DOCUMENT
H -- Hyper-Chlorination H20 Amendment #2 (Vendor Questions + Extend Solicitation Close Date) - Attachment
- Notice Date
- 7/2/2014
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24814Q1220
- Response Due
- 7/10/2014
- Archive Date
- 8/9/2014
- Point of Contact
- Rosa Rivera
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION VA248-14-Q-1220 The purpose of this amendment (#2) is to extend the solicitation close date and respond to vendor questions as follows: Initial close date: July 03, 2014 Time: 10:00 PM (EST) New close date: July 10, 2014 Time: 1:00 PM (EST) VENDOR QUESTIONS Vendor Question #1: Is this a follow-on requirement? If so, could you please provide the incumbent contract number for this opportunity? If not, is this a new requirement? Government response #1: No, this is not a follow-on requirement. Vendor Question #2: Are signs needed for all (outlets) sinks, toilets, and showers? Government Response #2: Yes, Referenced section 2.1.3. in statement of work. Vendor Question #3: What is the breakdown of each building (toilets, showers, sinks)? Government Response #3: Domiciliary Building: 70 sinks, 70 toilets, and 30 showers. Community Living Center: 130 sinks, 130 toilets, and 120 showers. Vendor Question #4: What is the volume of water on each building coming in and the diameter of each? Government Response #4: Water volume unknown, 4" pipe Vendor Question #5: Since we do not know the diameter of all the waterlines and lengths, we would like to know if possible, the total volume of water (including all waterlines) on each building. Government Response #5: Reference attached construction drawings for waterlines. Vendor Question #6: Is this hyperchlorination effort a part of the building commissioning or construction plan criteria and the specifications for the hyperchlorination is derived from that? In other words, the purpose of the hyperchlorination is not related to positive tests results for Legionella. Government Response #6: Government has accepted buildings and buildings are being occupied. New piping. Vendor Question #7: What entity supplies potable water to the Lake Nona Medical Facility; Orange County Utilities? Government Response #7: Orange County supplies to Central Energy Plant and is dispersed to buildings. Vendor Question #8: What disinfectant (i.e., chlorine) does the potable water supplier provide and at what concentration (i.e., 2ppm)? Government Response #8: Sodium Chlorite, not to exceed 0.8ppm Vendor Question #9: Is the water main currently active and providing water to the construction crews? Government Response #9: Yes Vendor Question #10: Is the water being used for consumption? Government Response #10: Yes Vendor Question #11: Will there be any employees, workers, vendors, or suppliers using the rooms where the faucets, showers, and toilets are located? Government Response #11: Yes Vendor Question #12: The VA is requesting that chlorine levels be raised to 200ppm and maintain for four (4) hours. Can the VA explain why the desired chlorine concentration level is set so high? Government Response #12: Optimum effectiveness for new pipe Vendor Question #13: Please provide the pipe diameter and length in order to calculate the volume of chlorine to inject into the system to achieve 200ppm Government Response #13: Reference attached drawings Vendor Question #14: The VA is requesting the contractor to conduct Legionella sampling in accordance with VHA Directive 1061. However, VHA Directive 1061 is still in draft form although it is on the docket to be signed by Congress imminently. Will Lake Nona VA award the contract after the Draft VHA Directive is approved or will the contractor need to follow VHA Directive 2008-010? Government Response #14: VHA Directive 1061 Vendor Question #15: The VHA Directive recommends 10 sampling points for Legionella; can the VA verify that only 4 Legionella test locations are required? Government Response #15: 4 Vendor Question #15: Does the VA expect before and after tests at the same 4 sampling points? Government Response #15: Yes Vendor Question #16: Are the sampling points weighted to distal sampling locations? Government Response #16: Yes Vendor Question #17: Does the VA have a Water Safety Board in place? Government Response #17: No; working progress. Vendor Question #18: Is Lake Nona VA supplied with municipal water that is treated with Monochloramines? Government Response #18: Orlando Utility Company supplies water, but does not treat water supply with monochloramines. Vendor Question #19: If Lake Nona is not being treated with Monochloramines, does the VA have a Legionella Risk Assessment plan in place? Government Response #19: Yes Vendor Question #20: Part 5.3: Page 9. If contractor does not achieve satisfactory performance by the agreed suspense date ŚCan the VA elaborate on how it will measure "satisfactory performance"? Government Response #20: Contractor shall meet all requirements as outlined in the statement of work to achieve satisfactory performance. Vendor Question #21: Is the contractor being expected to meet 0% positive cultures (as per draft VHA Directive 1061)? Government Response #21: Yes, expectation is to meet 0% PC. Submit offers by solicitation closing date to rosa.rivera3@va.gov. Primary Point of Contact:Alternate Point of Contact: Rosa.rivera3@va.govDaniel.pontoriero@va.gov Office: (321) 397-6155Office: (321) 397-6869 Contracting Office Address: Department of Veterans Affairs 2500 Lakemont Avenue, Room 210 Orlando, FL 32814
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24814Q1220/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-Q-1220 VA248-14-Q-1220_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473555&FileName=VA248-14-Q-1220-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473555&FileName=VA248-14-Q-1220-003.docx
- File Name: VA248-14-Q-1220 S02 Sol Attach-Domiciliary-Site Print.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473556&FileName=VA248-14-Q-1220-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473556&FileName=VA248-14-Q-1220-004.pdf
- File Name: VA248-14-Q-1220 S02 Attachments - CLC-Chapel.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473557&FileName=VA248-14-Q-1220-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473557&FileName=VA248-14-Q-1220-005.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-Q-1220 VA248-14-Q-1220_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1473555&FileName=VA248-14-Q-1220-003.docx)
- Place of Performance
- Address: 2500 S. Lakemont Ave;RM210;Orlando, FL
- Zip Code: 32814
- Zip Code: 32814
- Record
- SN03412634-W 20140704/140703001053-252ebee0444fe4164efdcc7442479b54 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |