Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

30 -- Steam Flow Transmitter and Chart Recorder

Notice Date
6/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98;McClellan Business Park CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA26110RQ0147
 
Response Due
6/10/2010
 
Archive Date
8/9/2010
 
Point of Contact
Helena.zhao@va.gov
 
E-Mail Address
Contracting Officer
(helena.zhao@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Northern California Health Care System intends to negotiate a noncompetitive award to Contra Costa Heating and Air Conditioning System, Inc., a Service-Disable Veteran-Owned Small Business (SDVOSB), for replace and install Steam Flow Transmitters and Chart recorders located at VA Palo Alto Health Care System - Livermore Divison. This procurement is a sole source award under the Veterans Benefits Act of 2003 in accordance with FAR Subpart 6.302-5(b)(6) and VAAR 819.7007 Sole source awards to service-disabled veteran-owned small business concerns. This 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. Sole source justification has been prepared in support of this acquisition. This notice is NOT a request for competitive proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The NAICS code is 333415 and the small business size standard is 750 employees Scope of Work: Contractor will provide all labor and materials to replace existing Steam Flow Transmitters (Quantity of 4) with new Steam Flow Transmitters. Installation of the transmitters will include new instrument bypass manifolds. Installation will include the installation of a loop power supply from the transmitter to the chart recorder. Contractor will also replace existing Chart Recorders (Quantity of 4). Installation will include the replacement existing pneumatic Flue Gas Temperature Transmitters with electronic type, sending an input signal to the chart recorders (Quantity of 3). Contractor will ensure that transmitters and charts recorders are compatible with existing plant operational needs. The Contractor will also provide update of plant line drawings, boiler plant operator training on new units, and a final field report upon completion of work. 2. Specific Contractor Tasks include: 2.1The Contractor shall plan to remove and replace the flue gas temperature and steam flow transmitters, instrument bypass manifolds and chart recorders as a set. A set will consist of a flue gas transmitter, steam flow transmitter with manifold, and its associated chart recorder will be replaced one at a time to ensure normal boiler plant instrumentation operation as much as possible. 2.2The Contractor shall mount the new transmitters, manifolds, and recorders in the same location as the existing units in order to provide accessibility from floor level without use portable ladder. 2.3The Contractor shall provide separate conduit for each transmitter signal and power loop as needed and recommended by the manufacture for the connection of the transmitters to their associated recorder. 2.4The Contractor shall replace existing flow transmitter with a Foxboro Model IDP-10A, including an instrument bypass manifold model by Anderson, Greenwood, & Co. type M44VIC, equivalent. Any equivalent bypass manifold to be an alternate unit will have to be pre-approved by the Contracting Officer upon the consultation of the COTR. 2.5The Contractor shall replace existing pneumatic type flue gas temperature transmitter with a Foxboro I/A Series ® Intelligent Temperature Transmitter Model RTT20 Transmitter with Analog 4 to 20 mA Output. The temperature range of the transmitter will be the same as the existing transmitter in order to meet operating system requirements. 2.6The Contractor shall replace each existing chart recorder with a Foxboro Circular Chart recorder with an eleven inch chart paper Model 740RA. Installation will include the setting of the boiler chart recorder to receive three input signals; flue gas temperature, steam flow, and oxygen analyzer. The main steam flow chart recorder will be set up to receive four input signals; one will be the main steam flow, and the other three will be for future use. All chart recorders will be provided with initial 100 day supply of chart paper and ink pens. Source of supplier of charts and pens also provided. Charts Recorders will have labels indication pen colors and input signal ranges represented. 2.7The Contractor will, after completion of installation, calibrated and tested the transmitters and chart recorders for proper operation as design for the plant requirements. 2.8The Contractor will update existing boiler control line drawings to clearly show changes as the result of the installation of the new transmitters and chart recorders. A field report will be submitted at the completion of the job. 2.9 The Contractor will provide operational instructions of the new transmitters, manifolds, and chart recorders to the boiler plant operators which are on hand at the completion of the installation. All associated manufacture operation and maintenance literature will be handed over to the COTR. 2.10 The Contractor will remove all debris resulting from the work being performed, leaving site in swept clean condition. 3. Hours of Performance 3.1 Contractor shall perform work between the hours of 7:30 AM and 4:00 PM, Monday through Friday, excluding Federal Government Holidays. Federal Government Holidays are: New Year DayLabor Day Birthday of Martin Luther King Jr.Columbus Day Presidents DayVeterans Day Memorial DayThanksgiving Independence Day Christmas 4. Location of Work 4.1The work is to be completed in the Boiler Plant located at Building 6, VA Medical Center, 4951 Arroyo Road, Livermore, CA 94550. Price Schedule Price break down shall include: Materials, Shipping and labor. Only electronic offers will be accepted. Offers are due to helena.zhao@va.gov by 12:00PM. Pacific Standard Daylight Time, June 10 2010. The VA requires new equipment. The VA will not consider reconditioned, recovered, remanufactured, or surplus equipment. The provisions 52.212-1, Instructions to Offerors (JUN 2008), as modified, applies to this acquisition. ddendum to FAR 52.212-1 includes VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008). In your proposal, please provide: Company name, address, telephone number, date of quote, price (please provide cost break down in the Price Schedule above), Tax ID#, and Duns Number, additional your company shall be registered in the Central Contractor Registration (CCR) database and your online Representations and Certification shall be completed at the following website: http://orca.bpn.gov/publicsearch.aspx. If Offeror is not registered in the Online Representations and Certifications application, they shall include a complete copy of provision at 52.212-3, Offeror Representations and Certification - Commercial Items (Aug 2009) with their quote. Addendum to FAR 52.212-1 includes VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) with addendum is applicable to this acquisition. Addendum to 52.212-4: 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 852.203-70 Commercial Advertising (Jan 2008); 852.237-70 Contractor Responsibilities (Apr 1984). 852.203-76 Electronic invoice Submission (Interim - October 2008). The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2009) with the following cited clauses applicable to this acquisition: 52.222-3 Convict Labor (Jun 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.222-41 Service Contract Act of 1965 (Nov 2007); ); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); VAAR 852.219-10 Notice of Total Service-Disabled Veteran-Owned Small Business set-aside (Dec 2009). The full text of any clause may be accessed electronically at http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/. NOTE: THE ATTACHED PROTION IS APPLICABLE TO THIS ACQUISITION. THE FULL VERSION CAN BE DOWNLOADED AT http://wdol.gov WD 05-2052 (Rev.-9) was first posted on www.wdol.gov on 06/02/2009 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION WASHINGTON D.C. 20210 Wage Determination No.: 2005-2052 Shirley F. Ebbesen Division of | Revision No.: 8 Director Wage Determinations| Date Of Revision: 05/26/2009 _______________________________________|____________________________________________ State: California Area: California Counties of Alameda, Contra Costa ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 23000 - Mechanics And Maintenance And Repair Occupations 23410 - Heating, Ventilation and Air - Conditioning Mechanics $25.85
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26110RQ0147/listing.html)
 
Record
SN02165617-W 20100604/100602234655-23212668e87926cff5f7f915f1aadc06 (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.