Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
DOCUMENT

41 -- Air Handler Unit Replacement - Attachment

Notice Date
4/15/2011
 
Notice Type
Attachment
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25711RQ0201
 
Response Due
4/29/2011
 
Archive Date
5/4/2011
 
Point of Contact
Carmen N Terrell
 
E-Mail Address
7-4304<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The Government contemplates soliciting and awarding a Firm Fixed Price (FFP) contract for a replacement Air Handler Unit at the VA North Texas Health Care System, VA Medical Center Dallas, 4500 S Lancaster Rd, Dallas, TX 75216. This is set-aside 100% for a Service Disabled Veteran Owned Small Business, under either the North American Industrial Classification System (NAICS) codes of: 333411, with a size standard of 500 employees. 2. Scope: Contractor shall provide temporary cooling/heating for approximately 30,000 square feet or AHU unit capacity of approximately 44,000 CFM. Contractor shall design, construct, and install an AIR Handling Unit System to replace an existing AHU 44,000 CFM unit and its support ductwork and associated parts. The Contractor shall have a minimum of two (2) Years of experience in health care constructions and similar type projects. Provide a listed of projects and references indicating you comply with this requirement. Contractor shall submit proposed design, installation and project schedule to VA for approval before proceeding. Site Description: Building 43, Two story Building with a penthouse. The Air Handling unit is located in the penthouse. A crane will have to be used to hoist unit in place. Contractor shall design, construct, and install this unit in accordance with the following publications, Specifications, and details: B.Air-conditioning, Heating, and Refrigeration Institute (AHRI)/(ARI): 410 01Standard for Forced-Circulation Air-Heating and Air-Cooling Coils 430 09Central Station Air Handling Units C.Air Movement and Control Association International, Inc. (AMCA): 210 07Laboratory Methods of Testing Fans for Rating D.American Society of Heating, Refrigerating and Air-conditioning Engineers, Inc. (ASHRAE): 170-2008Ventilation of Health Care Facilities E.American Society for Testing and Materials (ASTM): ASTM B117-07aStandard Practice for Operating Salt Spray (Fog) Apparatus ASTM D1654 08Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments ASTM D1735 08Standard Practice for Testing Water Resistance of Coatings Using Water Fog Apparatus ASTM D3359 08Standard Test Methods for Measuring Adhesion by Tape Test F.Military Specifications (Mil. Spec.): MIL-P-21035B-2003Paint, High Zinc Dust Content, Galvanizing Repair (Metric) G.National Fire Protection Association (NFPA): NFPA 90AStandard for Installation of Air Conditioning and Ventilating Systems, 2009 H.Energy Policy Act of 2005 (P.L.109-58) Other significant information: Asbestos Abatement and HAVC Siemens' Control system shall be done by others. 3. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 and are found either in the Federal Acquisition Regulation (FAR); 4. The following provisions and clauses apply to this acquisition and in order to be considered for this award: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). Website for provisions and clauses may be found at http://farsite.hill.af.mil. 5. Provision at FAR 52.212-1, Instructions to Offerors/Commercial Items (Jun 2008) Addendum: The following addendums apply to the cited paragraphs in the provision FAR 52.212-1: (a) North American Industry Classification System (NAICS) code: 333411, with a size standard of 500 employees. (b) Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the time specified. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in this combined synopsis/solicitation notice. (c) Period for acceptance of offers of 60 calendar days from the date specified for receipt offers. (d) Product samples: No product samples shall be submitted at or prior to the time specified for receipt of offers. (e) Multiple offers: are not allowed (f) Late submissions, modifications, revisions and withdrawals of offers: No late submissions will be accepted. (g) Contract award: The Government intends to evaluate offers and award a contract without discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct clarifications with an offeror if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards: will not be made. (i) Availability of requirements documents cited in the solicitation: The solicitation and requirements documents are only available from the FEDBIZOPS website. Solicitation documents will not be provided outside of FBO.gov. (j) Data Universal Numbering System (DUNS) Number: At the time of quote submittal, all offerors must have a DUNS Number, which identifies the offeror's name and address and is used to identifying Electronic Funds Transfer (EET) account (see FAR 32.11) for the same concern. If the offeror does not have a DUNS number, contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. (k) Central Contractor Registration: At the time of quote submittal, All interested parties must be registered and active in the Central Contractor Registration (CCR) Database (www.bpn.gov/ccr) and provide their CAGE CODE. (l) Debriefing. Debriefing must be requested in writing within 5 days after the award notification. The following information will be given to requesting offerors: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer; (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror; (3) The debriefed offeror's overall ranking within all offerors. 6. Prospective Contractor quotes shall utilize the below contract line item numbered structure (CLIN) when preparing quotes: Review the attached ScoprePerformance Work Statement (PWS) for the technical requirements, quantity and frequency of service for this requirement. Provide pricing using the Price Quote Template on last page of this RFQ. Line Item 0001: Firm Fixed Price item-AIR Handler Unit Line Item 0002: Design Line Item 0003: Install 7. Provision at FAR 52.212-2(a) Evaluation - Commercial Items (Jan 1999), applies to this acquisition. The intent of the solicitation is to achieve best value for the Government, based on the lowest priced technically acceptable offer. A successful quote will present the following information: Perspective offerors shall have a minimum of five (5) years experience in the installation of multiple commercial type Air Handler Units. The Contractor shall have a minimum of two (2) Years of experience in health care constructions and similar type projects; knowledge of ventilation systems in regards to preventing fumes from entering interior HVAC systems; knowledge of industry standards and practices; OSHA regulations and a competent person on site with 40 hours training. The offeror is to provide a summary resume of current commercial (hospital) HVAC projects in progress and a summary of completed (hospital) HVAC projects completed for either Federal agencies or a commercial customer not more than three years old. If an offeror does not have any relevant contract, the offeror must include a statement to that effect in its quote. Relevant contracts include those where the offeror performed services of a similar scope magnitude and complexity as those required under this solicitation. For the purpose of this solicitation Offerors must provide a base price that includes all options as described in the Scope of Work (SOW). The offeror must also provide a price for each line time as described in the SOW. 8. Provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009) is applicable to this acquisition. All interested parties must be registered in On-line Representations and Certifications (ORCA) (www.bpn.gov/orca) at the time of quote submittal. 9. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to the acquisition. 10. Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Sep 2009) (Deviation), applies to this acquisition: FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.(May 2004) FAR 52.219-8, Utilization of Small Business Concerns (May 2004) FAR 52.222-3, Convict Labor (Jun 2003)d) FAR 52.222-6, Davis-Bacon Act (Jul 2005) FAR 52.222-19, Child Labor (Aug 2009) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Mar 2007) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) FAR 52.228-5, Insurance- Work on a Government Installation FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-18, Availability of Funds FAR 52.232-35, Designation of FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) FAR 52.233-4, Applicable Law for Breach of Contract Claim (2004) FAR 52.236-1 Performance of Work by the Contractor (1984) FAR 52.236-2 Differing Site Conditions. FAR 52.236-3 Site Investigation and Conditions Affecting the Work. FAR 52.236-5 Material and Workmanship. FAR 52.236-6 Superintendence by the Contractor. FAR 52.236-7 Permits and Responsibilities. FAR 52.236-8 Other Contracts. FAR 52.236-12 Cleaning Up. FAR 52.236-13 Accident Prevention. FAR 52.236-27 Site Visit (Construction). 11. Other Clauses that pertain to this award are: FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)c) FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service & Construction Contracts (May 2008) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-1, Buy American Act - Supplies (Feb 2009) FAR 52.225-2, Buy American Act Certificate (Feb 2009) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 12. 52.237-1 Site Visit. (weather permitting) is scheduled for 22 April 2011; time will be at 11 am CST at the VA Dallas Engineering Office Bldg 9. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) Site visits may be arranged during normal duty hours by contacting: Carmen N. Terrell via email. This is the only site visit and no other will be granted. All individuals planning to attend the site visit need to pre-register by submitting an email to Carmen N. Terrell at Carmen.terrell@va.gov with VA DALLAS AIR HANDLER UNIT in the subject line the following information is required: each individual's full name, last 4 digits of their social security number, company name; and a phone number to reach you if there are any changes to the location for the visit. Proposal Submittal Information: The procedures for submittal of proposals in response to this Request for Quote are as follows: Who May Submit: This project is set aside for FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.(May 2004). The NAICS for this project is 333411, with a size standard of 500 employees. Where to Submit: Offerors shall submit all original proposals electronically, in person or via postage mail to: (Please note contractors will not be seen if hand carrying quote a deposit box will be placed in the common area and removed promptly at 2pm) VA North Texas Health Care System, Dallas VA ATTN: Contracting Division (Carmen Terrell) VISN 17 Bldg 8 4500 S. Lancaster Rd Dallas, TX 75216 Carmen.terrell@va.gov All quotes must be clearly marked with the subject line displaying the solicitation number VA-257-11-RQ-0201. Request for Quote (RFQ) is due by 2:00 pm CST, 29 April 2011. At the time of quote submittal, all interested parties must be registered and active in the Central Contractor Registration (CCR), VETBIZ database and registered in On-Line Representations and Certifications (ORCA). Website for both CCR and ORCA found under www.bpn.gov. VETBIZ registration and certification is obtained via www.vetbiz.gov. Your quote must be in writing and signed by an individual with the authority to bind their respective company. At a minimum, responsible sources shall provide the following: a price quote which identifies the requested work by line item and its total price, remittance address, Tax I.D. #, Duns #, and Cage Code. The contract specialist for this solicitation is Carmen N. Terrell. Questions regarding this RFQ may be directed, to Carmen N. Terrell at (214) 857-0703 or Carmen.terrell@va.gov NLT 27April 2011. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25711RQ0201/listing.html)
 
Document(s)
Attachment
 
File Name: VA-257-11-RQ-0201 SPECS.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=191405&FileName=VA-257-11-RQ-0201-000.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=191405&FileName=VA-257-11-RQ-0201-000.PDF

 
File Name: VA-257-11-RQ-0201 DRAWINGS.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=191406&FileName=VA-257-11-RQ-0201-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=191406&FileName=VA-257-11-RQ-0201-001.PDF

 
File Name: VA-257-11-RQ-0201 DRAWINGS OF SITE.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=191407&FileName=VA-257-11-RQ-0201-002.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=191407&FileName=VA-257-11-RQ-0201-002.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02425938-W 20110417/110415234455-29aadaea4d384abb0dbe8528a7f63014 (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  © 1994-2020, Loren Data Corp.