions and inquiries about this solicitation must be submitted in writing via e-mail, katrina.cruz@, on or before Wednesday, July 24, 2013 by 12:00PM EST. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. The following clauses and/or provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions-Commercial; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards; FAR 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-26, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer—Other Than Central Contractor Registration; FAR 52.222-42, Service contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; VAAR 852.203-70, Commercial Advertising; VAAR 852.232-72, Electronic Submission of Payment Requests; VAAR 852.233-70, Protest Content/Alternative Dispute Resolution; VAAR 852.237-70, Contractor Responsibilities; VAAR 852.246-71, Inspection; VAAR 852.270, Representatives of Contracting Officers; VAAR 852.273-74, Award Without Exchanges; To View FAR and VAAR Clauses see (FAR) and (VAAR)Service Wage Rate: Department of Labor Wage Determination WD-05-2537 (Rev.-16) dated June 25, 2013 Applies. To view applicable rates please go to: ; 23000- Mechanics And Maintenance And Repair Occupations.SAM Requirement: All Offerors must be registered in SAM with a valid expiration date prior to award to include Representations and Certifications. Failing to meet this requirement would make the offer non-responsive; therefore would not be considered for award. Go to to register and complete the representation and certifications. STATEMENT OF WORK PART A – GENERAL INFORMATIONA.1INTRODUCTION – The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to upgrade a small portion of our Boiler/Steam Distribution System at the Medical Center. A.2BACKGROUND – The VAMC has a need to upgrade a small portion of our Boiler/Steam Distribution System. Work will include repairs such as O2 Probe replacement, valve replacement and several repairs on the Boilers themselves. A.3 SCOPE OF WORK – Vendor will provide all parts, labor, equipment, material, and supervision to conduct the Boiler/Steam Distribution System upgrades per the Statement of Work listed below.STATEMENT OF WORK PART B – WORK REQUIREMENTSB.1 Tasks to be accomplished:For the purpose of reference, the VAMC has 4 Boilers located in Building #3: These Boiler are Identified below:Boiler #1 400 HP Johnston Firetube BoilerBoiler #2 350 HP Kewanee Firetube BoilerBoiler #3 300 HP Kewanee Firetube BoilerBoiler #4 350 HP Cleaver Brooks Firetube Boiler Vendor will provide and install a new Hays Cleveland Oxygen Analyzer probe on Boiler #3. This is a 300 HP Firetube Kewanee Boiler. The Oxygen Analyzer Probe must be compatible with the Hayes Cleveland Series 10050 Oxygen Monitor. Once the installation is complete, the Vendor will calibrate the probe and will also provide the calibration gas to perform this task. Oxygen Monitor currently installed is Hays Clevleand Model A-10050-AOAO3 S/N 96406 and current Oxygen Analyzer probe is Hays Cleveland Model A10018 AA01. Vendor must provide and install a new 6” 150# Cast Steel Gate Isolation valve in the Boiler Plant. Vendor will also provide and install new Gaskets, Bolts and Welded Flanges to complete this installation. Recalibrate & Reinsulate insertion meter if removed to install valve. Vendor must provide and install new Flex Connectors on 2 Hot Water Heating Pumps in Building 23R. Vendor must remove and replace two 3” x 6” Flex Connectors on each pump. Vendor must also replace all pipe and flanges on each pump. The Vendor will be responsible to furnish and install all required pipe, valves and fittings needed to complete the job.Vendor must provide all needed material and labor to replace the existing main natural gas regulator and vent on Boiler #4, a 350hp Cleaver-Brooks Model CB-LE Firetube Boiler. We have identified that the regulator we currently use is too large and due to pulsating pressures, we cannot meet VA Specifications using the current regulator. The newly installed Regulator must, at a minimum, meet the following specifications: Must be single seated and diaphragm operated. Must be for natural gas service. Controlled pressure must be sensed downstream of the Main Valve.The Valve can be self-operated or pilot operated but must comply with all performance requirements.Must provide precisely controlled downstream pressure in the Fuel Train as required by the Burner and Fuel trains furnished with upstream pressure as shown or specified..The inlet and outlet emergency pressure rating will be, at a minimum, twice the lock up pressure of the nearest upstream pressure regulator. The maximum outlet pressure droop will be 5 percent of the set pressure over the burner firing range.The maximum lock up pressure will be 1.5 times the regulated pressure.The speed of the response to the opening of the automatic safety shut off valves will be sufficient to allow the set pressure of the low pressure switch to be within 20 percent of the normal operating pressure with on nuisance burner trips.The construction of the Main Valve will be of Cast Iron Body with a replaceable plug and seat and have a downstream pressure sensing line.The vendor will be responsible to replace the Main Gas Regular vent piping with the correct size. The Vendor is responsible for determining the proper size needed for the application it is being used for. The High Water Circuit on Boilers #1, #2 & #3 require some alterations. The Vendor will make the following changes on all three Boilers: Remove the high water control from the Boilers limit/interlock circuit to allow the Boilers to continue to run during a high water condition or alarm. Furnish and install a new alarm bell that will be dedicated to the high water circuit of each Boiler. The alarm must be loud enough that the Boiler Operator can hear it, while wearing hearing protection, from any location within the Boiler Plant. Change the wiring so the high water alarm bell and high water indicating lamp will be activated regardless if the Boiler is online or offline. Vendor to provide all parts, labor, material, equipment and supervision to re-wire the limit/interlock circuit on Boiler #4, a 350hp Cleaver Brooks Firetube Boiler. Vendor must re-wire all of the safety controls currently wired into the limit circuit into the 3-P interlock circuit. The Vendor must also provide the VAMC with a new updated electrical diagram/drawing showing the boilers limit/interlock circuit. The Vendor will install an Annunciation Panel for all 4 Boilers. The purpose of the Annunciation Panel is to alert operators of alarm conditions in the Boiler Plant. The Vendor can custom build the panel or provide an off the self Annunciation Panel. The Annunciation Panel must indicate the status of each Safety and Limit Control on each Boiler. The panel must have lights that flash and a bell or horn that sounds when an alarm condition is detected, sufficient enough to attract the Boiler Operators attention. The panel must allow the Boiler Operator to silence the alarm with a button or switch but allow the light to remain lit as long as the process is in the alarm state. When the alarm clears (process condition returns to normal) the lamps will go out. Each lamp must have an engraved or marked placard identifying the name of the process alarm.Vendor will provide all parts, labor, material, equipment and supervision to install a low fire start switch on each of the four Boilers natural gas valve. (Butterfly Valve)Each of the three Boilers (Boilers 1, 2, & 3) currently has a Honeywell 7800 Flame Safeguard display. These displays are currently located inside the main control cabinet. These cabinets have high voltage electricity wired into them presenting a safety issue for the Boiler Operators when then open the cabinets to access the Honeywell Displays. The Vendor will provide all parts, labor, material, equipment and supervision to mount the displays on the outside of the cabinets on the front access panel. The Vendor will also install a reset button on the outside of the cabinets on the front access panel along with the Honeywell Displays. The intent of this project is to provide a safer working environment for the Boiler Plant Operators. The Vendor will provide and install one 1-1/4” Pressure Reducing Valve (PRV) on the steam line that provides service steam to the DA Tank. This PRV must have an1,800 pounds per hour capacity with a max flow rate of 2,500 pounds per hour. It will also have an Inlet Pressure of 90 psi and an Outlet Pressure of 45 psi.The Vendor will provide and install one 1-1/2” Pressure Reducing Valve (PRV) on the steam line that provides service steam to the DA Tank. This PRV must have an3600 pounds per hour capacity with a max flow rate of 4,600 pounds per hour. It will also have an Inlet Pressure of 90 psi and an Outlet Pressure of 45 psi.The Vendor will provide and install (Two) 1-1/2” 150# Bypass Valves on steam lines as part of the PRV replacement in items number 12 above.The Vendor will provide and install (Three) 2-1/2” 150# Flanged Gate Valves on steam lines as part of the PRV replacement in items number 12 above.The Vendor will provide and install one 2” Spence pilot operated steam Pressure Reducing Valve (PRV) This PRV must have an1,800 pounds per hour capacity with a max flow rate of 2,800 pounds per hour. It will also have an Inlet Pressure of 45 psi and an Outlet Pressure of 6 psi.The Vendor will provide and install (One) 2-1/2” 125# Steam Bypass Globe Valve on steam line as part of the PRV replacement in item number 13 above.The Vendor will provide and install (One) 3” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 13 above.The Vendor will provide and install (One) 4” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 13 above.The Vendor will provide and install one 2-1/2” Spence pilot operated steam Pressure Reducing Valve (PRV) This PRV must have an3,600 pounds per hour capacity with a max flow rate of 4,500 pounds per hour. It will also have an Inlet Pressure of 45 psi and an Outlet Pressure of 6 psi.The Vendor will provide and install (One) 3” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 14 above.The Vendor will provide and install (One) 4” 125# Flanged Steam Isolation Gate Valve on the steam line as part of the PRV replacement in item number 14 above.STATEMENT OF WORK PART C – SUPPORTING INFORMATIONC.1Place of Performance – The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704.C.2Period of Performance – The Contractor shall perform all work during normal business hours (8:00am to 4:30pm) except PRV work in item # 11-14 above unless other times are coordinated with Contracting Officer’s Representative (COR) and with the approval of the Contracting Officer. PRV work must be accomplished during weekend hours. Approximate number of hours to complete PRV work is 16. Work is to begin as soon as possible as but no later than 15 calendar days after the arrival of the parts and equipment that need to be ordered. The start date must be approved and coordinated with the VAMC Maintenance & Operations Supervisor who can be reached via the following contact information.Mike SparksM&O General SupervisorHuntington, WV VAMCOffice Phone 304.429.6755 x 3383Office Fax:? 304-429-7552Nextel Phone:? 304-751-0085robert.sparks@C.3Special Considerations – C.3.1Contractor Furnished Materials – All labor, materials, equipment to perform the job. When “furnish”, “provide”, “install”, or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above.C.3.2Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property.C.3.3Qualifications of Key Personnel – Contractor’s employees should be knowledgeable of standards associated with this type work. C.3.4Supervision/Communications. At all times during the performance, the Contractor’s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor’s “Competent Person” that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor’s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job.C.3.5Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor’s employees shall return all I.D. badges to designated personnel at time designated in the task order.C.3.6The Contracting Officer’s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer’s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.C.3.7The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8Drawings – General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order.C.3.9Verification of Dimensions – The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings.C.3.11Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download