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 Los Angeles, California. Contact the soliciting agency for additional information.

1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Laundry Boilers Maintenance, Safety Inspections, and Source Testing 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide maintenance, safety inspection and source testing to the laundry boilers in order to comply with South Coast Air Quality Management District and VA Directives. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q1781. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran owned Business set aside. 1.f. Applicable NAICS code: 238220, Plumbing, Heating and Air-conditioning contractors. 1.g. Small Business Size Standard: $19 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base year plus 4 options 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 23 1.k. Request for Information (RFI) should be submitted via email no later than 4pm PST Wednesday, September 6th, 2023, to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to provide maintenance, safety inspection and source testing to the laundry boilers in order to comply with South Coast Air Quality Management District and VA Directives. 2.2. Background. The VA Laundry has two small boilers that are permitted by South Coast Air Quality Management District. These boilers were installed with the rebuilt laundry in 2017-2018 under central office Laundry Service. These boilers were initially source tested to obtain the air district permit but required periodic testing has lapsed and the boilers have been issued two Notices of Violation to failure to perform source testing. Additionally, these two boilers have not received required annual maintenance, boiler burner testing, and annual safety certification as required by the Central Office HEFP/10NA5E section and VA national boiler authorities. To resolve these deficiencies, it is recommended that the boilers be handled in same way as the larger boilers at West Los Angeles and Sepulveda. This includes source testing at required intervals, safety inspections and certification under BEI (Boiler Efficiency Institute, and periodic tuning of boilers. 2.3. Scope. The contractor will perform the preventative maintenance, testing and inspections below but are not limited to: Conduct annual maintenance service on 2 Parker T6800LR boilers per manufacturers recommendations and standard good manufacturing practices. Conduct a full emissions triennial source test on two boilers. Tests must be performed by AQMD certified emission tester and be scheduled in advance with SCAQMD. Tune boiler burners for emission compliance quarterly with an experienced boiler maintenance service technician. Conduct handheld NOx testing by 3rd party independent SCAQMD approved tester on quarterly basis. Conduct annual boiler inspection by certified boiler inspection per VHA directives. Conduct Perform Boiler Efficiency Institute semiannual and annual safety device testing per VHA Boiler and Associated Plant Safety Device Testing Manual Seventh Edition Boiler Efficiency Institute January 2023. Note piping modification are needed to pass these safety device tests. 2.5. Specific Requirements: Annual maintenance service on Parker low pressure boilers must be performed by a qualified boiler service company. Pass Triennial full Source Test must be scheduled and approved by South Coast Air Quality Management District with 90 days of contract award. Testing must be performed quarterly by a SCAQMD certified 3rd Party Independent Tester of Boiler Nitrogen oxide emissions with handheld testing device within 60 days of contract award. Tune boilers quarterly to ensure emission compliance for quarterly source testing. Annual inspection must be performed by a qualified government authorized inspector. Must perform Boiler Efficiency Institute semiannual and annual safety device testing. Contractor shall have knowledge and experience with boiler maintenance and safety in conformance VHA Boiler Directives and Boiler Efficiency Institute and with boiler emission regulations of South Coast Air Quality Management District. Contractor needs demonstrate knowledge and experience in past performance in private or public sector. The Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes in order to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. . References This Veterans Health Administration (VHA) directive 1810 establishes the policy on the safe operation of boilers and boiler plants January 2023. VHA Boiler and Associated Plant Safety Device Testing Manual Seventh Edition Boiler Efficiency Institute January 2023 South Coast Air Quality Management District Permit Conditions for two laundry boilers 2.6. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.7. Period of Performance. The period of performance will be Base year plus 4 option years. Work Hours: Authorization shall be obtained from the Contracting Officer in advance for any work performed outside of normal working hours (after 6:00 p.m. and before 6 a.m. Monday through Friday, and Saturday, Sunday or Federal Holidays), to arrange for all services at this station. If this authorization is given for the convenience of the Contractor, there shall be no additional charge for labor, travel time, or other expenses. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.7. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.8. Insurance Coverage a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Friday September 15th, 2023, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form) 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

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
480
Active Projects
227
Bidding Soon
3,645
All Active Projects
1,653
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.

September 15, 2023

October 16, 2023

img_map_placeholder

11301 Wilshire Blvd, Los Angeles, CA


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.