Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
DOCUMENT

43 -- Houston NC Irrigation Pump RFQ - Attachment

Notice Date
12/14/2016
 
Notice Type
Attachment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon St;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA78617Q0127
 
Response Due
12/22/2016
 
Archive Date
2/20/2017
 
Point of Contact
Geraldine Herrera
 
E-Mail Address
4-5703<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SCOPE OF WORK REPAIR IRRIGATION PRESSURE SUSTAINMENT PUMP HOUSTON NATIONAL CEMETERY, HOSUTON, TEXAS 77038 Page 8 of 13 Combined Synopsis Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA786-17-Q-0127 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 221310 with a small business size standard of 27.5M. This requirement is a 100% Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB), and only qualified bids from SDVOSB concerns will be considered for possible contract award. Interested parties can submit their quote company letter head. Questions regarding this announcement shall be sent to Ms. Geraldine Herrera, Purchasing Agent, 155 Van Gordon Street, Lakewood, CO 80228. Questions and quotes can be emailed to geraldine.herrera@va.gov. The deadline for receipt of questions is December 19, 2016, 2016 by 4:00PM MST, and the deadline for receipt of bids is December 22, 2016 by 2:00 PM MST. Bidders must be registered in the System for Award Management (SAM) https://www.sam.gov to be eligible to receive an award. In addition, bidders much have an active account and registered in www.vitbiz.gov. This project is subject to the availability of funds for FY17. The following commercial clauses are applicable to this combined synopsis/solicitation: FAR Clause 52.212-1, Instructions to Offerors Commercial Items, 52.212-2, Evaluation Commercial Items, Contract award will be based solely on price. 52.213-3, Offeror Representations and Certifications, FAR 52.212-4, Contract Terms and Conditions-Commercial Items. Addendum to FAR 52.212-4: FAR Clause 52.252-2-Clauses Incorporated by Reference: http://wwww.acquistion.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, FAR Clauses 52.203-16-Preventing Personal Conflicts of Interests, FAR Clause 52.204-4- Printed or Copied Double Sided on Postconsumer Fiber Content paper, FAR Clause 52.216-22- Indefinite Quantity, FAR Clause 52.217-7-Option for Increased Quantity- Separately Priced Item. The Government may require the delivery of the numbered line item, identified in the schedule as an option item, in the quantity and the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the contractor within 60 days. Delivery of the added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.219-9-Option to Extend the Term of the Contract, 52.225-8- Duty-Free Entry, 52.232-18-Availability of Funds, VAAR Clauses 852.203-70-Commercial Advertising, VAAR Clause 852.203-71-Display of Department of Veterans Affairs Hotline Poster, VAAR Clause 852-219-10- VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, and VAAR Clause 852-246-71 Inspection (End of Addendum to 52.212-4).FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. 52.03-6-Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards, 52.209-6-Protectring the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-16-Variation in Quantity, 52.219-8-Utilization of Small Business Concerns, 52.219-14- Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19- Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.22236-Affirmative Action for Workers with Disabilities, 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-1- Buy American Act Supplies, 52.225-3 Buy American Act Free Trade Agreements, Alternate III,, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. The Veterans Administration National Cemetery Administration requires the following items to be delivered to The Department of Veterans Affairs, Houston National Cemetery, 10410 Veterans Memorial Drive, Houston, TX 77038. Purchase Description as follows: SUPPLIES OR SERVICES AND PRICE/COSTS If you are interested, and are capable of providing the required service/supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFQ? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you're a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to "brand name or equal to items" to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to Geraldine.Herrera@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, December 22, 2016 at 4:00 p.m. MST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Statement of Work Repair Irrigation Pressure Sustainment Pump Description:   The Contractor shall furnish all labor, material, equipment, and supervision to remove, replace, and reset a submersible irrigation pump and motor on an existing HDPE sled at Houston National Cemetery in accordance with the contract requirements specified and per applicable industry standards and codes. Shipping Address: 10410 Veterans Memorial Drive, Houston, TX 77038, attn: Andrew Van Marter, Andrew.vanmarter@va.gov (+1 (281) 447-8686 X200). Scope of Work: The Contractor: Shall furnish all labor, material, equipment, and supervision to remove, replace, and reset a submersible irrigation pump and motor on an existing HDPE sled at Houston National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): Replace the old 5 HP submersible, horizontally-aligned jockey pump and motor with the following: a. Pump: Goulds ® 65GS50CBM (e-GS Extreme ), 5 HP, 16 stages (or approved equal) Motor: Centripro ® 4-inch (M50434), 3-phase, 60 Hz, 460 Volts, 1.15 S.F. (or approved equal) Speed: 3600 RPM (3450 RPM) Design Flow: 61 GPM @ 231 TDH; Eff. @ Design: 66% Features: Stainless steel casing and discharge head Sand handling design The motor shall be submersible type and meet applicable NEMA standards. The motor shall be of corrosion resistant construction, 316 stainless steel shell, splined stainless steel shaft, cast iron end bells, hermetically sealed windings, Kingsbury-type thrust bearings, pressure equalizing diaphragm, removable water-bloc lead connector and U.L. 778 recognized. The Contractor shall be required to pull the submersed sled out of the lake to the shore in order to disconnect the pump utilizing either the existing stainless steel cable or, lacking that, connect a chain to the submersed sled. Connect, reinstall, and/or reset all equipment including but not limited to: Mechanical and electrical disconnection(s) for the new pump, motor, and discharge head. Existing suction strainer to be cleaned, reused and reinstalled. Hoisting/rigging for the installation of the new pump, existing pump motor, and associated piping. Pulling the sled back to the original location in the lake. All labor, material, and equipment associated with testing the completed assembly and providing documented test results. After completion of all equipment, component, and material installations, perform a full system functional test and demonstrate to the COR the full operation/functionality of the newly repaired pump skid, and the pump skid has been fully coordinated with the existing irrigation control system. General Conditions: Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. Thoroughly clean up the work area at the end of each day s work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel. Haul away & dump debris and waste to an approved disposal site. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. All utilities required for the continuous operation of all existing facilities shall be maintained in service at all times except when disruptions are needed. The contractor shall inform the Cemetery Director and the Contracting Officer (CO) in writing for such disruptions and obtain approval from the CO in writing at least 2 weeks prior to such need. When option exists, implement options to minimize interruption of services to the facilities. The Contractor shall coordinate with the Cemetery Director for parking, material storage, temporary portable restroom facilities, and any other needs for the work. Public access to the National Cemetery shall not be impaired. The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all materials in accordance with the safety provisions according to OSHA and Associated General Contractors of America (AGC). Standards of Employee Conduct: The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National Cemeteries are national shrines. The standards of work, appearance, and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times. Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here, while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 5901. Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/safety clothing and shoes shall meet or exceed OSHA and state requirements. Behavior and language must be appropriate, reverent, and respectful at all times. Eating and drinking (except water) is prohibited in the work areas and within sight of a committal shelter during a service. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery premises is strictly prohibited. Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments. The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employees from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government. If the Contractor fails to act in this regard, or the reason for a removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contacting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later time or date. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR, and is later found invalid and/or unreasonable by the Contracting Officer. Time of Completion: The project shall be completed within 60 calendar days after contract award. Code Compliance: All work shall be performed in accordance with National, State, and Local Codes including the International Building Code (IBC), the International Mechanical Code (IMC), the International Plumbing Code (IPC), and the National Electrical Code (NEC). Experience Requirements: Offers will be considered only from contractors who are regularly established in the well rehabilitation and reconditioning business and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. The Contractor must demonstrate with their technical proposal, using persons directly employed by the Contractor, experience with the installation of at least three (3) irrigation pumps of similar setting conditions and size over the past three (3) years using similar methods as described in this scope. Each contract submitted must have been satisfactorily completed, or if not yet completed, must be marked by satisfactory progress. The Government will not consider a contract that is less than 50% complete or an effort that concluded more than 3 years ago. Contractor Quality Control: The Contractor shall guarantee that all work done under this contract shall be free from defaults and no faulty materials or workmanship with one (1) year warranty. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the CO at Contractor's own expense and shall be corrected to the satisfaction of the Government. Contractor Supervisor: A competent and experienced English-speaking Contractor Supervisor shall be provided by the Contractor whenever work is being performed - other than trash and debris pick-up. The Contractor Supervisor must have not less than three (3) years of experience as a direct supervisor of commercial building renovation projects. Offerors shall submit a resume for the Contractor Supervisor as part of the technical proposal. All permanent substitutions, whether of prime supervisors or sub-contractors, will be identified and reported to the COR and Contracting Officer, if not prior to, as soon as possible after occurrence. The Contractor Supervisor shall review and approve submittals, ensure all specifications are being met, inspect the quality of work performed, ensure contract work does not conflict with ceremonies and funerals, ensure employees are is adequately supervised and proper conduct maintained, and certify the completed work for payment and other purposes. E. Contractor Quality Control: The Job Site Superintendent will: a) review and approve submittals, b) inspect the quality of work performed, and c) certify the completed work for payment and other purposes. F. Submittals After Award: Submit manufacture s literature and specifications for the all components, equipment, and materials used to perform the work to the COR for review and approval. G. Plans/details: (1) Attachment A, Site Location (2) Attachment B, Pictures (3) Attachment C, As-Built, Sheet I-107, Irrigation Plan (4) Attachment D, As-Built, Sheet I-114, Irrigation Pump Details (5) Attachment E, Description of Pumping System (6) Attachment F, Goulds e-GS Technical Brochure (for pump curve) H. POC: The Contracting Officer s Representative (COR) for this project is Andrew Van Marter, Foreman, Houston National Cemetery. I. Project completion: The project site shall be protected and/or restored to a condition equal to that existing prior to the commencement of work. Upon completion of contract, deliver work complete and undamaged. Existing work disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. END OF SCOPE OF WORK ATTACHMENT A SITE LOCATION PLAN PUMP SKID LOCATION ATTACHMENT B PICTURES Figure 1: Flexible discharge pipe (surfacing lake) Figure 2: Pump controls and filter All questions regarding subject RFQ shall be directed to the attention of Ms Geraldine Herrera, Purchasing Agency (303) 914-5703. Bidders failing to provide a price for all may be considered non-responsive and excluded for consideration for possible contract award. Contract award will be based solely on price, and award will be made to the lowest priced, responsive, responsible bidder. The Government does not anticipate making multiple awards in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0127/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0127 VA786-17-Q-0127.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159776&FileName=VA786-17-Q-0127-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159776&FileName=VA786-17-Q-0127-000.docx

 
File Name: VA786-17-Q-0127 C26 DESCRIPTION OF SUBMERSIBLE SLED.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159777&FileName=VA786-17-Q-0127-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3159777&FileName=VA786-17-Q-0127-001.pdf

 
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: Department of Veterans Affairs;National Cemetery Administration;Houston National Cemetery;Houston, TX
Zip Code: 77038
 
Record
SN04351547-W 20161216/161214234334-f2ca30612c56baf62d20d79b29b195b9 (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.