Connecticut Bids > Bid Detail

J041--Newington CT Chiller Maintenance Sources Sought Notice

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159209951853558
Posted Date: Mar 9, 2023
Due Date: Mar 16, 2023
Solicitation No: 36C24123Q0474
Source: https://sam.gov/opp/3f15f3c351...
Follow
J041--Newington CT Chiller Maintenance Sources Sought Notice
Active
Contract Opportunity
Notice ID
36C24123Q0474
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 09, 2023 02:25 pm EST
  • Original Response Date: Mar 16, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Newington , Connecticut 06111
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.
If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 811310, with a size standard 12.5 million dollars. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Chiller/Tower/Pump Maintenance Services at the Newington Connecticut VAMC per the Performance Work Statement below.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 16-March-2024. All responses under this Sources Sought Notice must be emailed to David.Valenzuela2@va.gov and Joshua.Gallien@va.gov with RFQ #36C24123Q0474 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.

Attachment 1
Sources Sought Worksheet
QUALIFICATION INFORMATION:
Company / Institute Name: _______________________________________________________
Address: ______________________________________________________________________
Phone Number: ________________________________________________________________
Point of Contact: _______________________________________________________________
E-mail Address: ________________________________________________________________
Unique Entity Identifier (UEI) #:Â ___________________________________________________
CAGE Code: __________________________________________________________________
SAM Registered: (Y / N)
Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N)
VIP Verified VOSB: (Y / N)
8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N)
Women-Owned Small Business: (Y / N)
Small Business: (Y / N)
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.
CAPABILITY STATEMENT:
Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Attachment 2
PERFORMANCE WORK STATEMENT
Newington Chiller/Tower/Pump Maintenance Service

The purpose of this contract is to acquire maintenance and inspection services for facility chillers, towers, and pumps at the Newington VAMC.

Facility Information:

Newington VAMC
555 Willard Avenue
Newington, CT 06111
Scope of Work:

Maintenance and inspection services for the facility chillers, cooling towers and pumps.

All contracted work must be performed by a qualified vendor and provide evidence of training on the listed equipment.
For every service call on each unit the contractor must:
Provide all material, labor, safety equipment, LOTO procedures, and disposal necessary to provide services.
Check in with customer to gain access to the location where the work is to be done.
Lockout/Tagout the power to all units to be serviced. Contractor and VA locks to be installed.
Secure the working area according to VA safety and ICRA guidelines.
Keep the work area clean and neat and dispose of all garbage.
Remove condenser heads on all three McQuay chillers
Remove evaporator heads and all associated piping on all three McQuay chillers.
Remove and replace head bolts/hardware is applicable.
Brush clean evaporator and condenser tubes on all three McQuay chillers.
Perform eddy current test on the evaporator and condenser on all three McQuay chillers.
Provide detailed, written eddy current test results to the VA representative.
Review eddy current test results and if no deficiencies are found, replace evaporator and condenser gaskets and heads.

Equipment Schedule:
Equipment
Quantity
Manufacturer
Model/Serial #
Program
Frequency
Centrifugal Chiller
3
McQuay
PEH087K
56B81066
SP20
SP16
6 times per year, every other month
annually
Cooling Towers
3
Evapco
AT-112-512
11-46608/09/10
SP20
Quarterly
Pumps

Various
PMI
SP20
Quarterly
Flow Meter


Annually
Water Treatment


Monthly

Inspections:
Cooling Towers and Pumps: During normal working hours vendor shall provide four (4) inspections per year on a quarterly basis with at least eighty (80) days between inspections, unless otherwise noted. Inspections shall be scheduled with the VA representative no less that ten (10) days prior to the intended inspection date.

Centrifugal Chillers: During normal working hours vendor shall provide six (6) operating inspections per year with no less than fifty (50) days between inspections, unless otherwise noted.

Emergency Response Service:
Chillers: Emergency response service is required twenty-four (24) hours per day, seven (7) days per week including holidays.
Towers: Emergency response service is only required during normal working hours on business days.

Delivery Requirements:
Work is to be scheduled within ten (10) days of notice to proceed being issued. All work shall be done between the hours of 7:00 a.m. and 5:00 p.m. Monday Friday, unless other times are arranged in advance and approved in writing by the VA designee. When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained with the area of work, the contractor shall schedule said work at other than normal hours and as directed by the VA designee.

Work Restrictions:
All contractor personnel shall obtain a short-term identification badge issued by the VA designee. Such badge shall be worn by the individual and prominently displayed at all times while on VA property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the VA designee a valid (non-expired) photo identification issued by a US federal, state or local government agency.
All contractor personnel are subject to inspection of personal effects when entering or leaving the project site.
Debris Removal:
The Contractor/Installer shall be required to remove waste materials and debris daily from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations.
Property Damage:Â Â
The Contractor must take all necessary precautions to prevent damage to any government property. The Contractor must report any damages immediately and must assessed current replacement costs for property damaged by the contractor unless corrective action is taken. Any damaged material will be replaced in a timely manner or corrected by the Contractor with like materials at no extra cost to the government upon approval of the Contracting officer.Â

Additional Information:
The Department of Veterans Affairs is a smoke free environment and smoking is not permitted at the facility.

Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 09, 2023 02:25 pm ESTSources Sought (Original)

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 >