Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
DOCUMENT

J -- 3 Cleaver Brooks Boilers, Cleaning & Services to occur at the VA Medical Center in Manchester, NH. - Attachment

Notice Date
8/29/2011
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24111RQ1219
 
Response Due
9/7/2011
 
Archive Date
12/6/2011
 
Point of Contact
Marc Tetu
 
E-Mail Address
Contract Specialist
(marc.tetu@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; and a written solicitation will not be issued. 2. Solicitation number VA-241-11-RQ-1219_2 is issued as a request for quotation (RFQ). All firms or individuals responding must be registered with the Central Contractor Registration (CCR), which can be found at http://www.ccr.gov/. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and DCN 20050509. 4. This is a 100% Small Business Set-Aside. The NAIC code is 238220 and the size standard is $14 million. 5. This solicitation contains eight line items as follows: CLIN1-Clean Cleaver Brooks boiler #1, Model #CB200-250, Qty: 1. CLIN2-Clean Cleaver Brooks Boiler #3, Model #D-34, Qty: 1. CLIN3-Clean Cleaver Brooks boiler #4, Model #CB100-300, QTY: 1. CLIN4-Hourly rate for call-in services during normal working hours, Qty: 1. CLIN5-Hourly rate for call-in services outside of normal working hours, Qty: 1. CLIN6-Travel rate for call in services, if applicable, Qty: 1. CLIN7-Mark-up for parts not covered in Items 1,2,3 - Cleaning, Qty: 1.CLIN8-Minimum hours charged per call-in, if applicable, Qty: 1.(CLIN1-8 to include pricing for base year and four option years) SOW/REQUIREMENTS: 1) INTRODUCTION: The VA Medical Center in Manchester has steam generating boilers that require regular cleaning to precede the annual internal and external independent inspections. Provide all materials, labor, and equipment to perform the bid items detailed below. Item 1, Cleaning, will be bid as firm fixed price. Item 2, Call-in Services, will be bid as time and materials. The contract will have a one-year base period with four option years. Technical and Quality factors will be weighted more than cost when evaluating bids. 2)BACKGROUND The VA Medical Center in Manchester has three steam generating boilers (boilers #1, #3, & #4) that require regular cleaning to coincide with the VA required annual third party inspections and certification. Boiler #1, is a fire tube boiler, and is traditionally the "summer" boiler, used primarily during the warmer summer months. Boiler #3 is a water tube boiler, and is traditionally the "stand-by" boiler. Boiler #4 is a fire tube boiler, and is traditionally the "winter" boiler, used primarily during the colder winter months. The boiler inspections are conducted annually and are scheduled in a manner such that at least two of the three boilers are available for full duty at all times. One boiler is in use, a second boiler is always available on stand-by, and the third boiler is off-line and available for maintenance, cleaning, and inspections. 3.1) SCOPE Item 1 - Cleaning Provide annual cleaning services for boilers #1, #3, & #4. Scheduling of cleanings to be staggered and coordinated with the Medical Center's annual boiler inspection schedule provided in Appendix A. Provide all equipment, labor and materials to open, and clean boilers with a power turbine tool consisting of 125 lbs of air driving turbine at 4,000 rpm. Turbine cleaning to be done with special cutter heads for removal of exceptionally hard scale or with wire brushes for softer scale, soot, and / or other residues to remove scale off water sides of tubes. Wire brush and power vacuum front and rear tube sheets plus fire drum of boiler. Open all hand holes, man holes and low water cut-offs. Water sides to be completely water washed of all loose mud and scale by use of water hoses and scrapers as necessary. Water sides to be inspected for present or future problem areas. Provide recommendations if any problem areas are found. After inspection and upon approval of the owner, reinstall all hand holes, man holes, and low water cutoffs with new gaskets. Pressure test all areas to ensure no leaks are present. Provide new gaskets for reassembly. Gaskets to be approved by owner prior to cleaning. 3.2) SCOPE Item 2 - Call-in ServicesThe contractor shall provide call-in service for various duties relating to the internal and external cleaning services for boilers #1, #3, & #4. This service shall include cleaning any unknown items discovered during cleaning under contract Item 1. Response time for call-in services shall be no more than twenty-four hours. The contractor shall provide a phone number or pager number to the VA to be used for call-in services. If a phone number is provided, it shall take no more than two attempts, fifteen minutes apart, for the VA to reach an employee at the phone number. If a pager is provided, the return call to the VA shall be placed within thirty minutes of receiving the page. Call-in services will be billed on a time and materials basis. All potential bidders shall complete the Pricing Schedule in Attachment B as part of their bid. 4) APPLICABLE DIRECTIVES 1.1) The recommendations and requirements of VHA Boiler Plant Safety Devices Testing Manual, 2nd Edition. 1.2) The written recommendations of the equipment manufacturers. 1.3) The requirements and recommendations of NFPA 85 Boiler and Combustion Systems Hazards Code including applicable appendices. 1.4) Medical Center, Facility Services Policy, FS-7. 1.5) VA Directive 2008-62. 5) PERFORMANCE REQUIREMENTS All work shall be completed such that the integrity of the systems is maintained. All work shall be done in accordance with OSHA, EPA regulations, NFPA codes, with particular attention to NFPA 85, VA codes, Federal, State, and local regulations throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at www.va.gov/facmgt. All areas will be left in a clean and workmanlike manner. Vacuum truck to be used to remove all debris generated during cleaning service. 6) DELIVERABLES - BID SUBMISSION: All bids shall include the following: a) A detailed list of the cleaning activities proposed and the frequencies that they will be performed. b) A detailed list of the cleaning equipment proposed and the related equipment specifications. c) A completed pricing schedule, located in Attachment B. d)The company's lock-out tag-out procedures. e) Safety Plan. f) Proposed schedule for completion of work. g) Activity Hazard Analysis (AHA). A blank AHA form is available at http://www.swf.usace. army.mil/pubdata/ safety/PDF/blank_AHA_ Form.pdf.. h) Respiratory Protection Program, if respirators are to be used in the performance of the work of this contract (or, if a subcontractor is involved, the subcontractor's Respiratory Protection Program). i) Any reliable information, such as cleaning performance data, cleaning equipment manufacturer's data, or industry publications, included in the bid which supports the cleaning activities and frequencies proposed will increase the technical rating of the bid. OTHER CONSIDERATIONS FOR PROPOSAL: The provisions of all applicable NFPA, OSHA, EPA, and VA regulation, Federal, State, and local laws or regulations shall be followed at all times. A)Material Safety Data Sheets (MSDS's) must be submitted to the Contracting Officer's Technical Representative (COTR) for approval for all hazardous materials before they are brought to the work site. B) Two weeks prior notice is required for all work that involves shutting down any of the systems. Work requiring a shut down may be required to be performed outside of normal working hours. C) End of day clean up of the work area(s) is mandatory and all trash shall be bagged and properly disposed of offsite. D) Any oil waste generated from maintenance of VAMC equipment shall be identified and communicated to the GEMS Coordinator for proper collection onsite. E) Hot Work Permits (for welding, brazing, soldering, torch cutting, etc.) are to be applied for through the COTR. Penetration permits for any wall penetrations shall also be required. F) Confined Space Permits (for entry into boiler cavities) are to be applied for through the COTR. G) Contractor vehicles, including those of their employees, are to be parked in the lower level of Lot D. Exclusion: Any vehicle directly involved in the cleaning and removal of debris from the boilers. H) Smoking is permitted only in designated locations. Please Note - Base year will require only 2 cleanings to be completed prior to September 30, 2011. Option years will require 3 cleanings as outlined in the statement of work. B.2 PRICE/COST SCHEDULE Attachment A: Equipment List BoilerManufacturerModelSerial NumberInstallation DateCleaning (Inspection) Dates 1Cleaver-BrooksCB200-2500L0938161995March 3Cleaver-BrooksD-34WL-26701977March or September 4Cleaver-BrooksCB100-300NB413301977September Attachment B: Pricing Schedule Bid ItemBase yearOption Year 1Option Year 2Option Year 3Option Year 4 Item 1: Cleaning, yearly cost total Item 2: Call-In Services (broken out below) a. Hourly rate for call-in services during normal working hours b. Hourly rate for call-in services outside of normal working hours c. Hourly travel rate for call-in services, if applicable d. Mark-up for parts not covered in Item 1, Cleaning Minimum hours charged per call-in, if applicable: Normal working hours are: ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 1.00 JB ___________________ ____________________ Clean boiler #1. Provide MSDSs and safety plans prior to start of work. 2 1.00 JB ___________________ ____________________ Clean boiler #3. Provide MSDSs and safety plans prior to start of work. 3 1.00 JB ___________________ ____________________ Clean boiler #4.Provide MSDSs and safety plans prior to start of work. 4 1.00 EA ___________________ ____________________ Hourly rate for call-in services during normal working hours. 5 1.00 EA ___________________ ____________________ Hourly rate for call-in services outside of normal working hours. 6 1.00 EA ___________________ ____________________ Travel rate for call in services, if applicable. 7 1.00 EA ___________________ ____________________ Mark-up for parts not covered in Items 1,2,3 - Cleaning. 8 1.00 EA ___________________ ____________________ Minimum hours charged per call-in, if applicable. ____________________ GRAND TOTAL --- 6. Services to occur at VA Medical Center, 718 Smyth Road, Manchester, NH 03104. Services to be completed prior to 9/30/11. 7. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 8. The provision at 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999). Quotes will be evaluated on Technical evaluation and performance evaluation factors. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. Technical - The Government will evaluate the proposed technical solution for its long-term viability and ability to support the VA as well as its likelihood of success. Specific requirements (of equal value) to be evaluated include: "Past experience required with cleaning and maintenance of Clever-Brooks Fire Tube Boilers or the like. "Provide information that includes all applicable, training courses completed and the dates of completion, all certifications, licenses, or other professional recognition of same. "The offeror's understanding of the requirements and the viability of its proposed technical approach inherent to this project. "The suitability of the skill mix and team composition proposed towards successful task completion. "The experience and qualifications of the key personnel proposed for the project. Personnel will be evaluated on their overall experience and on past experience on projects of a similar type, scope, and work to be performed under this task. "The Offeror's Quality Control Program (QCP) as it applies to the requirements of the solicitation Past Performance - The offeror shall furnish three references, indicating contracts of similar size, magnitude and nature, which address the offeror's quality of work, service, and responsiveness. References shall include a point of contact name and telephone number. Price - In conjunction with the price the Government will evaluate the level of effort proposed to meet the requirements of the scope of work. Therefore all offerors shall complete the price breakdown found in the solicitation schedule of items under Section B.2 PRICE/COST SCHEDULE. Technical and past performance when combined, are significantly more important than cost or price. Factor considerations for small and small disadvantaged businesses will be prioritized in the order based upon VAAR 819.7004 contracting order of priority. ADDENDA TO FAR CLAUSE 52.212-2 EVALUATION - COMMERCIAL ITEMS The Government will determine the merits of each offer on the basis of (1) its acceptability, and (2) its price reasonableness. Acceptability: An offer is acceptable when it clearly evidences the Offeror's compliance, without exception, to meet the minimum requirements set forth in this solicitation. Relative Capability of the Offer: The Government will determine the relative capability of each offeror based on the following Technical Evaluation Criteria: a)Technical - Education of Individuals Providing Services to VA Beneficiaries: Provide information that includes all applicable, training courses completed and the dates of completion, all certifications, licenses, or other professional recognition of same. b)Technical - Management Capabilities and Approach: Describe management methods and/or corporate policy to assure the provisions of prompt quality service, including a description of quality assurance and customer service plan tailored towards the unique client base of the Department of Veterans Affairs. c)Past Performance: Identify all Federal, State, and local government contracts and private sector contracts of similar type, scope, size, and complexity that are ongoing, and/or have been completed within the last three years. Provide a list of references pertaining to those contracts and include names and telephone numbers of individuals involved in monitoring contractor performance. The Government will contact some of each of the offerors customers to ask whether or not they believe (1) that the offeror was capable, efficient, and effective, (2) that the offerors performance conformed to the terms and conditions of its contract, (3) that the offeror was reasonable and co-operative during performance, and (4) that the offeror was committed to customer satisfaction. Price: The Government will evaluate the reasonableness of the price of each acceptable offer in relation to the offeror's relative capability. Additionally, all offers with separately priced line items will be analyzed for unbalanced pricing. Source Selection Using the Trade-Off Process The Government will select the offer that represents the best value to the Government. This process permits trade-offs between price and technical factors and allows the Government to accept other than the lowest price offer. The award decision will be based on a comparative assessment of proposals against all evaluation criteria in the solicitation. The Government will use the data provided by the offeror in its proposal and may use data obtained from other sources during the Best Value analysis. The offeror is required to provide complete information notwithstanding that the Government may obtain data from sources other than the offeror. Relative Importance of price to the Technical Evaluation Factors All technical evaluation factors, when combined, are significantly more important than price. The Government is concerned with obtaining the most advantageous balance between technical merit/quality and cost/price to the Government. The degree of importance of price could become greater depending upon the equality of the technical proposals. If competing technical proposals are determined to be essentially equal, price could become the controlling factor. The Government may award a Task Order on the basis of initial offers without discussions; therefore, the Offeror's proposal should contain the best terms from a technical and price standpoint. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quote submittals not including all evaluation criteria found in the provision at FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) will be justification for non-consideration of submittal. 9. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acvquisition. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/. The following provisions are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4,Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following clauses are applicable to this acquisition: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41; Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.223-18; Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513), FAR 52.225-13; Restrictions on Certain Foreign Purchases, FAR; 52.252-2, Clauses Incorporated by Reference. FAR; 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332), FAR 52.222-41; Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.), FAR52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.),FAR 52.222-43; Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.237-11; Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.(End of Clause) C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of Clause) C.4 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause) C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.6 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Provision) 52.225-25 PROHIBITION ON ENGAGING IN SANCTIONED SEP 2010 ACTIVITIES RELATING TO IRAN-CERTIFICATION (End of Addendum to 52.212-1) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) ************************************************************************ Quote submittals not including all evaluation criteria found in the provision at FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) will be justification for non-consideration of submittal. Quotes shall be emailed to Marc.Tetu@VA.Gov. to be received no later than 1:00pm EST, September 7, 2011. 603-314-1680.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24111RQ1219/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-1219 VA-241-11-RQ-1219_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244005&FileName=VA-241-11-RQ-1219-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244005&FileName=VA-241-11-RQ-1219-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 718 Smyth Road;Manchester, NH
Zip Code: 03104
 
Record
SN02554573-W 20110831/110830000503-fb9d4c8f0301a26dd273e23da0e600a9 (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.