44- Calibration and Testing of Plant Controls and Instrumentation - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
January 10, 2018 Newswires
Share
Share
Post
Email

44– Calibration and Testing of Plant Controls and Instrumentation

FedBizOpps

Notice Type: Combine Solicitation

Posted Date: 09-JAN-18

Office Address: Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;Acquisitions-90;421 North Main Street;Leeds MA 01053-9764

Subject: 44-- Calibration and Testing of Plant Controls and Instrumentation

Classification Code: 44 - Furnace, steam plant & drying equipment; & nuclear reactors

Solicitation Number: 36C24118Q0116

Contact: Gary [email protected] mailto:[email protected]

Setaside: Veteran-Owned Small BusinessVeteran-Owned Small Business

Place of Performance (address): VA Medical Center Bedford;200 Springs Road;Bedford, MA

Place of Performance (zipcode): 01730-1114

Place of Performance Country: USA

Description: Department of Veterans Affairs

Northampton VAMC

Department of Veterans Affairs Medical Center

FedBizOppsCombined Synopsis/Solicitation Notice

*

*

*

*

*

*

*

CLASSIFICATION CODE

SUBJECT

CONTRACTING OFFICE'S

ZIP-CODE

SOLICITATION NUMBER

RESPONSE DATE (MM-DD-YYYY)

ARCHIVE

DAYS AFTER THE RESPONSE DATE

RECOVERY ACT FUNDS

SET-ASIDE

NAICS CODE

CONTRACTING OFFICE

ADDRESS

POINT OF contact

(POC Information Automatically Filled from

User Profile Unless Entered)

DESCRIPTION

*

See Attachment

AGENCY'S URL

URL DESCRIPTION

AGENCY contact'S EMAIL

ADDRESS

EMAIL DESCRIPTION

ADDRESS

POSTAL CODE

COUNTRY

ADDITIONAL INFORMATION

GENERAL INFORMATION

PLACE OF PERFORMANCE

* = Required Field

FedBizOpps Combined Synopsis/Solicitation Notice

Rev. March 2010

44

Calibration and Testing of Plant

Boiler Controls and Instrumentation

01053-9764

36C24118Q0116

01-26-2018

5

N

13

811310

Department of Veterans Affairs

VA CENTRAL WESTERN MASSACHUSETTS HCS

Acquisitions-90

421 North Main Street

Leeds MA 01053-9764

Gary Chandler

[email protected]

VA Medical Center Bedford

200 Springs Road

Bedford, MA

01730-1114

USA

va.gov

va.gov

[email protected]

[email protected]

Page 2 of 8

(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 36C241-18-Q-0116 and the solicitation is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

(iv) This requirement is being issued as a Veteran Owned Small Business set-aside. The associated NAICS code is 811310 Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance with a small business size standard is $7.5 million.

(v) The Government intends to award a firm-fixed priced award for 12 months with four optional periods of performance. The Contractor shall provide all supervision, material, equipment, facilities and labor to perform calibration and combustion testing of plant boilers, controls and instrumentation at the Bedford VAMC. Please see the attached Statement of Work and the Price Schedule below for full requirement details and pricing submission.

Item #

Description

Qty

Unit

Price

Amount

0001

SEMI-ANNUAL CALIBRATIONS OF BOILER PLANT CONTROLS AND INSTRUMENTATION. SEMI-ANNUAL COMBUSTION TESTING OF BOILERS as per Statement of Work. Base Year 02/15/2018 02/14/2019

1

YR

1001

SEMI-ANNUAL CALIBRATIONS OF BOILER PLANT CONTROLS AND INSTRUMENTATION. SEMI-ANNUAL COMBUSTION TESTING OF BOILERS as per Statement of Work. Option Year One 02/15/2019 02/14/2020

1

YR

2001

SEMI-ANNUAL CALIBRATIONS OF BOILER PLANT CONTROLS AND INSTRUMENTATION. SEMI-ANNUAL COMBUSTION TESTING OF BOILERS as per Statement of Work. Option Year Two 02/15/2020 02/14/2021

1

YR

3001

SEMI-ANNUAL CALIBRATIONS OF BOILER PLANT CONTROLS AND INSTRUMENTATION. SEMI-ANNUAL COMBUSTION TESTING OF BOILERS as per Statement of Work. Option Year Three 02/15/2021 02/14/2022

1

YR

4001

SEMI-ANNUAL CALIBRATIONS OF BOILER PLANT CONTROLS AND INSTRUMENTATION. SEMI-ANNUAL COMBUSTION TESTING OF BOILERS as per Statement of Work. Option Year Four 02/15/2022 02/14/2023

1

YR

TOTAL=

(vi) The Contractor shall provide all supervision, material, equipment, facilities, transportation and labor to provide semi-annual calibrations of boiler plant controls and instrumentation and combustion testing of boilers to the Bedford VA Medical Center in accordance with the Statement of Work.

(vii) The Places of Performance is the Boston VA Medical Center Bedford, 200 Springs Road, Bedford, MA 01730. The period of performance shall be 12 months with four 12 month Optional periods of performance.

(viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71; Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008);

(ix) Submission of Quotes and Evaluation process:

(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. The Government will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and considering it will not delay our purchase.

(2) Quotes shall be submitted electronically via email to [email protected].

(3) Questions shall be submitted to the Contract Specialist 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 01/23/2018 at 8:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

(5) Evaluation Process:

Award will 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.

Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.

The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:--

Price - Vendor will complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.--

Past Performance: Provide (2) 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 Past Performance Attachment for your references and please submit as part of your quote submission. 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 to include PPIRS.

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8"-by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.

(x) 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.

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: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.237-3 Continuity of Services (JAN 1991); 852.203-70 Commercial Advertising (JAN 2008), 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984).

52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause)

52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (End of Clause)

852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside.

As prescribed in subpart 819.7009, insert the following clause:

VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)

(a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB

(1) Means a small business concern

(i) Not less than 51 percent of which is owned by one or more Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more Veterans;

(ii) The management and daily business operations of which are controlled by one or more Veterans;

(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;

(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov): and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable.

(2) Veteran is defined in 38 U.S.C. 101(2).

(b) General.

(1) Offers are solicited only from verified Veteran-owned small business concerns. All service-disabled Veteran-owned small businesses are also determined to be Veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not Veteran-owned small business concerns shall not be considered.

(2) Any award resulting from this solicitation shall be made to a verified Veteran-owned small business concern.

(c) Agreement. A Veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR '' 125.6.

(d) A joint venture may be considered a Veteran-owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB and/or VOSB as appropriate.

(e) Any Veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

(End of Clause)

Subcontracting Commitments - Monitoring and Compliance

This solicitation includes FAR 52.219-14 and VAAR 852.219-10. 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 contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 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 (OCT 2015); 52.219-8, Utilization of Small Business Concerns (NOV 2016), Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 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) (MAY 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); 52.233-2, Service of Protest; Wage Determination Applicable (WD 2015-4047 REV 04).

(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 01/26/2018 at 8:00 AM. RFQ responses must be submitted via email to: [email protected]. Hand deliveries will not be accepted. Submissions after the deadline may not be considered.

(xvi) The POC of this solicitation is Gary Chandler ([email protected]).

Link/URL: https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/36C24118Q0116/listing.html

Older

United Security Assurance Offers Healthy Solutions for a Safe Recovery at Home

Newer

Life insurance services for locally employed staff at the U.S. Embassy Bogota

Advisor News

  • Investors remain skeptical of AI in financial advice
  • House panel votes to raise certain taxes, transfer money to offset Medicaid shortfall
  • OBBBA opens the door for advanced wealth transfer strategies
  • Health insurance premium tax bill advancing
  • The Medi-Cal money pit
More Advisor News

Annuity News

  • Lincoln Financial launches two new FIAs
  • Great-West Life & Annuity Insurance Company trademark request filed
  • The forces shaping life and annuities in 2026
  • Variable annuity sales surge as market confidence remains high, Wink finds
  • New Allianz Life Annuity Offers Added Flexibility in Income Benefits
More Annuity News

Health/Employee Benefits News

  • U.S. House to hold hearing addressing rising health care costs this week
  • Insurance firms warn against bill
  • House panel votes to raise certain taxes, transfer money to offset Medicaid shortfall
  • Sheriff McCoy: Health insurance dispute creating unnecessary turmoil' for Reynolds County deputies
  • RURAL MISSOURIANS MORE LIKELY TO LACK HEALTH INSURANCE THAN URBAN RESIDENTS
More Health/Employee Benefits News

Life Insurance News

  • SBLI’s EasyTrak Term Now with Chronic Illness Rider at No Additional Premium Cost
  • Ethics and IUL: Tax-advantaged strategies for client success
  • SWBC’s Joan Cleveland Appointed to the Texas Life and Health Insurance Guaranty Association Board of Directors
  • Indexed life sales hit big despite lawsuits, market headwinds, Wink finds
  • Are the biggest life insurance opportunities hiding during tax season?
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

Your Cap. Your Term. Locked.
Oceanview CapLock™. One locked cap. No annual re-declarations. Clear expectations from day one.

Ready to make your client presentations more engaging?
EnsightTM marketing stories, available with select Allianz Life Insurance Company of North America FIAs.

Press Releases

  • RFP #T02226
  • YourMedPlan Appoints Kevin Mercier as Executive Vice President of Business Development
  • ICMG Golf Event Raises $43,000 for Charity During Annual Industry Gathering
  • RFP #T25521
  • ICMG Announces 2026 Don Kampe Lifetime Achievement Award Recipient
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet