Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

46 -- Water Purification System

Notice Date
12/17/2019 3:09:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0194
 
Response Due
1/23/2020 8:59:59 PM
 
Archive Date
02/07/2020
 
Point of Contact
Peter Kimpeter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. a. Project Title: Water Purification System b. Description: VA San Diego Healthcare System is seeking a contractor to provide, install and provide monthly service for a point -of-entry filtration, ultraviolet, and copper/silver ionization water purification system. c. Project Location: VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161 d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0194. e. Set Aside: This solicitation is 100% set aside for Service Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 f. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors g. Small Business Size Standard: $16.5 Million h. Type of Contract: Firm Fixed Price i. Period of Performance: One Year from award j. Wage Determination: j1. DBA Wage Determination No. CA20190001 j2. SCA Wage Determination No. WD 2015-5636, revision 11 2. Statement of Work 2.A. Background. This contract is for the equipment delivery, installation, and monthly service of a point -of-entry filtration, ultraviolet, and copper/silver ionization water purification system. This point-of -entry system will be crucial in combatting legionnaires disease. 2.1. Specific Requirements. 2.1.A. Contractor shall provide complete packaged systems for the production and controlled addition of Copper-Silver Ionizations for secondary disinfection on the point of entry of municipal water into the facility to include one system on stand-by to enable maintenance as an option. The system shall be equipped with a state-of-the-art microprocessor which controls every aspect of system operation including the specified safety features of the system. The systems shall be remotely monitored and capable of being operated via the Internet by an on-board dedicated web-server. 2.1.B. The Copper-Silver Ionization systems shall be complete packaged units suitable for wall, skid mounted or stand mounting to include: 2.1.B.1. A controller which is the power source that controls the release of copper and silver ions. It shall be configured to control output levels by multiple methods that directly relate to the number of ions released into the water. It shall also incorporate smart control, the system self-adjusts for changes in water chemistry and flow cell conditions. 2.1.B.2. A flow cell that houses the copper/silver alloy electrodes that release ions into the water system. 2.1.B.3. Computerized electronic control units shall be supplied with closed-loop proportional control which automatically produces precise levels of copper and silver ions proportional to flow rates (water consumption) measured by a flow meter. 2.1.B.4. Systems capable of remote supervisory control via internet access through a local network. The systems shall be capable of remote functions including real time display and alarms, system diagnostics, system configuration, remote data logging, and all control function adjustments. An ORP probe placed on a recirculation sampling loop shall act to control the level of Copper-Silver Ionization by adjusting the dosage to maintain it in the specified range. 2.1.C. The systems shall be selected to produce Copper-Silver Ionizations to maintain the appropriate levels necessary to prevent by disinfection of the hospital water systems, hospital-acquired legionnaires disease. All system components in contact with the drinking water are to be NSF Standard 61 certified. Manufacturer shall provide copies of certifications with submittals. 2.1.D. Contractor shall provide consumables, reagents, spare parts, and necessary preventative maintenance as required by the manufacturer, to operate the systems for a period of one (1) year. 2.2. Functional Requirements: 2.2.A. Electronic Control Unit. The system shall be controlled by a single electronic PLC or microprocessor control unit. The controller will have single screen to display all aspects of operation of the system. A keypad shall provide access to the control parameters. The shall be separate keys to perform the following functions: 2.2.A.1. Production On/Off - to start/stop production 2.2.A.2. Information key to enter overview menu 2.2.A.3. Arrows up and down to scroll lines and pages 2.2.A.4. Enter to edit, acknowledge, confirm parameters 2.2.A.5. Alarm alarm management selection 2.2.A.6. BAS Connection provide interface for the Building Automation System to monitor operation, set points, status indicators, and alarms. 2.2.B. Flow Sensors. The system shall be equipped with flow sensors to avoid improper mixing of the reagents. The system shall also have a predilution flow meter to input to the microprocessor to maintain proper synchronization and ensure accurate mixing. A flow fault switch will alarm the system to low or lack of water flow to the pre-dilution flow assembly and disable the system and send an alarm notification via the Building Automation System. 2.2.C. Ionization. The ionization shall be NSF/ANSI Standard 60 certified drinking water additives and be so certified by The National Sanitation Foundation (NSF). Products certified by other third-party certifications agencies are not acceptable. Total metals shall be less than 1% and pH shall be properly adjusted to maintain maximum stability after delivery. Shall be manufactured locally under license to the Copper-Silver Ionization equipment manufacturer to insure compatibility and proper selection for system. Delivery of Reagents shall be made within five (5) days of properly placed orders. Use of commercial or commodity chemical reagents not authorized by the manufacture are prohibited. 2.2.D. Dosing pumps. Ionization dosing pumps shall be precision metering pumps capable of accuracy + or - 1 ml/min. Pump shall feature a stroke length only adjustment to avoid the possibility of frequency or input changes. Liquid end assemblies shall have acrylic heads with all Teflon diaphragms. Check valve assemblies are to be Teflon with Viton or Teflon O-rings and ceramic check balls. 2.2.E. Manual Valves: 2.2.E.1. Copper-Silver Ionization unit reactor or predilution flow assembly: PVDF, true union ball valves, Viton or Teflon O-ring, socket glued. 2.2.E.2. Sample Valve, Product Water Sample Valve: Teflon or CPVC needle valve with viton seats and seals. 2.2.F. Field Piping from unit to point of injection shall be Schedule 80 CPVC or PVDF socket glued. 2.2.G. Controls. 2.2.G.1 Electronic PLC or microprocessor controller providing automatic control for all operating functions. NEMA 4. All wiring factory-installed and tested. Comply with Section 26 05 21, LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES (600 VOLTS AND BELOW) and NFPA 70. 2.2.G.2. Alarm indicator and silence button. 2.2.G.2.a. Warning Alarms: improper reagent feed, minimum reagent level, analysis flow fault. 2.2.G.2.b. Automatic Shutdown and Alarm: regent flow fault, empty reagent tank, loss of predilution flow, reading Error (loss of input signal). 2.2.G.3. Status Indicators: Controller operating screen shall display the following functions during normal operation. 2.2.G.3.a. Ionization flow validation 2.2.G.3.b. Ionization reading 2.2.G.3.c. Operating Mode 2.2.G.3.d. Water flow rate 2.2.G.3.e. Copper-Silver Ionization production rate 2.2.G.3.f. Copper-Silver Ionization set point 2.2.G.3.g. Water or enclosure ambient temperature 2.2.G.4. Flow cell life 2.2.H. Instrumentation and Displays: 2.2.H.1. All instrumentation readouts panel-mounted in FRP enclosures rated NEMA 4. All factory wiring. Comply with NFPA 70. 2.2.H.2. Flow indicators for water and ionization flow rate. 2.2.H.3. ORP indicator measuring water quality with digital displays, alarm relays and automatic temperature compensation. 2.2.H.4. Cellular modem connectivity. 2.2.I. Water Testing Equipment. 2.2.I.1. Furnish water testing equipment in a portable case specially made for the installed equipment. Include sufficient materials for one (1) month of normal testing procedures. 2.2.I.2. Test kits to measure Copper-Silver Ionization to be used in the event of an emergency. 2.3. Project Conditions 2.3.A. Influent Water Analysis: Source of supply (name of Surveyor) Mo Sall Maximum pH (continuous) 8.3 units Minimum pH (continuous) 6.8 units Confirm the analysis with current samples and tests. 2.3.B. Design Parameters One (1) POE Mains: Normal POE Flow: 74 gpm Maximum POE System Flow: 160 gpm Daily POE Water Usage: 106,000 gallons per day Daily POE Hours of Water Demand: 0000-2359, 24hrs per day POE Operating Temperature Range: 60-80 degrees F 2.4. Required Technical Services. Provide services of a qualified manufacturer's representative to check complete installation for conformance to manufacturer's recommendations, put system into service, make all adjustments required for full conformance to design and specified requirements, and perform all demonstrations and tests. Train operators in proper operation of the system in accordance with all regulatory requirements of the authority having Jurisdiction (AHJ). Trainer shall be a certified by the manufacturer to operate the water treatment system in a facility of this type. 2.5. Remediation. Contractor shall perform the implementation, execution and supervision of a remediation program to properly flush and distribute target ion concentrations through contaminated areas to provide greater assurance of effective disinfection. The remediation services shall also include 12 ICP and 12 Legionella tests. Contractor shall make a commitment to non-detect as part of our system installation and remediation program. This includes remediation, equipment, and engineering expertise. 2.6 Startup and Testing. 2.6.A. Operation: Tests shall be run in presence of Contracting Officers Representative (COR) or Resident Engineer (RE). 2.6.B. Procedure: 2.6.B.1. Operate system at constant maximum required capacity for one hour after product is produced. When necessary, waste product water to sewer to maintain above flow rate. 2.6.B.2. Demonstrate all features of the control system including diagnostics and flow and cycle indications. 2.6.C. The Commissioning Agent will observe startup and contractor testing of selected equipment. Coordinate the startup and contractor testing schedules with the Resident Engineer and Commissioning Agent. Provide a minimum of 7 days prior to notice. 2.7. Commissioning. 2.7.A. Provide commissioning documentation accordance with the requirements of the VHA requirements for COMMISSIONING OF PLUMBING SYSTEMS for all inspection, startup, and contractor testing required above and required by the System Readiness Checklist provided by the Commissioning Agent. 2.7.B. Components provided under this section of the specification will be tested as part of a larger system. Refer to Section 22 08 00, COMMISSIONING OF PLUMBING SYSTEMS and related sections for contractor responsibilities for system commissioning. 2.8. Demonstration and Training: 2.8.A. Provide services of manufacturer s technical representative for four hours to instruct VA Personnel in operation and maintenance of units. 2.8.B. Submit training plans and instructor qualifications in accordance with the requirements of Section 22 08 00, COMMISSIONING OF PLUMBING SYSTEMS. 2.9. Maintenance and Operation 2.9.A. Supplies. For a period of one (1) year following acceptance by the owner the manufacture of the Copper-Silver Ionization systems or their authorized agent shall supply and deliver sufficient supplies for continuous operation of the systems under the design conditions as provided. Delivery of supplies shall be made within ten (10) days of properly ordered material. 2.9.B. On-site Monthly Preventive Maintenance. Factory trained and certified technicians shall service, test and inspect the all systems monthly. At a minimum all wetted components of the silver-copper injection assemblies shall be removed, cleaned and replaced and factory calibrated quarterly. The full factory recommended service kit and labor to replace manufactures specified parts and components shall be performed and documented at a minimum of annually. Following each site visit an electronic service report shall be emailed to designated VHA personnel and a permanent record of the reports keep by the manufacturer for a minimum of 5 years. 2.9.C. Technical Support. The manufacture of the Copper-Silver Ionizations systems shall have on staff engineering personnel to provide guidance and consultation for the proper operation of the systems and shall provide written recommendations on correcting any system or operational deficiencies upon written request by the VHA contracting officer. All system components shall remain under full factory warranty during the continued operation period. 2.9.D. 24/7 System Monitoring and Analysis. Provide remotely 24 hours a day, 7 days week, year-round remote monitoring of the silver copper ionization system. 2.9.E. Testing and Validation. Provide legionella, copper-silver, and source water quality assessment to fulfill quality control/assurance that the system is calibrated and operating to meet the design requirements to include engineering analysis. 2.10. Submittals 2.10.A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, and SAMPLES. 2.10.B. Manufacturer's Literature and Data: 2.10.B.1. Catalog cuts, complete description and specifications of all equipment and accessories. 2.10.B.2. Accessories including probes, analyzers and test kit. 2.10.B.3. Performance data including normal and maximum flow production rate. Certification that required performance will be achieved. 2.10.B.4. Piping. 2.10.C. Complete detailed site-specific layout, setting, arrangement, and installation drawings including. Drawings shall also show all parts of the apparatus including relative positions, interconnections, dimensions, and sizes and general arrangement of connecting piping, electrical and data communications connections. 2.10.D. Completed System Readiness Checklist provided by the Commissioning Agent and completed by the contractor, signed by a qualified technician and dated on the date of completion, in accordance with the requirements of Section 22 08 00, COMMISSIONING OF PLUMBING SYSTEMS. 2.10.E. Sample wet chemistry water quality reports and sample trended water quality reports. 2.11. Related Work 2.11.A. Systems for service other than boiler plant make-up water, refer to VHA Requirements COMMON WORK RESULTS FOR PLUMBING. 2.11.B. VHA REQUIREMENTS FOR ELECTRICAL INSTALLATION 2.11.C. VHA REQUIREMENTS COMMISSIONING OF PLUMBING SYSTEMS. Requirements for commissioning, systems readiness checklist, and training. 2.12. Contractor Qualifications. 2.12.A. Manufacturer of proposed system shall have been engaged in the manufacture of Copper-Silver Ionization systems for a minimum of ten years. Manufacturer must have a minimum of three third party publications validating the efficacy of the proposed system. 2.12.B. Contractor/Manufacturer shall supply a list of references with contact information for a minimum of 10 locations where the proposed Copper-Silver Ionization equipment has been in use for a period of more than 1 year. 2.12.C. Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.12.D. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. 2.13. Safety Requirements 2.13.A. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.13.B. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.13.C. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.13.D. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.13.E. The VAMC San Diego building 1, main building, contains asbestos. Any worker entering these asbestos containing areas must have an asbestos certification of no less than 16 hours and a valid fit test certification. Certifications must be presented to the VA project manager before any work in an asbestos area may begin. 2.13.F. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 2.14. Insurance Coverage 2.14.a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.14.b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.14.c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.14.d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 2.15. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.16. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.17. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.18. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.19. Normal Working Hours. Contractor will shall be performing services between the hours of 7:30 AM through 4:00 PM Monday through Friday, with exceptions to National Holidays. 2.19.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.19.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.19.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.19.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03, dated 12/13/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. a. FAR 52.212-1, Instructions to Offerors Commercial Items b. FAR 52.212-2, Evaluation Commercial Items c. FAR 52.212-4, Contract Terms and Conditions Commercial Items d. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items e. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside f. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance g. FAR 52.233-2, Service of Protest h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution i. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.1. A site survey will be conducted at 10am on Wednesday, January 8, 2020. Participants will meet in conference room BB107. Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 4.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, January 15, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on www.fbo.gov. 4.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Thursday January 23, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: a. Vendor Information b. Acknowledgement of amendments c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions d. Schedule of services e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5db8c27482f4c4bb4a08551f254000e/view)
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN05519215-F 20191219/191217230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.