West Virginia Bids > Bid Detail

J044--Combustion Tuning Services on Boiler #1

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159407949959587
Posted Date: Sep 7, 2023
Due Date: Sep 11, 2023
Solicitation No: 36C24523Q1183
Source: https://sam.gov/opp/dfff75972e...
Follow
J044--Combustion Tuning Services on Boiler #1
Active
Contract Opportunity
Notice ID
36C24523Q1183
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 07, 2023 03:45 pm EDT
  • Original Response Date: Sep 11, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J044 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Hershel Woody Williams VA Medical Center Huntington , WV 25704
    USA
Description
Page 1 of 3

The Hershel Woody Williams VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below.
As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.
Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.
This service will be implemented using the North American Industry Classification System (NAICS) Code 811310.
If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to jennifer.elkins2@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than September 11, 2023 at 10:00 a.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.

STATEMENT OF WORK PART A GENERAL INFORMATION

A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs to complete combustion tuning services on natural gas and #2 fuel oil on boiler #1.

A.2 BACKGROUND Combustion tuning services are needed in the boiler plant to ensure reliability, performance and efficiency of the boiler operations.
A.3 SCOPE OF WORK Vendor will provide all services, parts or equipment to complete combustion tuning services.
STATEMENT OF WORK PART B WORK REQUIREMENTS

B.1 Tasks to be accomplished:

Vendor will provide all parts or equipment to complete combustion tuning services for the boiler plant:

Operational firing of one boiler on natural gas and fuel oil to adjust firing fuel/air ratio profile.
Standard firing curve sheet / emissions data documentation and daily service reports will be provided.

All services shall be provided for the boiler plant located at 1540 Spring Valley Drive, Huntington, WV. Service vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use.
Vendor shall provide services specified above during approved work times. Approved work times for this job shall be normal working hours of 8AM 430PM
Vendor must be certified or authorized by Preferred Utilities MFG Corporation for tuning and programming preferred boiler controls. No other certification or authorization is acceptable.

STATEMENT OF WORK PART C SUPPORTING INFORMATION

C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704.

C.2 Period of Performance The Contractor shall perform all deliveries normal business 8A -430P MONDAY THRU FRIDAY once the contract is awarded.

C.3 Special Considerations

C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above.
C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property.
C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. Must present certification or authorization from Preferred Utilities MFG Corporation for tuning with there controls package.
C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COTR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COTR may send all Contractor/sub-contractor employees off the job.
C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order.
C.3.6 The Contracting Officer s Technical Representative (COTR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Technical Representative will be identified in the task order by name, telephone number and location. Inspections made by the COTR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.
C.3.7 The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location.
C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order.
C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen.
C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings.
C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COTR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 07, 2023 03:45 pm EDTSources 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 >