Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2017 FBO #5574
DOCUMENT

J -- Boiler Water Treatment - Attachment

Notice Date
2/24/2017
 
Notice Type
Attachment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
VA25617N0319
 
Response Due
3/8/2017
 
Archive Date
5/7/2017
 
Point of Contact
Tina Harris
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT NOTICE only. The Department of Veteran Affairs, Network Contracting Office (NCO) 16, has a requirement for boiler water treatment and cooling tower maintenance Services for the G.V. (Sonny) Montgomery VA Medical Center, located at 1500 E Woodrow Wilson, Jackson, Mississippi, 39216. Responses to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice; however this notice will be followed by a Solicitation requesting quotes. The V G.V. (Sonny) Montgomery VA Medical Center is seeking, Contractors capable of providing all labor, management, equipment, supplies, transportation, applicable licenses, and permits necessary to provide boiler water treatment and cooling tower maintenance for the facility. All services will be performed and accomplished in accordance with the terms, conditions, specifications, and schedule within the Performance Work Statement that will be provided. Services will be from 04/01/2017 - 09/30/2017 with four (4) twelve (12) month option periods under NAICS 221310 and PSC code J045. Brief description of the work to be performed is as follows: General Service Contractor will provide a water treatment program, to include the delivery of the required chemicals, plus the cost of freight, for boilers and cooling tower system at the G. V. (Sonny) Montgomery VA Medical Center, in Jackson, MS. Services will include monthly service visits to routinely check the systems, collect water samples to ensure the water is within specifications, and treat the water, as needed. Analysis and written report for Monthly site visit will be provided for boiler feed water, condensate, makeup water, softener effluent and cooling tower systems. A written report will be provided monthly to the Supervisor of the Air Conditioning Shop/Boiler Plant, the Chief Facility Management Service, and the Contracting Officers Representative Representative Experience and Response Time Contractor shall supply a minimum three representatives with college degrees and have minimum of 10 years of water treatment experience. Contractor representatives must live within (50mi) of our facility. The representatives must be available for calls on specific problems should they occur. Under emergency circumstances the representatives shall be available to us on 24-hour notice, and should be able to visit our site within four (4) hours after being notified. A representative shall visit the site a minimum of Monthly. Chemical Storage and Handling Requirements Site concerns with chemical storage, drum handling and disposal. To reduce our risk associated with drum handling, all product deliveries must be made to the point of feed. Plastic and mild steel drums of any size are not acceptable. 5-gallon pails are not acceptable for biocides. To eliminate chemical handling by site personnel, all products must be capable of being fed neat (without dilution or contact) by our operators. To minimize our liability in this regard, we require the following regarding chemical delivery and storage: Chemical Storage Requirements: Storage container must have an appropriate lining if storing corrosive chemical material. Secondary containment volume must be a least 150% of the delivered chemical storage container volume. Storage tanks must have bottom drain capabilities to insure positive, flooded suction for chemical pumping and injection and to allow complete emptying of the vessel. Pumps must be located inside the containment. The contractor must retain ownership of tanks. Tanks must be vented and fitted with fume suppression equipment during delivery. Chemical Delivery Requirements: Chemical transport equipment must comply with DOT requirements for transporting hazardous material. Chemical transport equipment brought on site must be stainless steel on exterior for strength. No empty of full chemical transport equipment is to be stored on site. Deliveries must be made by chemical handlers who are: 1. Certified in HAZMAT compliance. 2. Equipped with PPE on site for delivery and transfer of chemical. 3. Equipped with items required to handle spills and any unexpected incidents. Treated Systems Contractor will be responsible for maintaining a reliable water treatment program (ensuring that all applications and systems are maintained in a noncorrosive, non-scaling condition) for the specified systems and meet all necessary FDA, USDA, and EPA (Local, State, and Federal) regulations. Boiler system: softener, two deaerators, three water tube boilers, and condensate return tank. Contractor shall include additional chemistry for boiler wet layup and adequate bench testing supplies for on-site daily boiler water testing. Cooling system: cooling tower and close loop which includes maintaining a minimum free chlorine residual of 0.2 ppm and total chlorine residual of 0.5 ppm at all times. This notice is neither a request for quotes nor a solicitation of offers; however, all responsible sources may submit a capability statement. A solicitation package will be available following this notice in which you sources may then provide quotes. Any response to this notice must show clear and convincing evidence of capabilities. The response must also annotate if the services are Open Market or available via GSA/ FSS schedule. Interested parties must respond to this notice no later than 8am CST March 3, 2017 to tina.harris3@va.gov. Responding as an interested party under the www.fbo.gov website doesn t constitute convincing evidence of capabilities. All interested parties are reminded to be registered with SAM at https://www.sam.gov/portal/public/SAM/ in order to be eligible for award of Government contracts. No telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25617N0319/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0319 VA256-17-N-0319.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3296962&FileName=VA256-17-N-0319-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3296962&FileName=VA256-17-N-0319-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1500 E Woodrow Wilson;Jackson, MS
Zip Code: 39216
 
Record
SN04414390-W 20170226/170224234752-1b0e1b8da1b302cae04fc44ca19b1a97 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.