Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2017 FBO #5822
DOCUMENT

J -- Testing of Boiler Water Treatment Services - Attachment

Notice Date
10/30/2017
 
Notice Type
Attachment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q0084
 
Archive Date
2/6/2018
 
Point of Contact
Ronald Gamble
 
E-Mail Address
Ronald Gamble
(ronald.gamble@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. Market Research is being conducted to Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business, Small Disadvantaged Business, 8(a), Woman Owned Small Business or HUBZone interests. The Department of Veterans Affairs Medical Center (VAMC) is trying to determine whether to set-aside an acquisition to provide Chemical Water Treatment Services for the Durham VAMC located at 508 Fulton Street, Durham NC 27704. General Information Company must be recognized in the water treatment field and provide documented evidence of company s history, personnel and facility capabilities with their bid. Company s laboratory will be ISO 9001 certified and equipped to conduct full spectrum analysis of all samples presented associated with this contract. Samples may be from utility plant equipment or air handling units. Company must have a qualified field representative they will assign for performance of the contract. Company must submit with their bid an outline of the operator-training program they intend to use. Company to provide published documentation of the training class training is available on-line with status reports available to VA management team BOILER WATER TREATMENT PROGRAM Contract will be 1 base year beginning on contract award date with 4 option years. Each bidder must give explicit details how each of the chemicals in their program will achieve results to meet the requirements of the specifications. Each bid will include a list of three (3) references of institutions presently using a chemical boiler program as described in Paragraph 4A Boiler Water Treatment Program. Each bidder will submit with their bid the energy savings they will guarantee with their respective treatment. If there is no energy savings to be expected, then it must be stated. CONTRACTOR RESPONSIBILITIES Complete on-site field service and testing of boiler water, condensate from various locations in the complex, boiler feed water, cooling tower water, hot and chilled water closed loops, potable water and water softener effluent, as supplied to the condensate tank and deaerator. Company will provide local qualified representative and backup representative. Complete written reports and recommendations prepared as a result of each visit. The report s summary will be typed with company letterhead, copies of log sheets and test results will be compiled in a manner suitable for formal presentation to JCAHO survey teams or other inspection agencies. These reports shall be given and discussed with the Chief Engineer or his/her designated operator within 1 day of the service. On-site services performed on a monthly basis. The services of the Contractor s laboratory and technical department shall be available for special consultation at no additional costs and should be located logistically for prompt service. Required to conduct a complete analysis of each of the waters identified in paragraph 2A above. This analysis will be used to prepare a treatment program to be used in performance of the contract. The Field Representative will be responsible for ensuring chemicals are used properly for optimum protection of equipment. The Contractor will assume the liability for any damage to equipment due to improper treatment recommended by the Field Representative. Have an established operator-training program. The training program will be conducted at a minimum of weekly on site by company staff for the first 90 days of the contract will annual refreshers. The training program should train operating personnel in testing procedures and how to calculate proper dosages of chemicals and what each of the chemical s function is in maintaining the system and keeping equipment free of scale and corrosion. The program will also provide training in the proper safety precaution and procedures in handling and administering of the chemicals. Written procedures will be provided delineating all training conducted and will be presented to the Chief Engineer. The on line training program is considered independent of this requirement. Deaerator efficiency is to be checked once every three (3) months as required by the Chief, Engineering Service. Responsible for two (2) boiler waterside inspections per boiler during the contract period. The first inspection will be conducted at the beginning of the contract period to assess the initial condition. The second inspection will be conducted at the midpoint of the contract period. Obtain samples of zeolite from softeners at power plant for a complete analysis annually, once at the beginning of the contract period and once at the end of the contract period. Water softeners elution studies will be provided quarterly and results of the studies given to the Chief Engineer. Should the elution studies indicate a need for cleaning the resins, the chemicals required for this purpose will be included as part of the bid price. An on-site computer efficiency analysis on all boilers and water softeners will be required during the maximum heat load during the contract period. The Field Representative must supply a copy of the computer input and output results to the Chief, Engineering Service or his/her designated representative. The Contractor will make recommendations for any necessary measures to be taken to increase boiler efficiency. A survey of the condensate system will be provided quarterly at points specified by the COR or Contractor Officer Representative. This survey will test dissolved gases, various solids and the results and analysis will be provided to the COR or Contractor Officer Representative. The results will be in a format presentable to a formal inspection agency. Provide procedures to conduct an analysis of the stored #2 fuel oil once during the contract period and provide written results to the Chief Engineer. The fuel analysis must be conducted by Contractor s laboratory exclusively. Should the test results indicate a need for additives to prevent deterioration, the VA Medical Center has the option of buying the chemicals from the Contractor on a purchase order separate from the contract, or from another source offering a satisfactory product at a lower cost to the Government. Provide all testing equipment for running daily chemical tests. Should the existing pumps/tanks and testing equipment not be compatible with the chemicals furnished, the Contractor will furnish the equivalencies in test reagents, equipment and/or pumps, tanks, etc. Equipment should be listed separately on the bid document as equipment to be provided to the VA by the company in the execution of the contract. Equipment that will not become property of the DVAMC will be identified. Contractor shall make deliveries to the point of use and remove the transportation vessel from the site the same day. The transportation vessel shall be a D.O.T. approved delivery vessel 15 to 55 gallons in size. Deliveries shall be made using company owned trucks. Chemicals shall be stored in stainless steel tanks with secondary containment. We understand that our systems are dynamic and may produce unused circumstances. The successful bidder will provide field reps with access to a technical support team for help in trouble-shooting applications. Provide documentation and resumes for this technical support team. Required to supply material safety data sheets (MSDS) on all products they propose to use. The data sheets will describe products using the generic names of the chemical composition. All boiler water and condensate treatments must contain chemicals on the FDA approved list for boiler water additives, and be marked as such on the container or drum. Chemicals should be safe for use in live steam for steamers in kitchen and humidification in operating rooms. 3. OPERATIONAL CONDITIONS: Operating Data A. Deaerator Temperature 230 - 232 ° F B. Deaerator Pressure 5 7 psi C. Feed water Temperature 226 - 230 ° F D. Boiler Drum Pressure 80 lbs. E. Estimated Annual Steam Production 72 million lbs. F. Number of Boilers 3 4. BOILER WATER TREATMENT PROGRAM: The boiler water treatment program shall consist of 100% polymer chemicals containing no chelates, phosphates, or phosphonates and that will prevent oxygen pitting, corrosion and deposits of scale, iron or silica on the heating surfaces of the boilers and associated piping and equipment.. Should any of the three (3) boilers at the VA Medical Center form scale on their heating surfaces, whether it be a soft scale or a hard scale, as a result of the chemical treatment program of the Contractor, the Contractor will be responsible for cleaning the scale from all heating surfaces at their expense. Prior to each of the boilers going into the Contractor s treatment program, there will be an internal inspection of each of the boilers conducted by a group of inspectors consisting of the Utility Plant Supervisor and the Chemical Company s Field Engineer. The Contractor will provide photographs of boiler internals at each inspection. The purpose of the internal inspections will be to identify any internal abnormalities such as pitting, scale, bulges, heat distortion or anything noteworthy. Any abnormalities should be noted as to boiler number, location, size and date of inspection. Each inspector shall retain a copy of photographs of boiler internals and a list of discrepancies on file in the event that any questions arise in the future. The Contractor will provide analysis of any deposits with results to be given to the Chief Engineer. Deposit analysis must be conducted by Contractor s laboratory exclusively. The above specifications will be met during the inspection conducted at the midpoint of the contract period. 5. STEAMLINE AND CONDENSATE TREATMENT PROGRAM: The steam line and condensate treatment program will consist of blended neutralizing amines to control the pH at a range of 8.2 to 8.8 at all areas of the condensate system. The Contractor will install six (6) corrosion coupons in the condensate system, the locations to be identified by the Chief Engineer. The corrosion coupons will be analyzed quarterly and the corrosion rate will be plotted up in computer graph form and the results presented to the Chief Engineer. If there is corrosion, the Field Engineer will investigate the cause of the corrosion and make appropriate recommendations to rectify the problem. The written results will be given in a format suitable for presentation to an inspection agency. 6. CONDENSER WATER, CLOSED HOT AND CHILLED WATER TREATMENT PROGRAM: The contractor shall: Provide a monthly maintenance record of the water treatment system, as noted in this section. Provide and maintain chemicals required for metal tower passivation. Provide and maintain sufficient chemical supplies at the facility to prevent treatment interruptions due to the exhausting of the supplies. Maintain the water treatment chemicals in the mechanical room provided by the facility, and be responsible for the prompt clean up and disposal of any chemical spills, leaks, etc. due contractor owned and operated equipment. The contractor will provide secondary container (pans, etc.) for primary chemical containers. Responsible for the prompt removal of excess supplies and their proper disposal at the end of the contract period. Provide for testing and present analyses that shall include alkalinities, pH, chloride, total hardness, calcium and magnesium, inhibitor, halogens, concentration cycles, TDS (conductance), scaling index (Langlier or Ryznar) and micro biological test counts for bacteria and fungi. Closed loop systems be treated with a corrosion inhibitor chemical that has red dye for easy identification in the event of leaks and assists in quick check of concentration levels Conduct corrosion coupon studies at least 2 times annually at approximately 6-month intervals, with all tests results made immediately available to the Operations section supervisor Provide acceptable operating conditions with maximum permissible corrosion rates no higher than 0.2 mpy for copper and 3.5 mpy for mild steel. Provide an emergency contact number, and a response time of 24 hours or less to all service calls. B. Products to be utilized: A. Tower treatment formulations used for the treatment of the cooling tower water shall be concentrated liquid solutions of corrosion inhibitors and sequestering agents that shall: i. Inhibit scale formation in the tower/condenser system at a concentration of 7-10 cycles, as indicated by the makeup water. ii. Inhibit corrosion in ferrous and nonferrous metals. Maximum permissible corrosion rates shall be 0.2 mpy for copper and 3.5 mpy for mild steel. B. Biocides, two or more different ones applied alternately, shall be used to effectively prevent the growth of algae, fungi, slime, or other undesirable forms of bacteria life. Application shall be as needed in concentration and frequency, to maintain proper system cleanliness, heat transferal, and avoid corrosion caused by microbiological-fouling. C. Closed loop treatment shall be a concentrated liquid chemical solution of borate buffers, nitrite, and other inhibitors for ferrous and nonferrous metals. Treatment shall contain sequestrates in appropriate amounts to prevent rust, corrosion, scale, pitting, and sludge accumulations. Nitrite residuals maintained shall be 600-1200 ppm in chilled water, 600-1500 ppm in hot water and minimum pH of 9.0. The treatment shall be red trace in color for both closed loops (hot and cold). D. Pre cleaner formulations shall be concentrated alkaline based cleaning solutions designed for the removal of cutting oils, cosmoline, greasy film, mill scale, dirt, and other surface foulants. E. Products shall be the original manufacturer s formulation. There shall be no mixing, diluting, or altering of the product. F. Products used shall meet local, state, and federal regulations for discharge into sewage systems. G. Products used shall be ISO 9002 certified and labeled. 7. Biological Testing of Cooling Towers and Air Handling Units Bidder will provide the procedures they will use to complete the requirements for taking samples (including quantity required), chain of custody, laboratory procedures (including timelines for processes), time required for written reports to be returned to the VA, and time required for oral notification of abnormalities. The VA requires the earliest notification of test results and this element is critical. Condenser water on both cooling towers will be tested for Mycobacterium species, Aspergillus species, Mold/Fungi. The laboratory results for these tests will be made available within 24 hours of samples completing the testing processing period. Bidder must demonstrate ability to check aerobic bacteria count on-site and in 30 minutes or less. Two (2) AHU evaporative drain pans will be tested monthly. The samples will be tested for Mycobacterium species, Aspergillus species, Mold/Fungi. The laboratory results for these tests will be made available within 24 hours of samples completing the testing processing period. Bidder must demonstrate ability to check aerobic bacteria count on-site and in 30 minutes or less. These samples will be taken during scheduled AHU shutdowns on Wednesdays 0730 until 0830. 8. Test Results A. Abnormal test results will be reported to the Chief Engineer at the earliest opportunity after samples were taken. Bidders will indicate the earliest times written and verbal results will be available. B. All written report will be in a format suitable for formal presentation to an outside inspecting agency. C. Each written report will include an explanation of the test results and recommendations for correcting any identified problems. Written copies of all service reports, promptly delivered to the Operations section supervisor along with any comments regarding problem areas, changes in dosage, bleed off, changes in product or maintenance procedures. 9. Special Instructions Contractor Check-in: The contractor's representative will schedule all work with Jeremy Burnette, Operations Supervisor Engineering Service, Durham NC Veterans Hospital at 919-286-0411 ext 6486 Victor Smith 919-286-6922, Contracting Officer s Technical Representative (COR), prior to performance of services. Contractor shall report all issues to the Contracting Officer s Technical Representative (COR) while performing work at the Durham NC, Veterans Medical Center. Identification: The contractor s field service employees shall wear visible identification at all times while on the premises of the VA Medical Center. Smoking is prohibited inside of buildings. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Vehicles: All vehicles will be locked and the keys removed while performing service on the Medical Center s property. This is intended to protect the contractor s property and provide for the safety of the Medical Center s personnel. Vehicle(s) shall be identified. Parking in the appropriate designated parking areas is expected. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the contractor for any conditions 10. Safety Requirements: In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or designee may determine to be reasonably necessary to protect the lives and health of the occupants of any building. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. Any data, site drawings and information on the potable water system will be provided when requested. The Government reserves the right to thoroughly inspect and investigate the establishment, facilities, business reputation, and other qualifications of any bidder, and to reject any bid, irrespective of price, that shall be administratively determined lacking in any of the essentials necessary to assure acceptable standards of performance.   GENERAL REQUIREMENTS OPERATIONS AND STORAGE AREAS A. Working space and space available for storing materials shall be as determined by the COTR. B. Workmen are subject to rules of Medical Center applicable to their conduct. C. Execute work so as to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied, during construction, jointly by patients or medical personnel, and Contractor s personnel, except as permitted by the COTR where required by limited working space. 1. Do not store materials and equipment in other than assigned areas. 2. Schedule delivery of materials and equipment to immediate construction working areas within buildings in use by Department of Veterans Affairs in quantities sufficient for not more than ten work-days. Provide unobstructed access to Medical Center areas required to remain in operation. D. Phasing: To insure such executions, Contractor shall furnish the COTR with a schedule of approximate phasing dates on which the Contractor intends to accomplish work in each specific area of site, building or portion thereof. In addition, Contractor shall notify the COTR two weeks in advance of the proposed date of starting work in each specific area of site, building or portion thereof. Arrange such phasing dates to insure accomplishment of this work in successive phases mutually agreeable to Medical Center Director, Chief Engineer, COTR and Contractor. E. Work location will be occupied during performance of work. 1. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas, which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. G. Utilities Services: Maintain existing utility services for Medical Center at all times. Provide temporary facilities, labor, materials, equipment, connections, and utilities to assure uninterrupted services. Where necessary to cut existing water, steam, gases, sewer or air pipes, or conduits, wires, cables, etc. of utility services or of fire protection systems and communications systems (including telephone), they shall be cut and capped at suitable places where shown; or, in absence of such indication, where directed by the COTR. H. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. The NAICS 221310 is applicable to this acquisition; with a size standard of $27.5 M. If your company is interested in performing these services, please notify our office of your intent. In response, please include the following: A positive statement of your intent to submit a quote as a prime contractor (capability statement) If any teaming or subcontracting possibilities are contemplated, please provide subcontractor s name and breakdown of labor and its performance cost Evidence of experience in work similar in type and scope to include contract numbers, project titles, award dollar amounts, points of contact and telephone numbers Past performance references with points of contact and phone numbers Provide FSS/GSA Contract # if applicable. Identify whether the firm falls into any of the socioeconomic categories listed above Your response is required by: Thursday, 2 November, 2017 by 12:00 AM EST All capable Service Disabled Veteran Small Businesses are encouraged to respond. The Government will not pay for any information solicited. All the above must be submitted in sufficient detail via email to: ronald.gamble@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0084/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q0084 36C24618Q0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3880279&FileName=36C24618Q0084-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3880279&FileName=36C24618Q0084-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04726266-W 20171101/171030230930-62a19026ee8625c0a2dffa19c950141b (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.