BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Albany, New York. Completed plans call for the renovation of a medical facility; and military facility.

27 Page 27 of 27 COMBINED SYNOPSIS/SOLICITATION: ALBANY BOILER-CHILLER PLANTS CHEMICAL TREATMENT (i) 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, and FAR 13.5 Simplified Procedures for Certain 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24223Q1082. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 (eff. 06/02/2023). (iv) This solicitation is Service-Disabled Veteran Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 (Plumbing, Heating, & Air Conditioning Contractors) with a small business size standard of $19.0 Million. The FSC/PSC is J045. (v) This is a services contract to provide ALBANY BOILER-CHILLER PLANTS CHEMICAL TREATMENT for Samuel S. Stratton Department of Veterans affairs Medical Center- located at 113 Holland Avenue Albany, NY 12208-3410. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK ALBANY BOILER-CHILLER PLANTS CHEMICAL TREATMENT Background: Stratton Veterans Administration Medical Center, located at 113 Holland Ave, Albany NY 12208 is requesting all labor, materials, equipment and travel to provide yearly water/chemical treatment services for cooling towers, boilers, deaerator, and condensate returns. Services to include all water treatment, testing, testing supplies and chemical supplies of hospital boilers, condensate systems, heating hot water (HHW), chilled water (CW), and cooling tower systems. Equipment Specs; - Three (3) ea. Trane MCF-3-46 Water Tube Boilers 25,000 LB/HR, 115 PSIG Operating Pressure - Two (2) ea. Cooling Towers BAC (Baltimore Air Coil) - One (1) ea. Hurst 400HP Fire Tube Steam Boiler-Boiler Series 500 115 PSI Operating Pressure System Specs; - Combined Steam Boiler System operating year round with an annual makeup of 1,600,000 gallons per year. - Combined Cooling Tower Systems with a pair of 3000 gallon sumps. Operating one (1) tower all year and the other tower May through October with an annual makeup of 2,800,000 gallons per year. - Three closed loop systems (HHW, CW, and Operating Room Chilled Water) with an annual makeup of 5000 gallons. of Work: Contractor will provide a Certified Water Treatment (CWT) technician to oversee the program. Contractor will provide cooling tower treatment. Cooling tower treatment will include a scale and corrosion inhibitor, an oxidizing biocide, and a bio dispersant. Contractor must also include Bromine for pot feeders. Contractor will provide biweekly testing for each cooling tower to monitor biocide program and Legionella testing of the cooling towers IAW NYS DOH. Contractor will perform monthly, on- testing of boiler water and closed loop systems and a perform review of the reports with on- personnel. Contractor will provide Electronic copy of the reports emailed to the COR. Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). Contractor will provide a Closed Loop Biocide and Bio dispersant to control anaerobic bacterial growth. Contractor will provide adequate supply of closed loop system treatment as needed. Contractor will practice sound inventory control to ensure chemicals are delivered as needed. To alleviate any on storage issues. Contractor will perform quarterly dissolved oxygen testing of the DA Tank Feedwater. Contractor will perform monitoring of dissolved iron in the return lines. Contractor will provide all necessary testing reagents, equipment, and chemicals to the facility for daily testing and treating of systems and equipment identified. Contractor will provide chemical distribution stations. Contractor will provide On- training of the VA s day shift personnel in chemical handling, safety, and testing. Chemicals required are: water softener testing supplies boiler de-scaler for boiler cleanup as needed per annual internal inspections. liquid Amine as needed to help protect the condensate return lines and maintain return pH 7.5 - 8.0. Liquid Alkalinity Booster as needed per Original Equipment Manufacturer (OEM) specifications to help prevent general uniform corrosion. liquid phosphate as needed per OEM specifications. powdered sulfite as needed. Inspection At the commencement of each service , the equipment will be inspected for functionality by the VA COR or COR authorized Point of Contact (POC). The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for prior to the completion of POC inspection. Biweekly testing will be inspected by the COR/POC as they determine necessary but does not need to occur for each service . Period of The base period of for this service is October 1, 2023 through September 30, 2024 with the provision to include up to four (4) follow on option years. Place of All services will be performed at the Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208. Other Related Services (Not Included in the of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. CLIN Description of Services Contract Period Quantity Unit of Measure Unit Price Total 0001 MONTHLY, ON- TESTING Base 12 MO $ $ 0002 ANNUAL LEGIONELLA TESTING Base 1 YR $ $ 0003 TESTING REAGENTS, EQUIPMENT, CHEMICALS Base 12 MO $ $ 0004 TESTING OF THE DA TANK FEEDWATER. Base 4 QTR $ $ 10/01/2023- 05/31/2024 Base Year Total $ 1001 MONTHLY, ON- TESTING Option Year 1 12 MO $ $ 1002 ANNUAL LEGIONELLA TESTING Option Year 1 1 YR $ $ 1003 TESTING REAGENTS, EQUIPMENT, CHEMICALS Option Year 1 12 MO $ $ 1004 TESTING OF THE DA TANK FEEDWATER Option Year 1 4 QTR $ $ 10/01/2024 05/31/2025 OY1 Total $ 2001 MONTHLY, ON- TESTING Option Year 2 12 EA $ $ 2002 ANNUAL LEGIONELLA TESTING Option Year 2 1 YR $ $ 2003 TESTING REAGENTS, EQUIPMENT, CHEMICALS Option Year 2 12 MO $ $ 2004 TESTING OF THE DA TANK FEEDWATER Option Year 2 4 QTR $ $ 10/01/2025 09/30/2026 OY2 Total $ 3001 MONTHLY, ON- TESTING Option Year 3 12 EA $ $ 3002 ANNUAL LEGIONELLA TESTING 1 YR $ $ 3003 TESTING REAGENTS, EQUIPMENT, CHEMICALS Option Year 3 12 MO $ $ 3004 TESTING OF THE DA TANK FEEDWATER Option Year 3 4 QTR $ $ 10/01/2026 09/30/2027 OY3 Total $ 4001 MONTHLY, ON- TESTING Option Year 4 12 EA $ $ 4002 ANNUAL LEGIONELLA TESTING Option Year 4 1 YR $ $ 4003 TESTING REAGENTS, EQUIPMENT, CHEMICALS Option Year 4 12 EA $ $ 4004 TESTING OF THE DA TANK FEEDWATER Option Year 4 4 QTR $ $ 10/1/2027 09/30/2028 OY4 Total $ Complete Total of Contract $ The price schedule provided above is a sample price schedule that needs to be completed. If you should choose to provide your own price schedule it needs to be clear and prA(C)cised. Below is the total for each year that must be inputted. 10/01/2023 - 09/30/2024 Base $ 10/01/2024 09/30/2025 OY1 $ 10/01/2025 10/30/2026 OY2 $ 10/01/2026 09/30/2027 OY3 $ 10/01/2027 09/30/2028 OY4 $ Complete Total of Contract $ (vii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2021) a. Solicitation number for this requirement as 36C24223Q1082. b. Name, address and telephone number of offeror. c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. d. Terms of any express warranty. e. Price should be for all services detailed on the statement of work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors being determined to be incomplete. Hourly rate shall be separated from any other costs. Failure to do so will result in automatically being disqualified. f. Acknowledgement of any solicitation amendments g. Past information h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. i. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.216-1 Type of Contract (APR 1984) (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. Award will be made to the offeror whose offer is determined to be the lowest price, technically acceptable (LPTA) after price is determined fair and reasonable. The offeror must be a responsible offeror and submit a that meets all the technical and past requirements. Offeror must also meet the terms and conditions of all clauses and provisions. Once offerors are evaluated, the award will be made to the lowest price of responsible offerors, who meet technical criteria in response to this Request for Quotes. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. The following factors will be assessed on a pass/fail basis. All complete quotes will be considered. However, if the lowest price quote is determined to be complete and acceptable under the Technical and Past Factors, the award may be made to that offeror without further evaluation of higher priced quotes. Evaluation Factors: (1) Technical Capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 10-page capability statement demonstrating it has trained and certified personnel, equipment and working experience and ability to meet all the requirements of the Statement of Work. a) Technical Proficiency: will be evaluated on how well they meet the requirement to submit a proposal that verifies it is a firm that can perform Sterilizer & Cart Washer Cleaning for the State of New Jersey. The proposal shall be comprehensive and demonstrate its understanding of the requirement and not a copy and paste of the Statement of Work requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. b) Contractor Experience: The offeror will be evaluated on how well they meet the requirement to provide three (3) instances of past-experience similar in nature, , complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than five (5) years of performing BOILER-CHILLER PLANTS CHEMICAL TREATMENT MAINTENANCE SERVICES. (viiii) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) 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. (x) FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 The following contract clauses apply to this acquisition: The following clauses are incorporated into Addendum to FAR 52.212-4, 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.201-70 Contracting Officer s Representative (DEC 2022) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising (MAY 2018). - 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) - 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) - 852.232-72 Electronic Submission of Payment Requests. - 852.270-1 Representatives of Contracting Officers. 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) 852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-9 Small Business Subcontracting Plan (JUN 2020) 52.219-16 Liquidated Damages Subcontracting Plan (JAN 1999) 52.219-28 Post Award Small Business Program Re-representation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) (xii) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy of all company information such as company name, address, UEI number & price. All quotations shall be sent ONLY to Clifford S. Harrison at Clifford.Harrison@va.gov This is a Service-Disabled Veteran Owned Small Business set-aside open market for BOILER-CHILLER PLANTS CHEMICAL TREATMENT MAINTENANCE SERVICES as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00pm EST on 08/18/2023 at Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Clifford S. Harrison at Clifford.Harrison@va.gov. All questions must be submitted by 08/15/2023 at 12:00PM EST. Point of Contact Clifford S. Harrison, Contracting Officer Clifford.Harrison@VA.gov NO PHONE CALLS. See attached document: VAAR 819 219 77 VA Notice of Limitation on subcontracting. See attached document: P07 2023 Wage East Orange.

Post-Bid

Medical

$2,000,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them 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
276
Active Projects
141
Bidding Soon
2,169
All Active Projects
900
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 projects. Build 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.

August 29, 2023

October 5, 2023

img_map_placeholder

113 Holland Ave, Albany, 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.