Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOURCES SOUGHT

J -- FY20: RFI WATER TREATMENT BOILER AND CHILLER

Notice Date
6/26/2020 2:30:37 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24820Q1053
 
Response Due
7/6/2020 10:00:00 AM
 
Archive Date
07/16/2020
 
Point of Contact
Keila President, Contract Specialist, Phone: 813-972-2000 Ext 5998
 
E-Mail Address
keila.president@va.gov
(keila.president@va.gov)
 
Awardee
null
 
Description
Page 6 of 6 Request for Information (RFI) is issued solely for informational and planning purposes only. It does not constitute the issuance of a solicitation or a promise to issue a solicitation in the future. The Department of Veterans Affairs (VA), James A. Haley Veterans Administration Medical Center (JAHVAMC), 13000 Bruce B. Downs Blvd., Building 42 Administrative Building, Tampa, Florida 33579, is currently seeking information from any vendor that can provide Water Treatment for NALCO 3D TRASAR Technology, the upgrade of the current NexGen 2 system (to prevent plumbing issues) and add a second system for the Boiler and Chiller. The applicable NAICS for this service is: 238220 - Plumbing, Heating, and Air Conditioning Contractors.($15 million-SBA size Standard). Vendors must be registered in the System for Award Management (SAM - https://www.sam.gov) prior to award. Scope of Work: The vendor shall provide all supplies and technical advisory services for proper chemical treatment of the boiler plant water and steam and chiller plant chilled water and condenser loops. The contractor shall provide a delivery and control system for the boiler and chiller plants that will not require anything more than routine maintenance for plant personnel. Vendor shall be capable of monitoring and displaying chemical levels in water and be capable of wireless reporting of alarms and conditions. Chemical containers shall have the smallest footprint possible with spill protection. The pricing shall include the monitoring system with installation as well as all chemicals, reagents, and one-time testing equipment needed, the contractor shall assist with establishing a chemical testing area along with providing test equipment. In addition, the contractor shall periodically verify the proper operation of non-chemical water treatment systems which serve the boiler plant including feedwater deaerator, water softener and continuous blowdown. The water treatment Vendor will also be responsible for cleaning and disinfecting all seven cooling towers along with their basins during the months of January through March. The goals are safety, reliability, and longevity of the steam, condensate and chilled water piping and equipment in the boiler plant. Also, in the steam distribution system, chilled water system, and condenser systems and the various buildings of the James A. Haley VAMC (JAHVAMC). PERIOD OF PERFORMANCE: The contract will be performed for five years (one base year and four one-year options). Chemical Water Treatment Contractor Qualifications: The vendor shall have at least five years providing chemical treatment of boiler plants and steam distribution systems similar in design and annual steam production rates to that of the JAHVAMC facility. Request a list of no more than five customers who have utilized the services of your company for boiler chemical treatment for a minimum three years. Water treatment specialist shall have a bachelor s degree in chemical engineering or the physical sciences from an accredited college or university. The water treatment specialist must have at least five years successful experience with boiler water treatment programs and shall furnish references from at least three customers who utilized their boiler water treatment program. The water treatment specialist must be located within 100 miles of the site to ensure reasonable response times for maintenance/repair services. The vendor shall operate or maintain a contract with a state certified laboratory to perform complete scientific analyses of water chemistry, deposits, metallic materials affected by corrosion and provide recommendations for correction of problems related to the chemical and mechanical water treatment program. A Professional, experienced Chemist shall supervise the laboratory. Chemicals and Testing Supplies: Vendor shall provide all chemicals, test kits, test reagents, corrosion coupons, dip slides and incubator and instructional materials as necessary to comply with all contract requirements and delivery to the boiler plant supervisor or his/her designated person). Chelant-based chemicals are not permitted. All chemicals utilized must conform to FDA guidelines: CFR 21, 173.310, BOILER WATER ADDITIVES PERMITTED IN PLANTS WHERE STEAM CONTACTS FOOD. In addition, the chemicals shall conform to all local, state, and federal government regulations on water pollution and have appropriate EPA registration. The JAHVAMC utilizes boiler steam for food preparation and for humidification Vendor shall furnish on-site chemical storage containers with secondary containment, provide bulk delivery service of the chemicals directly into the on-site storage containers. There will be no assistance from VA personnel, unless to provide access. All existing chemicals, which are suitable for the contract program, will be utilized prior to the use of any new chemicals. Submit MSDS sheets for all chemicals utilized during the performance of services under this contract. The MSDS sheets will accompany delivery of the chemicals. All chemical containers shall be labeled with complete information of contents and shall be returnable. Containers with missing labels shall be removed from the site. All containers remain the property of the contractor and must be immediately removed from the site no longer needed. Performance Requirements: Total hardness in feedwater shall be less than one part per million (ppm). Vendor shall advise VA personnel on proper softener //and reverse osmosis// monitoring and operation. Dissolved oxygen in the feedwater shall be 7 parts per billion (ppb) maximum with oxygen scavenger treatment suspended. If it exceeds 12 ppb, provide recommendation to boiler plant supervisor that deaerator must be inspected and repaired. Prevent embrittlement of boiler pressure vessels. Condition the boiler sludge to obtain effective bottom blow off. Boiler residual of sodium sulfite, 30-50 ppm. Boiler phosphate residual, 20-40 ppm. Total dissolved solids (TDS) in boilers as high as possible, but not to exceed 4000 ppm. Total alkalinity in boilers 800 ppm maximum (1/5 x solids TDS). Maximum suspended solids in boilers 350 ppm, maximum silica 250 ppm. Boiler polymer dispersant residual as recommended by supplier. There shall be no pitting corrosion. There shall be no scale and deposit formation in the boilers. Moisture content of the steam shall not exceed one percent. Perform condensate conductivity tests at a steam trap near the boiler steam outlet (at a point with no amines) to evaluate the moisture content of the steam. If necessary, utilize an antifoam agent to limit solids carryover in the steam from the boilers and to control boiler priming, foaming, and misting. Control boiler water chemistry to minimize blowdown and thus improve efficiency. Provide steam amine treatment to provide condensate pH of 8.0 8.5 at each condensate receiver throughout the facility and in the condensate storage tank in the boiler plant. Feed the amines into the boilers instead of the steam header to achieve even dispersal throughout the distribution system. Control corrosion rates. Steel corrosion rates shall be less than 2.0 mils per year. Copper corrosion rates shall be less than 0.2 mils per year. Establish layer of magnetic iron oxide (black or dark gray in color) on all steel surfaces as a corrosion barrier. Control nitrate in the chilled water loop 400-800 ppm. Control cooling tower conductivity, hardness, and corrosion rates. The vendor will also be responsible for cleaning and disinfecting all cooling tower basins (6). Cooling tower cleaning will be performed during winter months December thru March. On-Site Services: Provide complete written instructions, supplemented by oral instructions and demonstrations, to boiler plant personnel for their performance of routine water tests and feeding the chemicals into the systems. The instructions shall cover all aspects of safe chemical handling, safe accurate testing, and proper chemical feed quantities and methods for plant operating parameters and water treatment performance requirements. Provide three two-hour training sessions within two months of the start of a new contract. The first session shall be within one week of the start of the contract. Provide one two-hour training session every six months after the new contract has been in force for six months. As a minimum, perform the following tests monthly, provide complete written reports with all test results and recommendations, and review reports with plant supervisor: Condensate return systems, pH, hardness, dissolved iron and copper, total dissolved solids (conductivity), amine. Condensate conductivity at a steam trap near the boiler steam outlet. Test the condensate for pH at representative samples of condensate receivers throughout the facility at least twice per year. Vary the sample sites every year. Make up water including soft water pH, alkalinity, hardness, total dissolved solids, suspended solids, and silica. Boiler feedwater: Dissolved oxygen, pH, alkalinity, hardness, total dissolved solids, suspended solids, and silica. Feedwater dissolved oxygen shall be tested twice per year with oxygen scavenger chemical treatment suspended so feedwater deaerator performance can be evaluated. Boiler water: Total dissolved solids, suspended solids, sulfite, phosphate, and alkalinity. Continuous blowdown systems: Check calibration and settings monthly. Chemical feed systems: Advise plant supervisor on adjustments to maintain proper chemical dosage and feed rates and blowdown rates. The chemical feeds system currently installed in the chiller plant is NALCO 3D TRASAR. There will be an upgrade of NexGen 2 system to the current system and the addition of a second system for the boiler plant. Visit the plant weekly during the first three months of a new contract. After three months, visit the plant monthly, perform tests listed above and review daily logs of tests performed by boiler plant personnel. Discuss the test results with the plant supervisor. Provide recommendations on treatment methods and consult on boiler plant and steam and condensate distribution systems problems as requested. Send water samples to the laboratory as necessary to resolve problems and questions. Make additional visits at the request of the plant supervisor to handle problems Conduct waterside inspection of boilers, feedwater deaerator and condensate storage tank at least once per year. Contracting Officer s Representative (COR) will coordinate the boiler and feedwater deaerator inspection to coincide with the inspection by the Qualified Professional Inspector (boiler inspector). VA personnel will prepare equipment for inspection. Provide recommendations on wet and dry boiler lay-up procedures, including monitoring, of boilers not in service. Provide recommendations on proper operation of continuous boiler blowdown systems and boiler bottom blow off procedures. Test corrosion coupons from condensate lines once per year and provide report. VA personnel will install, remove and deliver the coupons to the water treatment specialist. Any deficiencies or problems noted with VA test results or with the water treatment specialist s test results are to be reported immediately to the plant supervisor. If problems are found, corrective actions must be recommended immediately, chemicals provided as necessary, and tests performed as necessary to confirm that desired results are achieved. VA Boiler Plant Staff Responsibilities: The plant personnel will perform routine testing for chemical residuals, conductivity, hardness, alkalinity, pH, chloride, silica, iron, copper, and other tests as recommended by the water treatment specialist. A site visit is highly recommended to meet with the boiler plant supervisor and Contracting Officer s Representative (COR), to discuss the existing conditions and the proposed plan for chemical treatment and monitoring of results. Administrative Requirements: All on-site work shall be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. All work shall be performed during the normal daytime working hours (8:00 AM to 5:00 PM EST) of the boiler plant supervisor, Monday through Friday, excluding National Holidays (Note: This includes any other day declared by the President of the United States to be a national holiday). Situations requiring more frequent analysis and/or special testing other than the specified requirements may arise. Do not perform any extra cost work without written authorization from the COR. A separate purchase order will be issued to cover the costs associated with these extra tests upon request and justification from the contractor. Provide information on the normal delivery time for chemicals. Provide method for emergency chemical deliveries. A laboratory certified by the State shall perform laboratory work. A written report of each analysis and inspection shall be submitted immediately upon completion of each analysis and/or inspection to include a summary report of treatment recommendations based on the analysis report. Each report will be submitted in duplicate to the boiler plant supervisor and to the COR. Provide emergency response, within 4 hours of request, 24 hours a day, 365 days per year. Maintain a toll-free (800) telephone number and e-mail and pager system for 24-hour access Respond to routine communications within 48 hours with a visit as necessary. Failure to achieve required performance goals may result in termination of contract. Prior to commencing the chemical treatment contract, VAMC will immediately arrange for an internal inspection of each boiler by the boiler plant supervisor and the vendor s (chemical supplier) field representative. A visual and written record of the condition of each of the boilers will be signed by the vendor and the VA representative. Upon expiration of the contract, a similar inspection will be conducted. Any deterioration in the boiler conditions attributable to the vendor s program shall be corrected by the vendor at no additional cost to VA. Compliance: The contractor shall be fully responsible for compliance with all VA, local, state, and Federal occupational safety laws, rules, and regulations. The contractor shall follow life and safety codes and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working procedures; (i.e. lockout/tag out), if applicable. All work for the duration of the contract shall be performed by certified trained technicians. Submittals Required for all Products and Services: Three hard copies of all information. Complete specification of all products: name, ingredients, control range, test procedures, physical state (liquid, powder, etc.), container size, method of delivery, compatibility with present materials being used, catalog data, 5. COMPLIANCE. The contractor shall be fully responsible for compliance with all VA, local, state, and Federal occupational safety laws, rules, and regulations. The contractor shall follow life and safety codes and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working procedures; example lockout/tag out if applicable. All work for the duration of the contract shall be performed by certified trained technicians. 6. CONTRACTOR EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognized as contract employees. Example: wearing steel toe boots and safety glasses. 7. CHANGES TO STATEMENT OF WORK. Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO (or designee) shall be borne by the contractor. RESPONSEAdd the below statement : Responses to this Request for information Notice should be able to demonstrate the company s capability to responsibly deliver the services listed in the above Scope of Work. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUBZone, other socioeconomic groups, Small Businesses and Other than Small Businesses, interested and capable of providing the services described in the above Scope of Work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. If your firm is fully qualified to perform the required services, please provide the below requested information regarding your firm: A. The socio-economic status of your firm, keeping in mind the NAICS code for this requirement is 238220 - Plumbing, Heating, and Air Conditioning Contractors ($15 million-SBA size standard). If your company meets small business size requirements and is capable of providing these services, please ensure this NAICS code is currently listed under your company in SAM, or have it added right away. Please check any and all of the following that apply: Service disabled; veteran-owned small business_________ Veteran-owned small business _______ Small business_______ (8a) firm _________ HUB zone ________ Large Business/Other than small business firm__________ GSA Schedule (if applicable) _______________ B. Responses to this notice shall also include the following information: Company Name: DUNS #: Full Address: Point of Contact Information (Job title, Phone Number and E-mail Address): C. Any pertinent information which demonstrates your firm s ability to meet the above requirements. Any response that does not provide the necessary information in the capability statement will be considered a negative capability response. All offerors must be registered in the System for Award Management (https://beta.sam.gov/) and Representations and Certifications must be completed prior to any future award. To be considered as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB), interested vendors must be a verified SDVOSB/VOSB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages https://www.vip.vetbiz.gov/. Supporting evidence must be furnished in sufficient detail to demonstrate your company can perform the services described in the attached Criteria for the provide Water Treatment for NALCO 3D TRASAR Technology, the upgrade of the current NexGen 2 system (to prevent plumbing issues) and add a second system for the boiler Equipment repairs and services Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. IMPORTANT INFORMATION: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Any offeror capable of providing this service shall notify the Contracting Officer within 7 calendar days from the date of the publication of this special notice. *Responses shall be sent via email to keila.president@va.gov, no later than 1:00 PM EST on 7/6/2020. Any questions about this notice should be sent to keila.president@va.gov , in reference to Request for Information number 36C24820Q1053, Water Treatment for NALCO 3D TRASAR Technology.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73034381c29c4128a512703acf2a0e34/view)
 
Place of Performance
Address: Department of Veterans Affairs James A. Haley VAMC 13000 Bruce B. Downs Blvd., Tampa, FL 33612-4745, USA
Zip Code: 33612-4745
Country: USA
 
Record
SN05705152-F 20200628/200626230152 (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.