Combined Synopsis Solicitation Northampton VAMC Boiler Plant Safety Device Testing (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24125Q0537 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. (iv) This requirement is being issued as an VOSB/SDVOSB set-aside. The associated NAICS 238220 and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for Boiler Plant Safety Device Testing at the Northampton VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide Boiler Plant Safety Device Testing IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Northampton MA as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: No site visit Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to tnauri.woodbridge@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is June 11 2025 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, 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. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 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 (Performance Work Statement) in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). 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. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (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. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (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: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (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 responses are due 13 June 2025 by 10:00 AM EST. RFQ responses must be submitted via email to: tnauri.woodbridge@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base+4 Boiler Plant Safety Device Testing 1.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 3 Performance Work Statement Boiler Plant Inspection, Safety Device Testing, and Repairs Location(s):Edward P. Boland Campus, 421 N Main st Leeds, MA 01053 Overview General Intent The Contractor shall provide professional services to include all labor, transportation, materials, apparatus, tools, equipment and permits necessary to perform the work in accordance with the contractual requirements. All work must adhere to VHA, OSHA, EPA, Local laws, and Mass DEP standards. Contract Specific Requirements Boiler Plant Inspection, Safety Device Testing, and Repairs After award, but prior to the start of any field work, the contractor shall contact the contract point of contact (POC) (e.g. Contracting Officer s Representative, COR) to review proposed methods and plans for the completion of the work. All on site work is to be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. Please note the bidding requirements related to this solicitation to ensure the following requirements are met. All services shall be provided turnkey including any necessary 3rd party pricing and coordination (e.g. licensed inspector), VA personnel shall only be responsible for confirmation of contractor LOTO and testing plans. VA shall perform boiler startup, cooldown, and normal operation only; contractor is responsible for opening, closing, and consumables associated with this scope as generalized in the general intent section. Reports, Certifications, and all documentation shall be supplied digitally PRIOR to any invoicing The following shall be performed: Safety Device testing shall be performed every 6 Months in according with the latest released edition of VHA Boiler and Associated Plant Safety Device Testing Manual. This contract shall meet the needs of VHA directive 1810. This shall also include boiler tuning and gas detection calibration. At the time of this PWS, the latest is release is the 8th Edition dated Apr 9, 2025. Any additional costs due to later editions shall require contractor justification for increased cost and formal contract modification prior to work. Reports shall include full details including before and after tuning configurations. Required burner performance (natural gas and fuel oil): Turndown (ratio of maximum and minimum firing rates): 10/1 8/1 5/1 4/1 See OEM Achieve, but do not exceed, boiler maximum steam flow output rating. Measure fuel input at minimum and maximum firing rates. Maximum carbon monoxide: 200 parts per million (ppm) Maximum NOx: See OEM Flue gas oxygen: 2.5 4.2% (Up to 5.2% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single-point positioning systems). Flue gas oxygen (low excess air burners): 1.0 2.0% (Up to 2.5% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single point positioning systems). No visible smoke, except on heavy oil fuel maximum opacity is 20%. Comply with local emissions regulations. Flames shall be stable with no pulsations, shall be retained near burner, no blowoff or flashbacks, no constant flame impingement on refractory or waterwalls. List of instrumentation and controls to be inspected and calibrated as applicable: Steam flow transmitters (all). Steam flow recorders/computer readout. Flue gas oxygen sampling, analyzing and recorder/computer readout. Boiler and economizer stack temperature transmitters and recorder/computer readout. Master steam pressure and combustion controllers. Boiler outlet draft controllers. Boiler water level controllers. Feedwater deaerator and condensate storage tank water level controllers including overflow. All pressure and temperature sensors and transmitters. All signal processing and readout devices. Safety Gas analyzers Annual Inspection and Certification (as-applicable) of: Qty 3 Johnston Boilers Qty 1 Air Compressor Qty 1 Industrial Steam Deaerator Qty 1 Cain Industries ESG heat recovery steam generator Condensate/Surge tank Any necessary Repairs for certification or deficiencies associate with the testing and maintaining of the boiler plant systems under this contract. Approved by contracting officer on a case-by-case basis. Technician Qualifications Technicians shall have completed at least a one-year trade school and have five years successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in design to the VAMC plant. The VAMC facility manager/engineer may define and accept equivalent qualifications. Technician shall be demonstration qualification and proficiency with OEM controls Preferred Utilities. Technicians shall demonstrate familiarity with and ready access to the current versions of the following references: NFPA 85, Boiler and Combustion Systems Hazards Code. VHA Boiler Plant Safety Device Testing Manual Technicians shall be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations, all calibrated within one month of the site visits. Technicians must be capable of programming the controls and have the appropriate hardware and software for this. General Scope Items The following is a list of general scope considerations: All field work shall be scheduled at least 7 business days in advance with POC/COR. The site shall be left clean of all debris and hazardous materials daily. Coordinate with VA CWM HCS GEMS coordinator for the signing of the waste manifests or management regulation. Submit, to the COR product data and work plan for all materials prior to utilization. Site Access and Management Requirements The contractor shall be solely responsible for the management, including all associated labor, equipment, materials, shipping, and inspection, to meet the requirements of the project. The contractor must have the following additional requirements before working on site: Contractor badge, if issued, must be obtained and visibly worn by contractor or representative at all times while on campus. These requirements are applicable to all contractor employees and subcontractors working in and around campus building unless stated otherwise by COR. The contractor is ultimately responsible for the behavior of employees and subcontractors. Any waste generated shall be properly disposed of and documented by the contractor. Questions or concerns shall be addressed with the COR. Proposed Schedule All on-site work (including cleanup) shall take place during the following times, unless otherwise approved by the COR: 08:00-16:00h Monday through Friday Off-hour work for activities impacting normal operations or scheduling conflicts are generally 17:00-06:00 Monday- Friday and anytime Saturday and Sunday. Holidays excepted unless other times are arranged in advance and approved in writing by the COR. Bidding Requirements Contract line items shall be bid as follows for base contract plus 4 options years: One time repair quote to repair known deficiencies as outlined in Appendix B. Base year only. Non-recurring maintenance and repairs not to exceed $15,000 for option years. This shall be a $0 funded if repair proposals are accepted by a contracting officer. Qty 2 each year, unit price for safety device testing and report(s), currently June and December To include manual control for high fire safety lifts. To include boiler tuning, flow meter, and gas detector calibration Annual turnkey inspection and certification The bidder shall include a detail plan to meet solicitation requirements including but not limited to: One water treatment specialist who has a bachelor s degree in chemical engineering or the physical sciences from an accredited college or university shall be assigned to this contract. The water treatment specialist must have at least five years successful experience with boiler water treatment programs and shall furnish references from at least three customers who utilize boiler water treatment programs. Credentials to be included in bid The water treatment specialist assigned must be located within 100 miles of the site to enable reasonable response times to request for site visits. Name and location to be included in bid. Bid to include state (MA or abutting) lab meeting PWS requirements. Evaluation of bids shall be based on: Completeness and specificity of contractors plan to adhere to all requirements outlined herein and outlined bid documents required. Submitted in writing Evaluation of the unit price of line items 1 and 2. Parking Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed in designated areas (subject to change). Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited. Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Parking passes will be issued by the COR when necessary. Storage of Equipment and Materials The contractor shall arrange with the COR for allocation of required workspace and for the storage of equipment and material to be used for this project. Storage space is very limited. There are no exclusive areas within the campus that can be given to the contractor for their storage needs. The warehouse CANNOT accept, or store, deliveries associated with a contract and not purchased directly by the VA (i.e. no drop-shipping contract supplies). Debris Removal The Contractor/Installer shall be required to remove waste materials and debris daily (unless otherwise authorized by COR) from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. Site Utilities In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 14 calendar days in advance) and approved by the VA COR. All utility shutdowns must be reviewed and approved by the VA. Material and Workmanship Quality All materials and workmanship shall comply with all codes, standards, and requirements of all Authorities Having Jurisdiction (AHJ). All work shall be done in accordance with contract terms and conditions and in a professional manner according to the best trade practices and to the satisfaction of the COR. This includes work performed by subcontractors. -Existing Equipment and Infrastructure There are 3 high pressure boilers delivering 67-70psig distribution for heating and hot water. There is a single surge/condensate tank and DA with a heat recovery steam generator feeding the DA. QTY3 250 BHP Johnston Firetube Boilers, Model PFTA250-4LG200S. built 2011, max capacity 8,368 LBS/IIR, 4,000 sq. ft. heating surface, max gas firing rate 9,800 MBTU/HR, operating at 70 psig. 19 BHP Cain Heat Recovery Steam Generator, max capacity 647 LBS/HR, 478 sq. ft, heating surface, operating at 13psig. 840 Gallon Feedwater Deaerator Industrial steam model 6JS5(M) Surge Tank Industrial Steam Model 6ST Gas detection 8 stations Flame Scanner and Flow Meters DA Tank Typical, 2 per boiler, 1 for HRSG, DA, and Surge tank Opacity meters Oil controls -Known Deficiencies Needing Repair The following repairs need to be made with sufficient staff and planning to minimize full plant outage to 12 hours on holiday or weekend time: Replace boiler feed water piping Replace section of piping with pinhole indications and re-insulate Replace/fabricate feed water pump discharge manifold utilizing Combination Wye elbow shape instead of T to reduce jet impingement wear. Stainless steel fabrication preferred. Assembly shall allow isolation and pump removal of any individual unit Replace and tune with OEM all water level control sensors and cutouts on all 3 boilers. Ensure all wiring is permanently labeled and documented including labels to resist moisture and heat. Correct following: Equipment Test # Test Name Issue Suggested Action Boiler 1 12 Flame Scanner For Main Flame Out Device did not shut the boiler off within 4 sec. Timed at 5.5 sec Clean scanner or replace Boiler 2 19 Combustion Air Pressure Switch Variable Speed Set point is not within range, boiler does not run when set in range. Recommend replacement switch. Replace switch Boiler 3 3 High Boiler Steam Pressure Limit and High-High Boiler Steam Pressure Limit Switches (HP) First steam switch did not cut the boiler offline, adjusted second switch down to be closer to operating pressure. Recommend replacing with new Honeywell switch Replace switch Plant 1 High Water Alarm on Condensate Tank No alarm during test Replace valves Plant 16 High Fuel Gas Pressure Alarm on Propane Line No switch on propane line Install switch with test port and LOOP valve Replace 6 boiler safety valves IAW VA design alert for material. New valves shall be cast or forged steel. Remove and replace #3 boiler feed water pump with GFE (pump only, consumables shall be contractor provided). Contractor to supply new replacement pump for on-hand spare. Replace DA tank vacuum Breaker with OEM or equivalent Replace Chemical injection valve with stainless steel components on the DA tank including insulation repair Replace Anode on condensation tank with GFE