Connecticut Bids > Bid Detail

J045--Boiler Plant Repairs and Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159893167980984
Posted Date: Feb 9, 2023
Due Date: Feb 16, 2023
Solicitation No: 36C24123Q0361
Source: https://sam.gov/opp/2e0c8f41ef...
Follow
J045--Boiler Plant Repairs and Services
Active
Contract Opportunity
Notice ID
36C24123Q0361
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: Feb 09, 2023 12:50 pm EST
  • Original Response Date: Feb 16, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    West Haven VAMC , CT 06516
    USA
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.
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, J045) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Boiler Plant Repairs and Services at the West Haven and Newington Campus VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response 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 10 am EST, Feb 16, 2023. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. 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.
SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought.



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: __________________________________________________________________
Other available contract vehicles (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
Statement of Work
Department of Veterans Affairs (VA)
West Haven & Newington Connecticut VA Campuses
Boiler Components Replacements and Repairs

BACKGROUND
The VA Connecticut Healthcare System (VACHS) facilities in West Haven, CT, and Newington, CT have aging high pressure steam boilers and steam plant equipment. These steam systems are in need of replacement of many aged and failing components.
2.0 GENERAL INFORMATION
2.1 Scope of Work
West Haven
Boiler #1
Provide and install a new steam flow transmitter for boiler #1.
Provide and install a new boiler feedwater level control valve.
Troubleshoot, tune, and adjust boiler #1 so that the boiler lights off reliably on natural gas.
Replace check valve in drain line from boiler main steam stop valves.
Replace boiler column blowdown drain valve.
Identify and repair any small gas leaks on boiler #1 fuel train.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Boiler #2
Repair steam leak in atomizing steam line.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Boiler #3
Troubleshoot, tune, and adjust boiler #3 so that the boiler operates reliably on fuel oil.
Provide and install a new boiler feedwater level control valve.
Repair leak on boiler drum level indicating column.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Balance of Plant-
Restore operation to remote reading electronic gas flow totalizer meter in the control room.
Install a stainless steel tubing sample line for the condensate system from the sample connection point to the sample sink.
Replace the phosphate boiler chemical metering pump.
Replace mechanical seals on all three boiler feedwater pumps.
Repair steam leak on steam trap on high pressure steam line supplying chiller plant.
Replace both condensate pumps and motors.

Newington
Boiler #1
Combustion Air Pressure Switch (CAPS)- The switch does not function correctly. It appears that the low pressure side of the switch is connected to the high-pressure sensing line. The sensing lines must be re-plumbed.
Purge Airflow Proving Switch (PAPS)- The PAPS is not installed to sense the differential across the furnace. Additionally, the test port is installed on the wrong side of the locked open valve. The sensing lines must be re-plumbed.
Lockable valves need to be installed in various sensing lines to comply with VA boiler design requirements
Replace boiler steam relief valves with new certified and tested valves.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.
Boiler #2
Combustion Air Pressure Switch (CAPS)- The switch does not function correctly. It appears that the low-pressure side of the switch is connected to the high-pressure sensing line. The sensing lines must be re-plumbed.
Purge Airflow Proving Switch (PAPS)- The PAPS is not installed to sense the differential across the furnace. Additionally, the test port is installed on the wrong side of the locked open valve. The sensing lines must be re-plumbed.
Furnace pressure switch must be re-plumbed. Provide isolation valves and test ports to
meet requirements of the VA Boiler Plant Safety Device Test Manual.
Lockable valves need to be installed in various sensing lines to comply with VA boiler design requirements.
Replace boiler steam relief valves with new certified and tested valves.
Boiler tuning is required to prevent low O2 shut down and flame failure.
Low Flue Gas Oxygen Level Interlock (LFGOLI)- Low Flue Gas Oxygen Level Interlock. Provide calibration and test gas.

2.2 Specific Requirements
Work shall be accomplished by appropriately licensed tradesmen and qualified professionals.
Contractor shall have a safety plan that conforms to OSHA and VA requirements.
Contractor shall follow current COVID guidance while working at the VA
Contractor shall dispose of all waste and hazardous materials in accordance with applicable environmental regulations
Contractor shall conform to all applicable VA construction and engineering specifications
Contractor shall comply with VA lockout-tagout policy while working on VA systems
The VA shall provide and perform the following for this job-
Boiler preparations:
Equipment shutdown and isolation
Drain equipment where required
Flush unit to remove sediment deposits
Return boiler to service condition

2.3 Period of Performance
The period of performance for this project is 180 calendar days starting from the date of the notice to proceed.
2.4 Place of Performance
Location of Facilities:
VA Connecticut Healthcare System
West Haven
950 Campbell Ave
West Haven, CT 06516

VA Connecticut Healthcare System
Newington
555 Willard Ave
Newington, CT 06111
DELIVERABLES
The contractor shall provide technical manuals for each new piece of equipment installed on the boilers.
The contractor shall deliver a final written report, within 30 calendar days of completion of the contract, which will contain test data and setpoints for repaired or newly installed control devices.
The contractor shall provide training to VA staff on all new equipment installed for this contract.
4.0 GENERAL REQUIREMENTS
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Contactor policies and procedures shall comply with all VA Privacy & Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA).
5.0 REFERENCES
VA CONSTRUCTION SPECIFICATION SECTION 23 21 11 BOILER PLANT PIPING SYSTEMS
VA CONSTRUCTION SPECIFICATION SECTION 33 63 00 STEAM ENERGY DISTRIBUTION
VA CONSTRUCTION SPECIFICATION SECTION 23 05 10 COMMON WORK RESULTS FOR BOILER PLANT AND STEAM GENERATION
ASME B31.1, Power Piping
NB-23 National Board Inspection Code
VHA Directive 1810(1), Boiler and Boiler Plant Operations
VHA Boiler Plant Safety Device Testing Manual, Third Edition
END OF STATEMENT OF WORK
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 09, 2023 12:50 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 >