J041--Cooling Towers Maintenance and Repairs Tiered Evaluations
ID: 36C24824Q1291Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The procurement involves comprehensive preventive maintenance, inspections, and emergency repairs for twelve cooling tower units, ensuring operational efficiency and compliance with safety regulations. This initiative is crucial for maintaining the healthcare infrastructure that supports veterans, reflecting the government's commitment to high-quality service delivery. Interested vendors must submit their quotes by September 19, 2024, at 3:00 PM Atlantic Standard Time, and can direct inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov or by phone at 939-759-6783.

    Point(s) of Contact
    Wilfredo PerezContracting Officer
    (939) 759-6783
    wilfredo.perez3@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting bids for repair and maintenance services for twelve cooling towers at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The solicitation (36C24824Q1291) follows a tiered evaluation process, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) first, followed by small businesses. Quotes are due by September 16, 2024, and interested vendors must adhere to the submission procedures outlined, including compliance with the Federal Acquisition Regulation (FAR) provisions. The contract's performance period is set from November 1, 2024, to October 31, 2025, with options for four additional years. The document details evaluation criteria and requirements for prospective bidders, ensuring stringent compliance and cost-effectiveness. Questions regarding the solicitation must be submitted by September 6, 2024. The process emphasizes fair comparison among offers while allowing for set-asides for qualified small business concerns. Attachments include the Performance Work Statement and various clauses relevant to the contract.
    The document outlines an amendment to the combined solicitation for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System (VACHS) under solicitation number 36C24824Q1291. The amendment addresses vendor inquiries, announces a site visit scheduled for September 12, 2024, and revises evaluation factors for quote assessment in accordance with VA Acquisition Regulations. The site visit is set for 1:00 PM Atlantic Standard Time at the VACHS front lobby. Important attachments include responses to vendor questions and the updated evaluation criteria. The deadline for quote submissions remains September 16, 2024, at 3:00 PM AST. This amendment serves to refine the procurement process, ensuring clarity and adherence to regulations for maintaining VACHS cooling towers.
    The document outlines an amendment to a combined solicitation for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System (VACHS). The amendment responds to vendor inquiries raised during a site visit on September 12, 2024, updates the Performance Work Statement (PWS), and extends the quote submission deadline to September 19, 2024, at 3:00 PM Atlantic Standard Time. Key contacts are provided, including Contracting Officer Wilfredo Perez. Attachments include the final PWS and a combined synopsis amendment document. The update aims to clarify project requirements and facilitate vendor submissions, ensuring compliance with federal contracting processes. This initiative reflects the government's commitment to maintaining healthcare infrastructure for veterans.
    The document outlines the contract clauses and solicitation provisions relevant to a federal government procurement for commercial products and services. The key aspects include the rights and obligations of the Contractor and the Government concerning inspection, acceptance, assignment of payments, changes in the contract, dispute resolution, excusable delays, and billing procedures. Specific clauses cover termination rights for both convenience and cause by the Government, liability limitations, and compliance with laws relevant to government contracts. Additionally, the contract emphasizes the importance of submitting invoices electronically and requires compliance with various federal regulations, including those pertaining to small business participation. There are provisions related to insurance requirements, qualifications for service-disabled veteran-owned and veteran-owned small businesses, and certifications that must be maintained. Overall, this document serves as a comprehensive guide for contractors on the federal acquisition process, ensuring adherence to legal and contractual standards while setting clear expectations for performance and accountability in government contracting.
    The document is an amendment to the solicitation for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System, identified by RFP number 36C24824Q1291. It serves multiple purposes: responding to vendor inquiries from a recent site visit, updating the Performance Work Statement (PWS), and extending the quote submission deadline. The amendment extends the deadline to September 19, 2024, at 3:00 PM Atlantic Standard Time. Additionally, it includes answers to questions raised during the site visit, which will enhance the understanding of the project requirements. All terms and conditions remain in effect except for modifications specified in this amendment. Overall, the document reflects the government's commitment to transparency and clarity in the procurement process, ensuring that vendors have the necessary information to submit their offers effectively.
    The document details an amendment to the solicitation for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System (VACHS), identified by contract ID 36C24824Q1291. Its primary purpose is to address vendor inquiries, communicate logistics for an upcoming site visit, and revise evaluation criteria for proposals. A site visit is scheduled for September 12, 2024, at 1:00 PM Atlantic Standard Time at the VACHS lobby in San Juan, Puerto Rico. The document clarifies that the submission deadline for quotes remains on September 16, 2024, at 3:00 PM AST, and outlines that changes in evaluation factors are in accordance with relevant VA Acquisition Regulation clauses. The amendment aims to ensure that potential contractors receive necessary information and guidance to enhance the bidding process while maintaining compliance with federal acquisition standards.
    The document outlines the wage determination and fringe benefits relevant to a specific contract solicitation by the federal government. It emphasizes the responsibility of contractors to procure and assess the appropriate wage determinations based on the location where the services will be performed. Specifically, for San Juan, Puerto Rico, it references the Department of Labor Wage Determination (WD) 2015-5707, Revision No. 24, last updated on July 22, 2024. Contractors are directed to access the detailed wage determination through the provided link for compliance with local wage requirements. The document serves as a directive for contractors to adhere to established labor standards, underscores the importance of local wage evaluations, and ensures that they remain compliant with federal regulations regarding labor compensation in federal contracts.
    The VA Caribbean Healthcare System requires a contractor for maintenance and repair services for twelve cooling tower units. The contract encompasses full preventive maintenance, inspections, and emergency repairs to ensure operational efficiency. The performance period is twelve months with four optional extensions. Tasks include regular maintenance per manufacturer guidelines, qualified technician provision, and keeping the cooling tower area clean and compliant with safety regulations. The contractor must maintain records of maintenance activities, submit reports, and manage environmental safety alongside personal protective measures. Qualifications include five years of experience, relevant technical degrees, and OSHA training. The contractor must also manage safety measures and handle any damages to government property. Key performance indicators specify maintenance completion and timely emergency responses, with provisions for corrective actions without additional costs. This contract aligns with government RFP protocols, ensuring public facility maintenance while emphasizing adherence to professional standards and operational integrity within a healthcare environment.
    The document outlines the evaluation criteria for quotations related to a government contract for the maintenance of cooling towers. Three primary factors will be assessed: technical capability, past performance, and price. 1. **Technical Capability**: Offerors must provide a detailed technical submission demonstrating their qualifications and approach to fulfilling the contract's requirements. This includes necessary documentation, training certificates, a mechanical engineer's credentials, and relevant memberships. Non-SDVOSB (Service-Disabled Veteran-Owned Small Business) offerors must indicate any planned SDVOSB or VOSB subcontractor involvement. 2. **Past Performance**: Offerors are required to submit information reflecting their historical performance on similar contracts, including points of contact for references and verification of a minimum of five years' experience in cooling tower maintenance. 3. **Price**: The pricing submission should fully complete the designated line items, enabling the government to assess overall costs. The evaluation approach emphasizes that technical capability and past performance evaluations will guide the perceived competency of offerors, while the pricing component will determine the total evaluated price for the contract. This structured evaluation process ensures that the government selects a qualified vendor capable of efficiently fulfilling the contract requirements within budgetary constraints.
    The VA Caribbean Healthcare System (VACHS) requires a contractor for maintenance and repair of twelve cooling tower units, encompassing comprehensive preventive maintenance and necessary repairs to ensure optimal functionality. The contract will last one year with four extension options and mandates a systematic approach to inspections, repairs, and documentation. The contractor must provide experienced technicians and follow the manufacturer's guidelines while ensuring the cooling towers' cleanliness and operational efficiency. Additional responsibilities include maintaining areas around the units, regular water level checks, and chemical remediation coordination with environmental regulatory teams. A detailed maintenance program will be developed, highlighting protocols and comprehensive service reporting, ensuring equipment is in prime condition. Safety and regulatory compliance are critical, including required training and background checks for personnel. The contractor is liable for damage during service and must maintain a commitment to operational efficiency without significant downtime. The focus is on high-quality maintenance, safety protocols, and environmental standards in compliance with federal and state regulations, reflecting the VA's commitment to maintaining essential health facility systems.
    The solicitation pertains to a follow-on contract for maintenance services of cooling towers at the VA Caribbean Healthcare System (VACHS). A site visit is scheduled for September 12, 2024, with quotes due by September 16, 2024. The document addresses various operational and maintenance requirements outlined in the Performance Work Statement (PWS), including standards for cleanliness, water treatment verification, and the responsibilities associated with chemical remediation. Key points include stipulations that contractors must comply with maintenance schedules aligned with manufacturer specifications, and daily tasks such as water level verification. Specific inquiries about costs related to fill media and variable frequency drives were clarified, indicating the inclusion of costs for most components in the quotes. The document outlines critical government requirements regarding contractor personnel background checks and organizational conflict of interest definitions. Overall, the file serves to inform potential contractors of the operational expectations and specifications necessary for the contract, ensuring a clear understanding of the requirements they must meet to provide effective services to the VACHS.
    The document provides responses to inquiries raised during a site visit related to a federal contract for preventive maintenance services and repairs of cooling towers. It confirms that the awarded Contractor will be responsible for both minor and major repairs, as well as the maintenance of structural components of the cooling towers. The document clarifies that while cleaning fill media for most cooling towers requires removal, an exception exists for Marley cooling towers, which can be cleaned in place. Contract adjustments due to wage rate changes are permitted, but not for market condition shifts. It is noted that the Contractor will receive water quality reports upon request, while maintenance of Variable Frequency Drives (VFDs) will not fall under their responsibility, being managed by a different contract. Lastly, tonnage capacities for cooling towers will be provided as part of the contract. This document, part of the RFP process, outlines specific responsibilities and operational parameters for potential Contractors, ensuring clarity in contract expectations and compliance with service standards.
    The document outlines a government Request for Proposal (RFP) for cooling tower preventive maintenance and repairs over a multi-year contract period from November 1, 2024, to April 30, 2030. It details the services required for three types of cooling towers: Baltimore Air Coil Company, Marley, and Tower Tech, with specific monthly quantities and periods of performance (POP) across multiple options. The principal North American Industry Classification System (NAICS) code is 238220, relevant to plumbing, heating, and air-conditioning contractors, with a focus on maintenance and repair services for air conditioning and refrigeration equipment. The contract is structured with a base period and four option periods, each covering one year, allowing for continuation of services if necessary. Additionally, there is an option to extend services under Federal Acquisition Regulation (FAR) 52.217-8. This RFP emphasizes the government's ongoing commitment to maintaining critical infrastructure through planned maintenance to ensure operational efficiency and reliability.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N041--Central Plant Cooling Tower Rehab - Manufacture/model/serial #
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the rehabilitation of the Central Plant Cooling Tower at the Carl T. Hayden Medical Center in Phoenix, Arizona. This project involves replacing essential components of the cooling towers, including motors, shafts, bearings, and belts, while ensuring compliance with safety and environmental regulations. The rehabilitation is crucial for enhancing operational efficiency and reliability within the VA healthcare system, reflecting the government's commitment to maintaining its facilities for veteran care. Interested small businesses must submit their proposals by September 17, 2024, at 12:00 PM PDT, and can contact Contract Specialist Doreen "Leah" Masterson at doreen.masterson@va.gov or 480-466-7930 for further details.
    Z2DA--Replace Boiler #2 and Correct Deficiencies at Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of Boiler 2 and the correction of deficiencies at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves comprehensive construction services, including the installation of a new 350 HP firetube boiler, while ensuring that at least two operational boilers remain functional throughout the construction process. The initiative is critical for maintaining the facility's operational capacity and safety standards, reflecting the VA's commitment to modernizing its infrastructure for optimal healthcare delivery to veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by the specified deadlines, with the contract performance period set for 1,095 days. For further inquiries, potential bidders can contact Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    S299--FY25: Admin Building Window Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 08, is seeking qualified vendors for a long-term Firm-Fixed Price contract for window cleaning services at its Administrative Building located in San Juan, Puerto Rico. The scope of work includes cleaning approximately 32,741 square feet of windowpanes and associated glass surfaces, with services required on a quarterly basis. This procurement is essential for maintaining the facility's appearance and safety, as the building features a complex design with various glass structures. Interested vendors must submit capability statements, demonstrating their qualifications and certification by the International Window Cleaning Association (IWCA), to Contracting Officer Wilfredo Perez via email by September 18, 2024, at 3:00 PM Atlantic Standard Time (AST). This notice serves informational purposes only and does not constitute a formal solicitation.
    Boiler / Chiller Plant Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Plant Maintenance Services at the Garland VA Medical Center in Texas. The contractor will be responsible for comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency response for the facility's heating and cooling systems, as detailed in the Statement of Work. This contract is crucial for ensuring the operational efficiency and regulatory compliance of the medical center's facilities, with a base period of one year starting November 15, 2024, and the possibility of four additional one-year extensions. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Cooling Tower and Chiller Maintenance and Eddy Current Testing Services_MCRD Parris Island, South Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Cooling Tower and Chiller Maintenance and Eddy Current Testing Services at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This procurement involves providing non-personal services essential for maintaining the operational efficiency of cooling systems, which are critical for supporting the East Coast Marine training mission. Interested contractors must adhere to the guidelines outlined in the Request for Proposal (RFP), which includes firm-fixed-price and indefinite quantity services, with proposals due by October 4, 2024. For further inquiries, potential offerors can contact Ms. Ashley Williams at ashley.h.williams8.civ@us.navy.mil or by phone at 843-228-3982.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC system services at the Omaha VA Medical Center to prepare for the upcoming winter season. The procurement, identified by solicitation number 36C26324Q1176, involves evaluating, repairing, and replacing HVAC components, particularly focusing on air handlers and rooftop units to ensure operational efficiency and patient comfort. This total small business set-aside contract, valued at approximately $19 million, requires contractors to comply with federal regulations and submit their quotes by September 18, 2024, at 10:00 AM CST. Interested contractors should direct technical inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov.
    Y1DA--EHRM Infrastructure Upgrades Construction San Juan
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide construction services for the EHRM Infrastructure Upgrades project at the San Juan VA Medical Center in San Juan, PR. The project includes general construction, infrastructure upgrades, and renovations to existing spaces. The upgrades will involve electrical, bonding, UPS, building management system interfaces, HVAC, communication, physical security upgrades, and fiber infrastructure backbone campus wide. The project also includes data center WAN updates and hazardous material abatement. The solicitation will be issued as an Invitation for Bid (IFB) and will be evaluated in accordance with FAR Part 14. The period of performance is approximately 1129 calendar days. The magnitude of construction is between $50,000,000 and $100,000,000. All questions must be submitted in writing to thomas.council@va.gov.
    4120--NEW: Warehouse Cooler Fans (Dallas & Garland)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the procurement of warehouse cooler fans for its facilities in Dallas and Garland, Texas. This solicitation, identified by number 36C25724Q0991, aims to enhance employee safety by improving temperature conditions in the warehouses during the summer months, with six units to be delivered to the Dallas campus and one unit, along with seven vinyl covers, to the Garland campus. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring optimal operational efficiency. Interested parties must submit their responses by September 20, 2024, at 3:00 PM Central Time, and can contact Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-992-3721 for further information.
    Z1DA--630-24-2-7865-0001 (630A4-17-520 Replace Pump Station and Controls (SA))
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a pump station and controls at the VA Community Living Center in St. Albans, NY, under Project Number 630A4-17-520. The project involves replacing six existing water booster pumps and associated controls, with a focus on reusing existing piping and ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining operational capabilities at the facility while enhancing the reliability of its water systems. Bids must be submitted via email to Contract Specialist Samantha Chavanga by 10:30 AM (EST) on September 18, 2024, with the bid opening scheduled for the same day at 11:00 AM (EST). Interested contractors should also be aware of the requirement to complete a "Buy American Certificate" and adhere to subcontracting limitations as outlined by the VA.