DOCUMENT
M -- Water Treatment, Analysis, & Facility Repairs For San Francisco VAMC PSC Code H946 - Maint/Repair/Rebuild of Water Treatment Fac - Attachment
- Notice Date
- 6/8/2017
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- VA26117Q0666
- Archive Date
- 9/6/2017
- Point of Contact
- Rex.Crouch@va.gov
- E-Mail Address
-
Rex.Crouch@va.gov
(Rex.Crouch@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 5 of 5 The is a Pre-Solicitation Notice. The Government contemplates issuing a solicitation for this requirement is July 2017 under RFQ number VA261-17-Q-0666. Capable contractors should send an email the contract specialists expressing interest. San Francisco VA Medical Center San Francisco, CA 94121 662-17-3-6048-0053 VA261-17-AP-8504 WATER TREATMENT STATEMENT OF WORK GENERAL INFORMATION: Contractor shall furnish all personnel, supervision, supplies, chemicals, equipment, materials, transportation and resources necessary to perform all repair work for the monthly water chemical field analysis of potable and non-potable water system at the San Francisco VA Medical Center, 4150 Clement Street, Buildings 2, 200, 203, 205 and 208 San Francisco, CA 94121. A site visit by offerors is required and must be made only by appointment with the assigned VA Project Engineer/Contracting Officer's Representative (COR.), Jesse Wommack at (415) 221-4810, extension 26421, located in Engineering Building # 6. It is the responsibility of the contractor to review the entire job site foot print and existing site conditions prior to proposal submission. The VA will not be responsible for any assumptions made during offer preparation. In accordance with VA policy, contractors' storage, generation, transmission or exchanging of VA sensitive information requires appropriate security controls to be in place. The VA Information Security Program policy VA Directive and Handbook 6500 and additional 6500 series directives and handbooks - provide the framework for security within VA. The C&A requirements do not apply, and that a Security Accreditation Package is not required. All VA policies shall be followed and the contractor shall not come in contact with VA sensitive information. STATEMENT OF WORK: Monthly Service: Contractor shall provide a monthly water chemical field analysis of all your non-potable water and Potable water systems. This includes three cooling towers, four steam packs, and 15 closed loops systems, and chloramine levels for potable water. In the event of a system failure the contractor shall service the unit at no additional charge. Cooling towers chemicals: Contractor shall provide a corrosion inhibitor and biocide(s). Boilers Chemicals: Contractor shall provide a sulfite oxygen scavenger, an alkalinity booster, and a neutralizing amine. Closed loop Chemicals: Contractor shall provide a corrosion inhibitor formula for all closed loop systems. Testing Reagents: Contractor shall provide the VA Staff with all the testing reagents and equipment needed for every system onsite. This allows for onsite testing and monitoring of each system by contractor and V.A. staff. Labeling: Contractor shall provide labels for all double containment drums holding the chemicals at the facility. This includes the MSDs for all chemicals held in multiple areas throughout the facility. Training: Contractor shall provide any training needed for proper handling of the chemicals on site which includes proper labeling and containment as well as training on in-house water treatment testing. The contractor shall provide an annual training for all staff that deals with water chemical treatment refresher training as determined by COR. Chemical Delivery: Contractor shall provide chemical delivery service that includes transporting drums no larger than 55 gallons into double containment tanks and removal of the empty drum. Equipment: Contractor shall provide chemical feed equipment needed to properly treat the water systems. Contractor shall service chemical feed pumps for minor work required, and replace degraded pumps and equipment as necessary. Contractor shall provide all new cooling tower water treatment equipment for all cooling towers. This includes the cooling tower controllers, pumps, proper double containment, and injection sites. OPERATIONS AND STORAGE AREAS The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer Representative. The contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. Working space and space available shall be as determined by the COR. Contractor employees are subject to rules of the Medical Center applicable to their conduct. Work shall be executed to minimize the interference with the normal functioning of the Medical Center as a whole, including operations of utility services. The Contractor shall not store materials and equipment in other than the designated contractor storage areas. MSDS sheets shall be provided for any material on the same day those materials arrive on VA property. At no time shall the contractor have, or permit its Subcontractor to have materials on station without MSDS sheets. AVAILABILITY AND USE OF UTILITY SERVICES: The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies. 5.2 No utility service such as water, gas, steam, sewers or electricity, or medical gases (AOV), or fire protection I communications systems may be interrupted without prior written approval of COR. KEY CONTROL: The contractor may be issued keys for construction areas with approval by COR. The contractor shall prohibit the use of keys issued by the government by any person other than the contractor's employees. All keys shall not be duplicated and must be turned in at the end of Contract. Any key assigned to the contractor, which is lost or stolen will result in a replacement cost of $100.00 per key. Any key either lost or stolen shall be reported to the COR, it is the contractor's responsibility to inform the VA Police and give a detailed report of such loss. The contractor shall take a copy of the official police report and make payment to the Agent Cashier before any additional replacement keys are made. Final payment will not be processed until all keys are returned or accounted for. SIGN-IN PROCEDURES: All contractor employees are required to sign in and out at the Boiler room located in Building #205, Ground Floor. If after-hour key service is needed, contact VA Police Dispatch at 415-221-4810, ext. 2003. REPORTS: Contractor shall provide two (2) hard copies of the water testing report and one (1) emailed copy to the COR. Report submission schedule to be determined by the COR. 8.2 Monthly payment requests from the contractor will not be processed unless all paperwork is current, including daily reports, for the prime and subs. INSTRUCTIONS: Contractor shall furnish maintenance and operation manuals, written instructions, and training when required by the various sections of the specifications and as hereinafter specified. Manuals: Provide four (4) copies of Maintenance and Operating manuals for each separate piece of equipment. Manuals shall include complete information necessary for starting, adjusting, maintaining in continuous operation for long periods of time and dismantling and reassembling of the complete units and sub-assembly component parts clearly cross-referenced to diagrams and illustrations. Illustrations shall include "exploded" views showing and identifying each separate item. Emphasis shall be placed on the use of special tools and instruments. Manuals must reference the exact model, style and size of the piece of equipment and system being furnished. Instructions/ Training: Provide (4) copies of instructions, parts lists, schematics and test data. Provide four (4) hour training sessions for VA maintenance personnel. Contractor shall provide qualified, factory trained manufactures' representatives to give detailed instructions to selected VA personnel in the operation and complete maintenance for each piece of equipment. Training timeframes shall be at the convenience of the VA and all such training will be at the job site. MATERIAL SAFETY DATA SHEET (MSDS): Contractor shall provide three (3) copies of each Material Safety Data Sheet for each and every product, chemical, etc. used on this project. All instructions for use shall be compiled with. Products will not be used until MSDS's are submitted to the COR. The contractor shall maintain a current, green in color, loose-leaf notebook on the job site at all times, readily available for viewing by the COR or VA Safety Officer. SMOKE FREE FACILITY: The San Francisco VA Medical Center is a SMOKE FREE facility. There is NO SMOKING allowed in any interior spaces, including all mechanical and electrical rooms/spaces and roofs. Smoking is only permitted in designated exterior smoking areas. WORK HOURS: 14.1 Normal business hours are 7:30AM to 4:30PM Monday thru Friday, excluding Federal Holidays and any other day declared a Federal Holiday by the President of the United States. Work completed outside this time must be requested through the COR. The Federal Holidays are: New Year Day; Martin Luther King Jr. Day; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Christmas 14.2 Requests for afterhours work must be submitted in writing to the COR two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. ID BADGES: All workers are required to obtain a time-limited I. D. badge from the VA Police Service located on the ground floor of Building 203. This badge must be worn at all times when workers are on site. RADIOLOGY AND BIO SAFETY: Will be provided by the VA before work or surveying begins. Contractor must complete training, as applicable, prior to any work around radiological or biological hazards. QUALITY CONTROL: The contractor shall establish and maintain a complete Quality Control Plan (QCP) to ensure the requirements of this contract are met. Contractor shall develop and implement procedures to identify, prevent and ensure non-concurrence of defective services. A QCP shall be provided to the Contracting Officer within 30 days after contract award and as changes occur. The quality control plan is subject to revisions, by the Contracting Officer, and shall be accomplished (at no cost to the government) to ensure quality service. Contractor compliance with the QCP will be monitored by the government. Records of quality control shall be made available, at anytime to the government. QUALITY ASSURANCE SURVEILLENCE PLAN (QASP): The procedures set forth in the Inspection/Acceptance Clause will be used to remedy all deficiencies. The re performance time will be based upon sensitivity of the issue. Performance Objective PWS Performance Threshold Methods of Assessment Remedy Para #1 Water in cooling towers and heating systems maintain the proper chemistrv for operations. 2.1 Water is properly treated 98% of the time. Periodic Re-performance #2 Provide industrial water treatment reports 8.1 No more than l error per month 100% Re-performance #3 Provide industrial water treatment reports on time. 8.1 No more than 1 error per month 100% Re-performance Within two days - - - E N D OF STATEMENT OF WORK - - -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0666/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0666 VA261-17-Q-0666_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3564683&FileName=VA261-17-Q-0666-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3564683&FileName=VA261-17-Q-0666-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0666 VA261-17-Q-0666_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3564683&FileName=VA261-17-Q-0666-000.docx)
- Place of Performance
- Address: VAMC San Francisco;4150 Clement Street;San Francisco
- Zip Code: 94121
- Zip Code: 94121
- Record
- SN04537699-W 20170610/170608234823-0ddb4422d77d3420aa8dc902d21665e4 (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 |