H344--Boiler Plant Safety Device Testing, Tuning and Calibrations Hudson Valley
COMBINED SYNOPSIS/SOLICITATION Boiler Plant Safety Device Testing, Tuning and Calibrations at the VA Hudson Valley Health Care System- Montrose VA and Castle Point VA. (i) This is a combined synopsis/... COMBINED SYNOPSIS/SOLICITATION Boiler Plant Safety Device Testing, Tuning and Calibrations at the VA Hudson Valley Health Care System- Montrose VA and Castle Point VA. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24221Q0532. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03 (eff. 02/16/2021). (iv) This solicitation is Service Disabled Veteran Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $16.5 Million. The FSC/PSC is H344. (v) This is a services contract to provide Boiler Plant Safety Device Testing, Tuning and Calibrations at the VA Hudson Valley Health Care System- Montrose VA located at 2094 Albany Post Rd, Montrose, NY 10548 and Castle Point VA located at 41 Castle Point Road, Wappinger Falls, NY 12590. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work. Statement of Work Hudson Valley Health Care System Contract Title: Inspection, Safety Device Testing, and Calibration Boiler Plant Burners, Controls, Instruments, and Data Management. Background: The Hudson Valley Health Care System has a requirement for the Inspection, Safety Device Testing, and Calibration Boiler Plant Burners, Controls, Instruments, and Data Management of Boilers at the Montrose and Castle Point Campuses. Hudson Valley Health Care System has a central boiler plant to provide steam for heating, air conditioning, domestic hot water, kitchens, sterilization and laundry services. Scope: Boiler plant safety, reliability, efficiency, and equipment longevity are paramount concerns of Hudson Valley management. Malfunctioning burners or controls can cause catastrophic events resulting in injuries, death and massive property damage. Inaccurate or inadequate data management and monitoring systems can fail to warn of unsafe or inefficient performance. Regular inspections, testing, and calibration by expert technicians are an essential part of a program to address these concerns. Inspection, Testing, Tuning and Calibration Requirements: Technicians shall provide all tools and labor necessary to perform inspection, tuning, testing, calibrating, and adjustments of instrumentation, monitoring, data management systems, burners and boiler and boiler plant controls as specified below. This shall be completed on a semi-annual basis every 6 months, within +/- 20 calendar days of the anniversary of the last performance of the work, in accordance with a schedule approved by the Contracting Officers Representative (COR). Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection will ensure that all equipment is returned to full functioning condition. In addition, the contractor shall provide a complete report with the information from Section IV. Report Requirements of this document. The report must be complete for the COR to accept. No invoices will be processed for payment prior to the completion of POC inspection and receipt of completed report. Provide at least 2-weeks notice to the COR prior to performing the work. Work cannot be scheduled during heavy steam load periods. Only one boiler at a time can be out of service for the inspection, testing, and calibration procedures. Work must be conducted when the COR or his/her designate is available on site to monitor the work. Work to be completed as follows: 1) Review boiler plant log sheets and alarm and trouble reports. 2) Review records that show combustion performance (flue gas oxygen and carbon monoxide). 3) Perform overall visual inspection of systems. Verify that systems comply with referenced codes and Hudson Valley requirements stated in this contract. 4) Test and record the operation and set points of all burner/boiler safety interlock devices. Refer to list herein. Verify that the set points and operating points are within approximately 20 percent of normal operating parameters. Adjust as necessary and record the new settings. The operation of a device must result in burner shutdown and/or proper alarm operation. 5) Operate burner(s) on each fuel from low fire to high fire and back to low fire in at least six increments and record combustion performance (flue gas oxygen, carbon monoxide, nitrous oxide, where applicable), fuel train pressures, atomizing train pressures, burner pressures, stack temperatures, boiler steam output. 6) Compare the combustion performance data with Hudson Valley requirements as stated herein and previous readings. If necessary, adjust the fuel flow and combustion air controllers, control valves and dampers to obtain the required performance. Record the new performance data. 7) Verify accuracy of instrumentation listed below. Verify that all devices are properly selected for the application in terms of type, size, set point range, performance, and code approval. Calibrate all instruments that are not within manufacturer specifications for accuracy. 8) Immediately inform the COR of any recommended repairs or modifications. Required burner performance (natural gas and fuel oil): 1) Turndown (ratio of maximum and minimum firing rates): 10/1 8/1 5/1 4/1 (Refer to original burner specification). 2) Achieve, but do not exceed, boiler maximum steam flow output rating. Measure fuel input at minimum and maximum firing rates. 3) Maximum carbon monoxide: 200 parts per million (ppm). 4) Maximum nitrous oxide: _____ (refer to original burner specification). 5) Flue gas oxygen: 2.5-4.2 percent (Up to 5.2 percent at loads below 40 percent of maximum steam output, no upper limit at minimum firing rate, oxygen can be one percentage point higher on oil firing on single-point positioning systems). 6) Flue gas oxygen (low excess air burners): 1.0-2.0 percent (Up to 2.5 percent at loads below 40 percent of maximum steam output, no upper limit at minimum firing rate: oxygen can be one percentage point higher on oil firing on single point positioning systems). 7) No visible smoke. Comply with local emissions regulations. 8) Copies of the applicable emissions regulations are available in the Boiler Plant Office. 9) Flames shall be stable with no pulsations, shall be retained near burner, no blowoff or flashbacks, no constant flame impingement on refractory or water walls. List of instrumentation and controls to be inspected and calibrated: 1) Steam flow transmitters (all). 2) Steam flow recorders/computer readout. 3) Flue gas oxygen sampling, analyzing, and recorder/computer readout. 4) Boiler and economizer stack temperature transmitters and recorder/computer readout. 5) Master steam pressure and combustion controllers. 6) Boiler outlet draft controllers. 7) Boiler water level controllers. 8) Feedwater deaerator and condensate storage tank water level controllers including overflow. 9) All pressure and temperature sensors and transmitters. 10) All signal processing and readout devices. Report Requirements: Provide complete written report of the inspection fully describing all tests performed, all findings, and recommendations. The report shall have six sections. The first section shall be an executive summary of all deficiencies and recommendations. The second section will be in a table form with four columns: The first column, labeled Function, did the device pass or fail. The second column, labeled Device, list the device number and description in accordance with the VHA Boiler Plant Safety Devices Testing Manual, 3rd Edition. The third column, labeled Deficiencies-Recommendations . The fourth column, labeled Corrective Actions, list any corrective actions taken during the inspection. The third section shall be in paragraph/bulleted form and list each device individually in accordance to the VHA Boiler Plant Safety Devices Testing Manual, 5th Edition. The section must reference the correct Master Specification and Standard Detail for that device. The fourth section shall be detailed calibration data sheets for each device calibrated. The fifth section shall be burner combustion tuning data to include hard copies of data sheets and flue gas analyzer strip printouts. The sixth section shall be calibration certificates for all testing equipment utilized in the performance of the contract work. Furnish report within 1 week of each facility inspection in Microsoft Word format by email to the COR for review and approval. Provide hard copies of data sheets and flue gas analyzer strip printouts to the COR within 1 week of visit. All safety-related deficiencies shall be immediately reported to the COR, Boiler Plant Supervisor, and/or Chief Engineer during the inspection visit. Equipment: Castle Point (1) 400 Horsepower Superior Boilers (fire tube, 3-pass, wet back) National Board Number - NB1107 (1) 400 Horsepower Superior Boilers (fire tube, 3-pass, wet back) National Board Number NB15624 (1) 200 Horsepower Superior Boiler (fire tube, 3-pass wet back) National Board Number NB15451 (1) De-Aeration Tank George Marker & Sons Serial Number 9467-08-05A National Board Number NB1108 Condensate Tank NB1107 Montrose (1) Victory 1000HP Voyager Water Tube Boilers Serial Number 10828-1 National Board Stamp 318 (1) Victory 1000HP Voyager Water Tube Boilers Serial Number 10828-2 National Board Stamp 317 (1) Victory 1000HP Voyager Water Tube Boilers Serial Number 10828-3 National Board Stamp 320 (1) Burnham 200HP Fire Tube Boiler NB 31050 (1) De-Aeration Tank Alstrom Heat Transfer LLC ADA120SS Serial Number 74931 National Board Stamp 2096 (1) Condensate Storage Surge Tank Alstron Heat Transfer LLC AST-2500V Serial Number 749.32 National Board Stamp 2097 Estimated Period of Performance: 3/15/2021 03/14/2022 with a provisional four (4) option years. Place of Performance: Department of Veterans Affairs Hudson Valley Health Care System VAMC-FDR-Montrose Campus 2094 Albany Post Road Montrose, New York 10548 Building 20 Boiler Plant Department of Veterans Affairs Hudson Valley Health Care System VAMC Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 Building 35 Boiler Plant (vii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) a. Solicitation number for this requirement as 36C24221Q0532. b. Name, address and telephone number of offeror. c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. d. Terms of any express warranty. e. Price should be for all services detailed on the statement of work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate shall be separated from any other costs. Failure to do so will result in automatically being disqualified. f. Acknowledgement of any solicitation amendments g. Past performance information h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. i. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content/Alternative Dispute Resolution. 852.233-71 Alternate Protest Procedure. (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors (i.e., technical capability and past performance) when combined are approximately equal to cost or price. Offeror must also meet the terms and conditions of all clauses and provisions. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. All complete proposals will be considered. Evaluation Factors: (1) Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. a) Technical Proficiency: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated. b) Contractor Experience: The offeror shall provide 3-5 instances of past experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged in the repair, maintenance and servicing of high-pressure boilers as found in a healthcare facility. Their expertise and experience shall be of such extent so as to provide them the knowledge of conditions of high-pressure boilers and safety device testing, tuning and calibrations as required by Boiler Safety Device Testing Manual 5th edition, VHA Directive 1810 Boiler and Boiler Plant Operations and, National Fire Protection Association (NFPA) 85: Boiler and Combustion Systems Hazards Code. (viiii) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (x) FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 The following contract clauses apply to this acquisition: The following clauses are incorporated into Addendum to FAR 52.212-4, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising. - 852.211-70 Equipment Operation and Maintenance Manuals - 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) - 852.232-72 Electronic Submission of Payment Requests. - 852.270-1 Representatives of Contracting Officers. 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-9 Small Business Subcontracting Plan (JUN 2020) 52.219-16 Liquidated Damages Subcontracting Plan (JAN 1999) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) (xii) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Evelyn Peguero at Evelyn.Peguero@va.gov This is a Service-Disabled Veteran Owned Small Business set-aside open market for Chiller Maintenance as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00pm EST. on 03/08/2021 at Evelyn.Peguero@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Evelyn Peguero at Evelyn.Peguero@va.gov. All questions must be submitted by 03/02/2021 at 2:00pm EST. Point of Contact Evelyn Peguero, Contract Specialist Evelyn.Peguero@VA.gov NO PHONE CALLS.
Data sourced from SAM.gov.
View Official Posting »