Virginia Bids > Bid Detail

4130--AC37 Pre Heat Steam Coil Replacement

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159815662153608
Posted Date: Jan 6, 2023
Due Date: Jan 12, 2023
Solicitation No: 36C24623Q0221
Source: https://sam.gov/opp/18491bf650...
Follow
4130--AC37 Pre Heat Steam Coil Replacement
Active
Contract Opportunity
Notice ID
36C24623Q0221
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 05, 2023 09:59 pm EST
  • Original Published Date: Dec 13, 2022 08:52 am EST
  • Updated Date Offers Due: Jan 12, 2023 01:00 pm EST
  • Original Date Offers Due: Jan 06, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 15, 2023
  • Original Inactive Date: Apr 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 4130 - REFRIGERATION AND AIR CONDITIONING COMPONENTS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Department of Veteran Affairs Central Virginia VAHCS Richmond , VA 23249
    USA
Description

Description 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, 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. This solicitation (36C24623Q0221) is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for SDVOSB. 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 4130. The Central Virginia VAHCS, 1201 Broad Rock Blvd, Richmond VA, 23224 is seeking to purchase brand name only Armstrong Hunt Model BV2 Pre-Heat Steam Coil and installation services. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Armstrong Hunt Model BV2 (4C+5C) AD07-D05-BE Special, Duralite Vertical Retromix Steam coil with electric actuator. (See detailed information in the Statement of work below.) 1 EA _____ _____ 0002 The contractor shall provide all labor, personnel equipment, tools materials to deliver and install a pre heat coil for AC37 at the Central VA VAMC. 1 JB _____ ______ Requirement Title AC37 Pre-Heat Coil Replacement Scope. The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to deliver and install a pre-heat coil for AC37. Due to extended lead times, the coil replacement order is required to be placed now for installation in the summer. Specific Tasks Vendor will provide the following Removal of existing steam pre-heat coil New Steam Pre-Heat Coil Armstrong-Hunt Model BV2-(4C+5C) AD07-D05-BE-SPECIAL, Duralite Vertical Retromix Steam Coil with electric actuator Cooper Tubes: 5/8 OD 0.035 Wall Platefin: Aluminum 7 FPI Flat Fin 0.008 thick Galvanized Steel Casing 14 Gauge Casing = 104.5 x 68 Performance at 15 psig EAT=10F Airflow: 25,860 SCFM APD: 0.55 WG LAT = 60F Armstrong 812LV ¾ 15# Trap w/Large Vent 5/16 Orifice Kadant-Johnson ½ Vacuum Breaker Armstrong TTF-1 ¾ Thermostatic Trap Add valves, strainers, piping, accordingly Tap into existing future tap All fabrication required Tie into existing freeze thermostat control and valve actuator Period of Performance Initial period of performance will be six months, with the potential to renew for another month depending on shipping timeframes. The purchase order period of performance is six months. Place of Performance/Place of Delivery Address: Central VA VAHCS 1201 Broad Rock Blvd Richmond VA, Postal Code: 23224 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items Nov 2021 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Oct 2021 FAR 52.204-7, System for Award Management Oct 2018 FAR 52.204-16 Commercial and Government Entity Code Reporting Aug 2022 FAR 52.222-5 Construction Wage Rate Requirements Secondary Site of Work May 2014 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.204-9 Personal Identity Verification Personnel Jan 2011 FAR 52.204-13 System for Award Management Maintenance Oct 2018 FAR 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Nov 2021 The following clauses are incorporated into reference for installation costs over $2,000.00. FAR 52.222-6 Construction Wage Requirements Aug 2018 FAR 52.222-7 Withholding of Funds May 2014 FAR 52.222-8 Payrolls and Basic Records Jul 2021 FAR 52.222-9 Apprentice and Trainees Jul 2005 FAR 52.222-10 Compliance with Copeland Act Requirements Feb 1988 FAR 52.222-11 Subcontracts May 2014 FAR 52.222-12 Contract Termination Debarment May 2014 FAR 52.222-13 Compliance with Construction Wage Requirements and Related Regulation May 2014 FAR 52.222-14 Disputes Concerning Labor Standards Feb 1988 FAR 52.222-15 Certification of Eligibility May 2014 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Nov 2021 The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (a) Subparagraph (b)(8) Subparagraph (b)(22) Subparagraph (b)(27) Subparagraph (b)(28) Subparagraph (b)(29) Subparagraph (b)(30) Subparagraph (b)(31) Subparagraph (b)(32) Subparagraph (b)(33) Subparagraph (b)(35) Subparagraph (b)(36) Subparagraph (b)(39) Subparagraph (b)(44) Subparagraph (b)(50) Subparagraph (b)(51) Subparagraph (b)(58) Subparagraph (c)(7) Subparagraph (c)(8) Subparagraph (d) Subparagraph (e) VAAR Clause 852.204-70 Personal Identity Verification of Contractor Personnel May 2020 VAAR Clause 852.270-1 Representative of Contracting Officers Jan 2008 All payments by the Government to the contractor will be made in accordance with FAR Clause 52.232-33 Payment by Electronic Funds Transfer System for Award Management Invoices shall be submitted in arrears: After inspection and acceptance of materials and installation of materials. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center PO Box 149971 Austin TX, 78714-9971 All quoters shall submit the following: Company information to include point of contact, and SAM UID. Completed price/cost schedule Maximum of three (3) references of choice. All quotes shall be sent to the Contracting Officer Nicholas J. Ruppert at Nicholas.Ruppert@va.gov. The Government will make an award based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer in accordance with FAR Part 13.106(b)(4)(ii). Past Performance Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. the Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting performance schedules and the delivery of quality services. Emphasis will be on recent, relevant past performance in the previous five (5) years. Recent is defined as work performed with five (5) years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in the contractor s performance shall be considered as it pertains to the performance of the work described in this solicitation. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror s past performance. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that the Government may elect to consider data obtained from other sources. Price The Government will evaluate offers by adding all line item prices - the total of all CLINS will be that sum. The Government will evaluate the price to determine whether or not it is considered fair and reasonable. The following are the decision factors: Past Performance and Price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all the solicitation requirements including terms and conditions, representations, certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicited terms and conditions and provide accompanying rationale. The response shall consist of the following: Cover page: that includes company name, point of contact and SAM Unique Identifier (SAM UID) Completed price/cost schedule All contract line items in the price/cost schedule must include a price. Submit a maximum of three (3) references of choice of completed projects, similar in size and scope, or three (3) CPARS Evaluations of choice of completed projects, similar in size and scope. Reference company name, point of contact s address, contact information to include phone number and email address, project description, dollar value, and period of performance. Please title offer by solicitation number and offeror name. Example: 36C24623Q0221 | Example Inc. 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than January 6, 2023, at 1 pm to the Contracting Officer Nicholas J. Ruppert at Nicholas.Ruppert@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Nicholas J. Ruppert Contracting Officer (757)726-6084 Nicholas.Ruppert@va.gov


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >