DOCUMENT
J -- Calibration and maintenance services for potable water analytic equipment - Attachment
- Notice Date
- 4/25/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- VA25617Q0620
- Response Due
- 4/28/2017
- Archive Date
- 6/27/2017
- Point of Contact
- Rene' Impey
- Small Business Set-Aside
- N/A
- Description
- 1 The Gulf Coast Veterans Health Care System (GCVHCS), Network Contracting Office (NCO) 16, Biloxi, MS, is issuing a combined synopsis / solicitation for commercial services prepared in accordance with the format in FAR 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 is being issued. The solicitation number VA256-17-Q-0620 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective January 13, 2017. The NAICS code is 811219 and the size standard is $20.5 million. This requirement is for small businesses and will be firm-fixed-price. The closing date for this notice is 2:00 PM CST April 28, 2017. The requirement is for the following: The GCVHCS is seeking small businesses capable of providing labor, tools, software programming, web base management, materials, supplies, equipment, and supervision to perform calibration, management and maintenance services for the continuous monitoring of potable water analytic equipment at various locations at the GCVHCS in Biloxi, MS. The GCVHCS is looking to award a base plus four option years firm-fixed contract for the period of performance beginning May 1, 2017, or from date of award, until completion of contract, to be exercised at the Government s discretion. (See Scope of Work.) To be eligible for award of a contract, vendor must be actively registered in the SAM database (https://www.sam.gov). Vendor is also required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - - Commercial Items. Questions regarding this solicitation must be made in writing to the Contract Specialist, Rene Impey at rene.impey@va.gov, or by fax at 228-523-4324, and must include the solicitation number VA256-17-Q-0620 on the subject line or the cover sheet, no later than Wednesday, April 26, 2017, 2:00 p.m. CST. NO TELEPHONE REQUESTS OR INQUIRIES WILL BE ACCEPTED. Submissions must be received by 2:00 PM CST on April 28, 2017. Monthly Maintenance for Potable Water Analytic Equipment and System, Buildings 1, 3, 14, 15, 19, 25 and 30 GULF COAST VETERANS HEALTH CARE SYSTEM BILOXI, MS 39531 SCOPE OF WORK Furnish all labor, tools, software programming, web base management, materials, supplies, equipment, and supervision necessary to perform all work associated with once a month calibration, management and maintenance for the continuous monitoring potable water analytic equipment at various locations in Buildings 1, 3, 14, 15, 19, 25 and 30 for both hot water and cold water associated with the execution and management of Department of Veterans Affairs Directive 1061 dated August 13, 2014 further described below, for this service contract being located at the Gulf Coast Veterans Health Care System, Biloxi, Mississippi. This service contract is for a base year and four subsequent option years with the base year starting in the second quarter of FY17. The work required is listed as follows: Buildings 1, 3, 14, 15, 19, 25 and 30 being equipped with potable water analyzer equipment requires a system with the capability to monitor, manage and communicate all sensor data from the potable water quality continuous monitoring systems and from data entered manually. System provided must be fully capable with at least a 99.99999% uptime to record and report water parameters consisting of incoming pressures, temperature, pH, dissolved solids, and oxidant residual. The software-as-a-Service enterprise class platform shall be specialized for building water systems, and capable of monitoring all sensor data from the potable water quality monitoring systems installed. The service provided must include training, monthly calibration and supply of calibration solutions for pH probe, monthly refreshment of test reagents for the chlorine analyzer reagents, tubing/cuvette kits, replacement cuvettes, check valve sets and check valve flushing kits as well as labor, travel and related expenses. The monitoring system will be provided to allow for rapid deployment of remote sensors throughout the facility. The sensors will be required to upload data at regular intervals to remote servers and the data is to be easily accessible in the web application The monitoring system must have the following minimum infrastructure reliability and information security management requirements. The web application will be hosted at a datacenter compliant with FedRAMP requirements at the moderate impact level and in accordance with the Federal Cloud Computing Strategy. To enable easy access to all data in a highly secure environment via the internet using any internet connected device including personal computers and mobile devices the web application will need to be hosted as a Software-as-a-Service (SaaS) data delivery model. The web application will need to employ at a minimum TLS 1.2 with 128-bit AES encryption and authentication. The web application will also need to be delivered by way of a secure login-protected environment with registered HTTPS security provisions. The service provided must meet minimum application level security requirements. The user account and password must be of adequate complexity for individual users that access the system. New user accounts may only be created by administrators with the appropriate level of authorization. The web application shall have varying levels of access for data collectors, operators, site managers, water management members and administrators. The system must have certain data collection requirements. The administrators of the system must have the ability to add, edit, or remove sample points as needed. A web page will be required for data collectors to enter test results. The required testing frequency of each sample point can be configured as daily, weekly or monthly with system alerts for missing data entry. The system must be capable of providing time-series charts in real-time for all data recorded. A daily summary report is required to be generated in the web application for each of the sensors being monitored. The web application is to be time-stamped with the time it was entered as well as the time the user records it. The web application will allow data to be easily exported to a suitable format for offline use. Time-series charts will be provided in real-time for all data recorded in the system. Charts will show alert limits and can be easily customized based on predefined specifications. A daily summary report will be generated in real time by the web application that shows the total number of samples tested by region and facility, total number of samples out of specification for chlorine and temperature, as well as chlorine range and average temperature for each building. The web application shall have the ability to track all customer requests. The system provided must have certain mobile requirements. A mobile application will be available for data entry on modern smartphones, including Apple IOS, Google Android, and Windows Phone operating systems. The data is to have the ability to be entered, viewed and edited on the mobile application by the users with the appropriate access. The mobile application will need to have the ability to operate with or without an active internet connection. In the absence of internet connection, data will be stored on the local device and synchronized with the remote sensor at the point in time that internet connection is restored. The mobile application will be capable of reading QR codes (barcoding) affixed to sample points to identify the sample and minimize input errors. The web application will have the ability of printing QR codes for the associated sample points. The system provided is to have certain alert requirements to inform the user of how the system is functioning. Alert levels for each parameter being tested for each building can be set as needed or required. The alerts are to be sent electronically by email upon entry of any data exceeding predefined alert limits. Alerts are to be clearly indicated when viewing data in the web application. The web application will incorporate a work order system that will allow alerts to be prioritized and corrective actions to be logged. The users will be able to view the alert and work order history by region or facility which they are authorized, down to the individual sample points. The system provided is to allow for the rapid deployment of remote sensors throughout the facility. The sensors will upload data at regular intervals to the remote servers and the data will be easily accessible in the web application. The system will be capable of acquiring data from sensors with the following output types; current, voltage, pulse, and resistance. The data acquisition will be capable of both Ethernet and 3G cellular connectivity. The data acquisition system will issue alerts electronically, by email, and when a sensor exceeds a predefined limit. The system provided must also have minimum laboratory integration requirements. All Legionella and water chemistry test results will be available online immediately upon completion of the test. An executive summary dashboard will be provided in the web application to graphically display Legionella test results and trends. The installed potable water analyzer equipment which includes a total of seven WMS-1175 PWA Advanced monitoring systems will require certain monthly maintenance to function properly. The system will require monthly calibration and supply of calibration solutions for pH probe and monthly refreshment of test reagents for the chlorine analyzer. This service contract also includes providing and installing all consumable parts for the system components including the chlorine analyzer reagents, tubing/cuvette kits, replacement cuvettes, check valve sets and check valve flushing kits. SPECIAL CONSIDERATIONS BY THE CONTRACTOR: All sampling and testing shall be done in accordance with VHA Directive 1061. The contractor will be responsible for cleanliness of the building interior and exterior. Work will be performed during the hours of 8:00 AM and 4:30 PM, Monday through Friday, exclusive of Federal Holidays. Some work outside normal hours of operations may be necessary and must be coordinated with the Contracting Officer Representative (COR). MISCELLANEOUS INFORMATION: The Certification and Accreditation (C&A) Authorization requirements do not apply, and a security accreditation package is not required in accordance with the VA information security program Directive 6500 and the Handbook 6500. SAFETY CONSIDERATIONS: Contractor s workmen shall provide and utilize all safety requirements in accordance with OSHA regulations during all phases of the work. Contractor will not be allowed to use Government tools, materials, and/or labor for this project. All work is to be performed in strict compliance with the Scope of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25617Q0620/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-Q-0620 VA256-17-Q-0620_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3441885&FileName=VA256-17-Q-0620-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3441885&FileName=VA256-17-Q-0620-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-Q-0620 VA256-17-Q-0620_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3441885&FileName=VA256-17-Q-0620-001.docx)
- Record
- SN04485018-W 20170427/170425235126-7d6264b4d17440580a44ec72391de373 (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 |