BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in New York, New York. Contact the soliciting agency for additional information.

Aaon HVAC Repair New York Harbor Healthcare System 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 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 Service Disable Veteran Owned Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5 million. The FSC/PSC is J041. The New York Harbor VA Medical Center has a requirement for repairs on an existing Aaon HVAC unit. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Aaon HVA Unit Repair Contratc Period: Base POP Begin: 3-27-2023 POP End: 04-26-2023 NAICS: 811310 PSC: J041 1.00 JB STATEMENT OF WORK 1. Title: Aaon HVAC Unit Repair 2. Background: The Nuclear Medicine scan room (6503E & 6503F) at the New York Harbor VA Medical Center (423 East 23rd Street, New York, NY 10010) is experiencing equipment overheating issues due to the high room temperature. To prevent this from continuing, the Aaon HVAC unit requires repair. 3. Description of Work: Provide service repairs to an existing Aaon HVAC unit located on the roof of Bldg. 6 of VAMC Outpatient Clinic (OPC) in accordance with VA specifications listed in Division 7, 23 and 26 of MASTER CONSTRUCTION SPECIFICATIONS (PG-18-1) - Office of Construction & Facilities Management (va.gov). Needed repairs include: 1. Upgrade the control package and configure/commission for BAC-net capability 2. Repair all steam leaks 3. Repair controls damaged by the steam leaks. Work shall meet all VA design guidelines and requirements. This is a one-time service. 4. Parts And Materials: The Contractor shall furnish all labor, materials, equipment, supervision, parts, cleaning supplies and tools necessary to perform the work described above. All parts furnished shall be of the original manufacturer s design and specification or equal thereto. 5. Place of Performance: New York Harbor VA Medical Center Building 6 OPC Nuclear Medicine Scan Room 6503E & 6503F 423 East 23rd Street New York, NY 10010 6. Period of Performance March 27, 2023 through April 26, 2023 All repairs shall be completed within 5 working days from the start of work. Any circumstance that requires extending the contract shall be coordinated with the Contracting Officer at least five working days prior to contract expiration. This requirement is a one-time service and does not include option years. 7. Federal Holidays: The Contractor should not plan to provide repair service during observed Federal Holidays unless otherwise scheduled with and approved by the medical center s POC or designee. If scheduled and approved, it shall be at no additional cost to the VA. Holidays observed by the federal government are annotated below. - New Year s Day - Martin Luther King s Birthday - President s Day - Memorial Day - Juneteenth - Independence Day - - Labor Day - Columbus Day - Veterans Day - Thanksgiving Day 8. Type of Contract: Firm Fixed Price 9. VHA Supplemental Contract Requirements for Combatting COVID-19: Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. b. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. 1) Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. c. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. d. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. 10. Report of Service: Upon completion of repair service, or within two (2) working days, the Contractor shall provide the CO or the onsite representative a written report of services performed including the date, corrective actions taken, parts and labor. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/index.asp. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021) Addendum to 52.212-1, Instructions to Offerors Commercial Products and Commercial Services applies; see further below on this notice for details. FAR 252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.204-7, System for Award Management (Oct 2018) FAR 52. 204-16, Commercial and Government Entity Code Reporting (Aug 2020) End of Addendum to 52.212-1 FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Dec 2022) 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 Products and Commercial Services (Dec 2022) Addendum to FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (Nov 2021) Within 10 days of contract expiration VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203 70, Commercial Advertising. 852.232 72, Electronic Submission of Payment Requests. VAAR 852.219-73 VA Notice of Total Set-Aside For Verified Service-Disabled Veteran Owned Small Businesses (NOV 2022) By the end of the base term VAAR 852.219-75 VA Notice of Limitations On Subcontracting--Certificate Of Compliance For Services And Construction (NOV 2022) Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________ Printed Title of Signee: _____________ Signature: ____________ Date: ______________ Company Name and Address: _______________ VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (DEC 2022) The following subparagraphs of FAR 52.212-5 are applicable: All of subparagraph (a) Subparagraph (b)(21): 52.219-27 Subparagraph (b)(22)(i): 52.219-28 Subparagraph (b)(27): 52.222-3 Subparagraph (b)(29): 52.222-21 Subparagraph (b)(30)(i): 52.222-26 Subparagraph (b)(32)(i): 52.222.-36 Subparagraph (b)(35)(i): 52.222-50 Subparagraph (b)(44): 52.223 18 Subparagraph (b)(51): 52.225-13 Subparagraph (b)(58): 52.232-33 Subparagraph (c)(1): 52.222-41 Subparagraph (c)(2): 52.222-42 https://www.dol.gov/sites/dolgov Subparagraph (c)(7): 52.222-55 Subparagraph (c)(8): 52.222-62 All of subparagraph (d) All of subparagraph (e) Other terms and conditions: CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management. INVOICES: Invoices shall be submitted in arrears annually, after performance tasks are complete and accepted. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Tungsten Network: https://us.tungsten-network.com/ All quoters shall submit the following: A technical capability statement, relevant professional qualifications and experience, past performance references, and a price submission. All quotes shall be sent to the Department of Veterans Affairs, Network Contracting Office (NCO) 2 via email to Contract Specialist Chris Weider at Christopher.Weider@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability Past Performance Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical Capability: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. The quotation should provide a clear explanation of the organization s ability to perform repairs on the Aaon HVAC unit as described in the statement of work. The explanation should demonstrate an understanding of any common inefficiencies, potential risks, and methods of mitigation. Contractor should provide: Professional qualifications necessary for satisfactory renovation of designated area including competence in electrical construction repair. Specialized experience and technical competence in electrical construction and HVAC installation with standard practices that exercise energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Schedule to complete work in adequate time. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line-item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Addendum to 52.212-1, Instructions to Offerors Commercial Products and Commercial Services: Submission of Offers: Offers shall be received no later than 4:30pm ET on March 9, 2023. Offers received after this time may not be considered for award. Offers not following the specific instructions within this solicitation may not be considered further for evaluations towards this requirement. General Offeror Instructions: Offers shall clearly demonstrate an understanding of requirements, as well as convey the Offeror s capability for transforming its understanding into successful performance under the terms of a contract(s) resulting from the RFQ. A complete Offer shall consist of a technical capability statement that does not exceed ten pages, relevant electrical and HVAC credentials and training of current staff members, past performance references, and a price submission. Credentials and training documentation shall not be counted as part of the capability statement page limit. Incomplete Offers will be considered non-responsive and may not be further evaluated. Offer Content and Submission Instructions: Offerors are responsible for ensuring that offers fully comply with all requirements. Each offer shall clearly demonstrate that the Offeror understands the technical requirements of the Statement of Work (SOW). Failure to explain Offeror s ability to meet all requirements may result in the Offeror's offer not being considered. The narrative shall provide the Government with a reasonable assurance that the company has the relevant experience, capacity and capability required to meet potential contract requirements. A restatement of the Statement of Work will be deemed unacceptable and may result in the assignment of a lower technical rating. Format for Submission: All items shall be submitted as described below. The Offeror shall submit one (1) electronic version emailed with all Offer materials to the Contract Specialist by the specified due date/time. The Offeror is responsible for confirming their submission was received. Questions: Questions shall be submitted to Christopher.Weider@va.gov in writing via email no later than 4:30pm EST, March 6, 2023. Oral questions will not be accepted. All questions may not be answered, but those that are will be answered in an amendment to the solicitation. End of Addendum to 52.212-1 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 Monday March 9, 2023, at 4:30pm ET at christopher.weider@va.gov. Hand delivered offers will not be accepted. 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 Contract Specialist, Chris Weider, Christopher.Weider@va.gov, 716-862-7461 x22470.

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
938
Active Projects
539
Bidding Soon
7,549
All Active Projects
3,141
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

March 9, 2023

March 27, 2023

April 26, 2023

img_map_placeholder

423 E 23rd St, New York, NY

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.