Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as RFQ 36C24125Q0760. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. This solicitation is set-aside for Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238220 (Plumbing, Heating, and Air-Conditioning) SBA size standard $19 Million. The VA Connecticut Healthcare System (VACHS) West Haven Medical Campus with many upgrades to the facility s Chiller Systems, there are some key isolation valves to be completed to optimize the West Haven Chilled Water system. The focus of this Scope is to complete the installation of several isolation valves along the Chilled Water lines, and to repair/replace faulty or damaged insulation along chilled water piping in several locations. Location is primarily in Building 2 of West Haven, CT VA Medical Center. The full SOW will be attached; any technical questions will be directed at Cornelius Finnegan IV (203) 932-5711 x3817. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Bldg 2 Installation of isolation valves and repair/replacement of chilled water piping. 01 JB 0.00 0.00 Statement of Work BUILDING 2: CHILLED WATER UPGRADES 2025 BACKGROUND The Following Scope of Work is a small list of items to be completed prior to cooling season this year in FY 25. With many upgrades to the facility s Chiller Systems, there are some key isolation valves to be completed to optimize the West Haven Chilled Water system. The focus of this Scope is to complete the installation of several isolation valves along the Chilled Water lines, and to repair/replace faulty or damaged insulation along chilled water piping in several locations. Location is primarily in Building 2 of West Haven, CT VA Medical Center. SCOPE OF WORK The Scope of work includes the following line items, and all associated work required to complete. The work is to be completed while the Chiller is offline prior to cooling season. The contractor s responsibility of this contract includes, but is not limited to the following: Provide all labor, materials, tools, equipment, applicable state licenses and permits to accomplish this SOW. Provide a complete Accident Prevention Plan / Safety Plan for approval by VA Safety and Facilities Management Services Provide containment of work area as required by VA Safety & Infection Control Standards Identify any applicable power breakers for equipment to be Locked Out / Tagged Out and ensure breakers are properly labeled. Contractor responsible for all LO/TO plans, coordination with VA FMS. Contractors are responsible for any locks, tags, hasps, breaker lockouts that may be required onsite. Identify and Lock Out main breaker(s) at the source panels. Coordinate with VA FMS for any proposed utility shutdowns to complete work safely. Provide Lock Out / Tag Out of any Chilled Water, water, steam or other facilities that could present a hazard. Provide new Isolation Valves on the main Chilled Water Risers to Bldg 2. This is to allow safe isolation of Bldg 2 from the Chilled Water System (existing gate valves are very old and unreliable) Provide new Chilled Water Isolation valves to safely isolate the CLC (Community Living Center) Area Bldg 2, 3rd Floor. Provide new Isolation Valves required to safely isolate Room 3170-2-W, to support a future overhaul of the fan coil unit in that space. Furnish & install a new Strainer on the CH Water Supply Upstream of AHU # KO3K5425 Repair Chilled Water Booster Pumps located in Bldg 2 G-140 (Pump Alignment) Repair Chilled Water line insulation at several locations in Bldg 2 Bldg 1: PAH-1 Bldg.1: Elevator Room AHU-1 Bldg.2: AHU-62 Bldg. 2: AHI-2-3E3 Bldg. 2: AHU-1 Bldg. 2: Rm. 2 G140 at Pump 1 & Pump 2 Bldg. 2: Rm G117 AHU-5 Bldg. 2: 9th Floor Mechanical room *** All areas will be viewed during site walkthrough for insulation repairs and may include additional areas of concern. Present VA FMS with any submittals for all materials, ensuring they meet manufacturer and VA standards. Adhere to all VA safety requirements. All disposable materials shall be removed from the facility by the contractor and disposed of in accordance with the applicable state environmental protection regulations. Disposal of construction byproducts shall be made at the contractor s expense. Debris shall not be left in such a manner that airflow or other motion could cause the debris to be scattered outside of the work area or within the facilities via local foot traffic. All work to be done during normal operation hours. Any request for off-hours work to be coordinated with COR (Cornelius Finnegan) and (Mike Olechnicki) VA Boiler Supervisor. The contractor shall verify all existing utility installations and take appropriate action prior to working in the vicinity of utility services (electrical, plumbing, HVAC, etc.). Contractor policies and procedures shall comply with VA Privacy and Security policy, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA). All contractor personnel shall obtain a short-term identification badge issued by the VA designee. Such badge shall be worn by the individual and prominently always displayed while on VA property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. To obtain a short-term identification badge, contractor personnel shall present to the VA designee a valid (non-expired) photo identification issued by a US federal, state or local government agency. Contractors can check in at Bldg 3 FMS office to sign in and secure contractor passes as needed. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Evaluation Process Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 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. Price (Follow these instructions): Offeror shall complete pricing for the scope of work provided. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company can perform the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work. c. Contractor shall provide all current and relevant or license(s) to include manufacture training certificate etc. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial 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), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. 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: ______________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination West Haven and Newington VAMC WD 2015-4127 and 2015-4119, 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 08/17/2025 at 17:00 PM EST. RFQ responses are due NLT 08/20/2025 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24125Q0760 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)