North Carolina Bids > Bid Detail

4110--WALK-IN COOLER Brand Name or Equal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159357875352880
Posted Date: Jan 6, 2023
Due Date: Jan 11, 2023
Solicitation No: 36C24623Q0243
Source: https://sam.gov/opp/b598aa6a0b...
Follow
4110--WALK-IN COOLER Brand Name or Equal
Active
Contract Opportunity
Notice ID
36C24623Q0243
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 06, 2023 03:13 pm EST
  • Original Response Date: Jan 11, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4110 - REFRIGERATION EQUIPMENT
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Asheville VA Medical Center 1100 Tunnel Road Asheville , NC 28805
    USA
Description
DISCLAIMER
THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.
This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

PURPOSE
The purpose of this RFI is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded for a Set-Aside. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing) with the Small Business Size Standard of 1,250 employees. If the Government determines there are qualified vendors this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement.Â

INTRODUCTION
The Charles George VA Medical Center (GGVAMC) has a Brand Name or Equal requirement to install a custom fabricated, refrigerated entry to the facility s walk-in cooler to cool the air prevent ice buildup on the ceiling and floor. This creates and has been identified as a serious safety hazard to facility staff.
The government is anticipating that this will be a brand-name only requirement but encourages all vendors that can meet or exceed the item descriptions below to respond to this sources sought.
If providing a like item/system, please include brochures with attachments/information/part numbers to allow the government to assess whether your items/system will suffice for this requirement.

REQUIREMENTS
NOTE: The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following item(s) for the Charles George Asheville VA Medical Center, 1100 Tunnel Road, Asheville, NC 28805:
Manufacturer: Bally Refrigerated Boxes, Inc.
Item Number
Description
Unit
1
Walk-In Cooler

Bally Refrigerated Boxes Model No. 4469-001-R01-KB
Indoor Structure - NSF APPROVED
Bally Prefabricated Exterior Dimensions: 13'-0¼"(l) x 10'-1¾"(w) x 8'-2"
(h)
1 Compartments 1 Tiers Less Floor w/ Anchor Clips Ceiling: Single Span
Panel Thickness: 4 in. Exterior Vertical Used (7'-10") with 4 in. Ceiling
Base Finish: Vertical and Ceiling Panels: Embossed Galvalume (26 GA)
Special Finishes:
Exterior Ceiling - Stainless Steel 22 Ga. (Smooth)
Exterior Door - Stainless Steel 22 Ga. (Smooth)
Exterior Door Frame - Stainless Steel 22 Ga. (Smooth)
Interior Ceiling - Stainless Steel 22 Ga. (Smooth)
Interior Door - Stainless Steel 22 Ga. (Smooth)
Interior Door Frame - Stainless Steel 22 Ga. (Smooth)
Wall 1 - Exterior Verticals - Stainless Steel 22 Ga. (Smooth)
Wall 1- Interior Verticals - Stainless Steel 22 Ga. (Smooth)
Wall 2 - Exterior Verticals - Stainless Steel 22 Ga. (Smooth)
Wall 2- Interior Verticals - Stainless Steel 22 Ga. (Smooth)
Wall 3 - Exterior Verticals - Stainless Steel 22 Ga. (Smooth)
Wall 3- Interior Verticals - Stainless Steel 22 Ga. (Smooth)
Doors/Openings:
Wall 1 Door 1 (1) 36" x 78" Hinged Door In a 46"
Wall 1 Door 1 (1) Tight Corner Door Sections
Accessories and Extras: (2) 48" LED KEIL 48x754-CL-N Light - 40° F to 100°
F(Range)
Refrigeration: 1) BEZA 009 H8 HT3DB (208-230/3/60) w/ smart speed
Scroll Unit 10200 BTU
(1) BLP211MA-S1D-SV+ 115/1/60
SmartVap+ Air Defrost with EEV Installed
1 EA
2
INSTALLATION
Vendor will Install new Bally Walk-In as per SOW:
Vendor will receive equipment from warehouse, uncrate and move into area of installation.
Vendor will install new walk-in box per Bally requirements.
Vendor will make all final connections within 5 feet of terminating point on same floor level.
Vendor will start up and test for proper operation.
Vendor will throw away all trash debris.
All work to be completed during normal business hours. Mon - Fri 8am to 5pm.

1 EA

Salient Characteristics

Functions to be performed.
Purchase all components and install walk in refrigerator outside of freezer to cool air and prevent ice forming on floor and ceiling.

Performance required; or
Walk in refrigerator must be able to keep ambient air temperature between 35 and 40 degrees. Door entrance needs to be able to fit a standard 40 x48 pallet. Space inside needs to accommodate 2 pallets without impacting passthrough. Compressor must fit within confined space outside within the fenced area.

(C) Essential physical characteristics; Dimensions (if applicable)
Walk in refrigerator must fit within area outside of walk-in freezer (see attached drawing)

Walk-In Cooler Drawing
WALK-IN COOLER
CHARLES GEORGE VA MEDICAL CENTER

STATEMENT OF WORK

1.0 BACKGROUND
The Charles George VA Medical Center (GGVAMC) has a requirement to install a custom fabricated, refrigerated entry to the facility s walk-in cooler to cool the air prevent ice buildup on the ceiling and floor. This creates and has been identified as a serious safety hazard to facility staff.

OBJECTIVE
The objective of this contract is to solicit for a Firm, Fixed Price contract to provide the materials, labor, and installation of a stainless-steel refrigerator to cool the air to prevent ice buildup, and in turn create a safety hazard for facility employees.

SCOPE

3.1 This contract is all-inclusive. Prospective offerors should read the requirements carefully to ensure a complete understanding of the contract requirements to ensure their proposal includes all expenses and costs associated with performance related to the contract. The Government will not reimburse offerors due to a failure on the offeror s part to consider all costs associated with performance on this requirement.

3.2 The Government will ensure electrical, plumbing, and any other utilities meet the manufacturer s specifications and is in place prior to installation of any item under this contract. The contractor shall not ship any items under this contract until authorized by the contracting officer upon confirmation the medical center has met the manufacturer s utility requirements.

3.3 All tasks associated with this order shall be completed during the CGVAMC s normal business hours, Monday through Friday from 8:00am 4:30pm excluding Federal holidays unless otherwise coordinated with the Contracting Officer s Representative (COR) or Nutrition & Food Service Staff. The current Federal Holidays for the remainder of calendar year 2022 and calendar year 2023 are as follows:

Monday, December 26, 2022 Christmas Day
Monday, January 02, 2023 New Year s Day
Monday, January 16, 2023 Birthday of Martin Luther King, Jr.
Monday, February 20, 2023 Washington s Birthday
Monday, May 29, 2023 Memorial Day
Monday, June 19, 2023 Juneteenth National Independence Day
Tuesday, July 04, 2023 Independence Day
Monday, September 04, 2023 Labor Day
Monday, October 09 2023 Columbus Day
Friday, November 10, 2023 Veterans Day
Thursday, November 23, 2023 Thanksgiving Day
Monday, December 25, 2023 Christmas Day

Any other day determined by the President of the United States as a Federal Holiday.

3.4 PERIOD OF PERFORMANCE
The Government seeks a Period of Performance (PoP) of performance of date of award plus 45 days.

3.5 MANAGEMENT & SUPERVISION OF CONTRACT PERSONNEL
The Contractor shall be responsible for supervising the daily services provided under this contract. The Contractor shall provide the name and contact information for a person designated to manage and supervise performance under this contract to the Contracting Officer (CO) upon award of the contract.

The Contractor shall use reasonable care to avoid damaging to the facility and the grounds. If the Contractor s failure to use reasonable care causes damage to any Government, private or personal property, the Contractor shall replace or repair the damage at no expense to the Government or other private parties as directed by the CO. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price.

3.6 PERSONNEL POLICY
The Contractor shall be responsible for protecting the personnel furnishing products and/or services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel:

- Workers compensation
- Professional liability insurance
- Health examinations
- Income tax withholding, and
- Social security payments.

3.7 SMOKING POLICY
Smoking is strictly prohibited while on the CGVAMC campus. Violations can result in a fine of $50.00 or more.

3.8 INSPECTION & ACCEPTANCE
The Contracting Officer s Representative (COR) for the Task Order is a government official who has been delegated specific technical, functional, and oversight responsibilities for this task order. The COR is designated in the COR appointment letter, issued by the Contracting Officer, and is responsible for inspection and acceptance of all services and documents.
3.9 SITE VISIT
Site visit(s) are highly encouraged in order that prospective vendors can assess the requirements and attain a complete understanding of the scope of the project. Prospective vendors who desire to visit the site prior to submitting a proposal shall coordinate the visit dates/times with the CO. Site visits will be at the CO s discretion and at the convenience of the Government.

4.0 SPECIFIC TASKS

4.1 Installation shall comply with all applicable Federal, State, and City/County building codes, Occupational Health & Safety Administration (OSHA), and facility fire & life safety policy. Where required, the contractor shall make application for or coordinate the application for any applicable building permits with the facility point of contact (POC).

4.1 The contractor shall provide all materials, labor, and installation to provide a turnkey project.

4.1.1 The contractor shall deliver, unpack, assemble, install, and make all final utility connections within five (5) feet of the termination point for a walk-in refrigerator. Installation shall comply with paragraph 4.1 above. The Government will not make acceptance until the installation is in compliance with paragraph 4.1.

5.0 INVOICING / PAYMENT:
The Contractor shall submit invoices monthly in arrears, covering the services performed under this contract. All invoices shall be submitted electronically in Tungsten. Invoices shall contain the following information:

Contract Number and Purchase Order Number
Name of Provider
Hourly Rate
Number of Hours Worked
Total Price

6.0 CONTRACT ADMINISTRATION DATA:
The CO is the only person authorized to approve changes or modify any or all of the requirements under this contract. The Contractor shall communicate with the CO on all matters pertaining to contract administration. Only the CO is authorized to make commitments or issue changes which will affect the scope, price, quantity, and/or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.

6.1 All contract administration functions will be retained by the Department of Veterans Affairs. After contract award, all inquiries and correspondence relative to the administration of the contract shall be addressed to:

Contracting Officer, NCO-6
100 Emancipation Drive
Hampton, VA 23667
(757) 728 - 7144
DESCRIPTION OF INFORMATION REQUESTED
Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items.

HOW TO RESPOND:
All responses shall be submitted no later than 3:00 PM (EST), Wednesday January 11, 2023. All interested parties should respond, in writing via email to james.risbon@va.gov. No telephone inquiries will be accepted. Respondents to this RFI shall provide the following information:
Company/individual name,
Address,
Point of contact with phone number
Information describing your interest,
Indicate FSS/GSA contract number or Open Market, as applicable
FSS Category you qualify for
Tax ID number
UEI number
DUNS number
Capabilities statement
Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.)

Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award
Please submit responses via email in Microsoft Office format by 3:00 PM (EST), 01/11/2023. Please include RFI # 36C24623Q0243 in subject title.

NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 06, 2023 03:13 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >