United States - H--One-Time 3 Boilers Inspection

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 May 2019
Opportunity publication date
09 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 08, 2019 4:11 pm

SOURCES SOUGHT NOTICE:

Firm Fixed Price Contract (FFP)

DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide One -time Inspection assessment of (3) three Boilers, located at William Jennings Bryan Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC. The estimated period of performance is thirty (30) days from the date of award. Please be aware all Federal, State and local labor laws will be applicable to this procurement including, federal minimum wage as provided in Section 6(a)(1) of the Fair Labor Standards Act and the McNamara-O Hara Service Contract Act. If you have specific questions regarding labor laws, you should contact your local Federal Department of Labor representative.

All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis. Questions should be submitted by email to wileen.stokes@va.gov Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 541350 Building Inspection Services (size standard $7.5 M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to the sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to the sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to the sources sought announcement.

REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, two (2) pages or less, that demonstrates how your company can provide the requested services at time of award. Include your company s experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small as defined by the NAICS (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a company that is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in VetBiz Registry.

Responses must be emailed to wileen.stokes@va.gov no later than 12:00NOON EST, Thursday, May 16, 2019. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO- ECONOMIC STATUS information as explained above. Please place "Attention: Installation of Pressure monitors in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

DRAFT

STATEMENT OF WORK

INSPECTION OF BOILERS

VISN7 - 544 - Columbia VA Health Care System

1. GENERAL:

This requirement is for a firm fixed priced service type contract to provide one-time boiler inspection, damage assessment, and remaining life assessment for three (3) boilers (English 600 HP water tube boilers) located at the Dorn VA Medical Center (VAMC) in Columbia, SC.

2. BACKGROUND:

The Dorn VAMC is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina.

3. PERIOD OF PERFORMANCE:

This procurement is for a one-time inspection of three English water tube boilers. Services are to be performed during normal business hours; Monday through Friday, 8:00 a.m. 5:00 p.m. Excluding weekends and holidays. No overtime is allowed at this time.

4. PLACE OF PERFORMANCE:

WJB Dorn VA Medical Center

6439 Garners Ferry Road

Columbia, SC 29209

5. PERFORMANCE REQUIREMENTS:

A Contracting Officer Representative (COR) shall be assigned to this procurement and written notification will be provided to the Contractor after award.

Scheduling of work performance shall be arranged through the designated COR/ACOR assigned prior to any work performance.

At least a three-day notice shall be provided to the COR prior to any inspection.

DRAFT

Inspections shall be scheduled for periods when the VA Medical Center determines that the Boilers that are to be inspected internally will not be required for steam supply.

To maintain steam service only one boiler at a time will be scheduled for internal inspections per inspection visit.

The COR shall be available on-site to monitor all inspections.

All safety-related deficiencies shall be immediately reported to the COR during the inspection visit.

The Contractor shall provide all labor, tools, and equipment necessary to perform the following deliverable requirements:

One-Time Boiler Inspection

Damage Assessment

Remaining Life Assessment (both internal and external) for three (3) English boilers (600 HP water tube).

The Contractor shall provide confined space procedures prior to performing or gaining access to the internal boilers for the inspection work.

The boilers scheduled for internal inspection shall be prepared for the inspection by the VA Medical Center personnel prior to the scheduled arrival of the inspector. This includes:

Cooling the boilers to near ambient temperature.

Having all manways, handholes and furnace access doors open.

The boilers cleaned of loose materials waterside and fireside.

Electrical lock-out, tag-out in place.

Connecting piping isolated.

Proper illumination provided.

Compliance with confined space access requirements including having safety personnel present in the boiler plant.

The boiler inspections shall comply with the guidelines in the current issue of the:

NATIONAL BOARD INSPECTION CODE, Part RB

In-service Inspection of Pressure-Retaining Items

ASME Boiler and Pressure Vessel Code, Section VI or VII as applicable.

VHA Boiler Plant Safety Device Testing Manual.

VA Medical Center requirements as listed in this document.

DRAFT

The Contractor s inspector must completely enter the internal spaces of the boiler and visually inspect all internal surfaces.

The Contractor shall ensure the review the boiler history includes:

Operating conditions

Date of last inspection

Current inspection certificate

ASME stamping on boiler

National board registration number

History of repairs and modifications

Review boiler logs

Water test reports

Reports on rests performed on the burner controls and interlocks

The inspector shall obtain the manufactures design specifications for the boiler and factor these into the evaluation.

The Contractor shall assess the external parts of the boilers and boiler accessories, the piping and valves for safety, accessibility, proper maintenance and operation, cleanliness, and compliance with codes.

The Contractor shall inspect for evidence of leakage of combustion gases or fluids, externally and internally, including all gaskets.

The Contractor shall inspect foundations for signs of stress such as cracking or movement and any possible issues that may cause damage to the boilers.

The Contractor shall inspect boilers externally and internally for defects to include:

Bulges

Blisters

Cracks

Wasted or eroded material

Warping

General corrosion

Grooving and pitting

Damaged insulation.

DRAFT

The Contractor shall inspect all accessible internal surfaces for waterside and fireside deposits, including scaling, sediment, debris, carbon deposits.

The Contractor shall complete the following tasks:

Examine all stays and stayed plates.

Inspect gas side baffles.

Inspect internal drum surfaces and steam separating Internals.

Inspect soot blowers and verify proper alignment.

Inspect tubes, tube ends and tube alignment. Check for sagging tubes.

Test a representative sample of tubes for wall thickness for determination of wear. Any tubes believed to have flame impingement will be tested in addition to the representative sample of tubes.

Areas exhibiting overheating or visual indication of metal fatigue will be tested for metallurgical impact of these events.

A representative sample of welds shall be tested for integrity and cracking.

Verify that all nozzles of internal piping such as feedwater admission and bottom blow off collection are clear with no obstructions.

Inspect seating surfaces of manways and handholes.

Check that boiler structure is plumb and level with no excessive deformations.

Check for missing items such as bolts and nuts.

Examine all valve and pipe connections to the pressure vessel.

Inspect refractory including burner throat, expansion joint, bull ring, furnace seals, furnace walls and floor.

Verify proper alignment of burner assembly.

Inspect furnace for evidence of flame impingement.

Test operation of water level gage glass.

Inspect valves on boiler feedwater, blowdown, drain and steam systems.

Inspect piping connected to the boilers for evidence of leakage, provision for expansion, provision of adequate support, proper alignment, evidence of detrimental conditions.

DRAFT

Inspect piping to the water column, low water cutoffs and alarms, gage glass. Verify that interior of piping is clear of obstructions.

Qualification Requirements:

The Contractor shall provide technicians certified as being qualified Level II in the Non-Destructive Testing (NDT) methods to be utilized. The certification shall be in accordance with the requirements of the American Society for Non-Destructive Testing (ASNT).

The Contractor shall provide a Boiler Inspector who has a valid commission from the National Board of Boiler and Pressure Vessel Inspectors (NB).

The Contractor shall provide a Boiler Inspector who is qualified under the American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code as a legal requirement, and has a representative serving as a member of the ASME Conference Committee.

The Contractor shall provide a Boiler Inspector who is qualified in engineering evaluation, damage assessment, and specification of boiler repairs.

The Contractor shall provide ready access to level II Wet Magnetic Particle Testing (Wet Mag) and/or Ultrasonic Testing (UT).

The Contractor shall provide a boiler inspector who is licensed or registered by the appropriate authority of a State of the United States to write Boiler or pressure vessel insurance.

Report Requirements:

The Contractor shall provide a written report fully describing all inspections and tests performed to include all findings and recommendations.

The condition of all items inspected shall be stated whether acceptable or deficient.

A report of all metallurgical testing, analysis, and specification of repair or disposition of the boilers.

A report of their opinion of root cause and corrective action to be taken.

All deficiencies shall be fully described along with recommendations for methods of correction.

Utilize National Board Forms NB-6 and NB-7, or other similar forms acceptable to owner.

Provide sketches and photographs as necessary and as requested by owner to show areas identified as not acceptable for continued service or requiring repair.

Include test data and calculations.

Show locations and extent of all non-destructive testing by sketches.

DRAFT

The Contractor shall furnish the report within one week (7 calendar days) of each facility inspection in Microsoft Word format by email to the COR and to the VA Headquarters Office designated.

The Contractor shall provide recommendations on need for re-inspections after correction of deficiencies. A line item shall be included in the initial proposal for re-inspection of all boilers after the completion of recommended repairs.

Contractor shall ensure all tools and equipment are always secured.

Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day.

All debris must be removed from the facility upon completion of service each day.

Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to.

Smoking is not permitted within the facilities at any time. All smoking will be conducted in designated smoking areas only.

6. INVOICES:

Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain:

Invoice Number and Date

Contractor s Name and Address

Accurate Purchase Order Number

Supply or Service provided

Period Supply or Service Provided

Total Amount Due

Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge.

If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:       

Tungsten e-Invoice Setup Information: 1-877-489-6135

Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com

FSC e-Invoice Contact Information: 1-877-353-9791

FSC e-invoice email: vafsccshd@va.gov

DRAFT

7. TERMINATION FOR CONVENIENCE:

In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience.

8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS:

The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract:

Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

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.

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.

Opportunity closing date
16 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs William Jennings Bryan Dorn Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?