Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2021 SAM #7120
SOLICITATION NOTICE

46 -- Water Treatment Services (VA-21-00070180)

Notice Date
5/28/2021 9:46:42 AM
 
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
36C26221Q0816
 
Response Due
6/17/2021 11:00:00 AM
 
Archive Date
07/17/2021
 
Point of Contact
Jonathan C. Ford, Contract Specialist, Phone: 562-766-2235
 
E-Mail Address
Jonathan.Ford1@va.gov
(Jonathan.Ford1@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. 1.A. Project Title: VA Water Treatment Services 1.B. Description: VA Greater Los Angeles Healthcare System has a requirement to survey steam and condensate systems at the VAGLAHS. 1.C. Project Location: VA Greater Los Angeles Healthcare System, Bldg. 295 and 501, 11301 Wilshire Blvd, Los Angeles, CA 90073 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26221Q0816 1.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 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors. 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price contract. 1.I. Period of Performance: The period of performance shall be for 1 year with up to 4 option years. 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5613, rev 16 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 0900 am Friday, June 04, 2021. Participants will meet in building 295 at the VAGLAHS. All participants must have face covering and practice social distancing. Please email Jonathan.Ford1@va.gov to indicate that you are participating in the site survey 1.K.2. Submit any questions regarding this procurement via email to Jonathan.Ford1@va.gov no later than 1100 am Thursday, June 10, 2021. 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 beta.sam.gov 1.K.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 1100 am Thursday, June 17, 2021 to Jonathan.Ford1@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 2. Statement of Work. 2.A. Background: The Department of Veterans Affairs Greater Los Angeles Healthcare System (VAGLAHS) has a requirement for HVAC Water Treatment Services. These services will include weekly site/visit reports that indicate all treatment parameters, inventory quantities and overall condition of equipment being treated in buildings 295 and 501 at the VAGLAHS. These services are essential to ensure the water maintains a safe level for the staff and patients at the hospital. 2.B. Scope. Contractor must perform weekly site visits/reports on equipment in buildings 295 and 501 at the VAGLAHS. The Equipment includes the following: 3 Boilers 3 Chillers 3 Condensate Return Systems 1 Cooling Tower 1 Heating Closed Loop 1 Cooling Closed Loop 1 Makeup Water and Feed Water System consisting of a Deaerator, a Duplex Water Softener, and a Duplex Polisher. Contractor shall address findings in the report and make all necessary adjustments of chemical pumps and process controllers. Contractor is required to provide all sampling and testing equipment, reagents, etc. required for VA staff monitoring/adjustments. Cooling tower treatment must also comply with VACO Directive 1061 Appendix D and VA Engineering Standard ES-2019-001 Cooling Tower Water Systems. Contractor Shall: 2.B.1. Boilers shall be adjusted and tested (sample from boiler) for the following weekly: (1) Total Hardness (2) Total Iron (3) Molybdenum tracer for scale inhibitor (4) P Alkalinity (5) M Alkalinity (6) OH Alkalinity (7) Neutralized conductivity (8) Sulfite residual 2.B.2. Boiler Water quality must be: (1) Molybdenum tracer for scale inhibitor 0.5-0.8 ppm (2) OH Alkalinity 200-800 ppm (3) Neutralized conductivity 3000-3500 umhos (4) Sulfite residual 20-40 ppm 2.B.3. Condensate Return System shall be adjusted and tested (sample from three separate sample lines) for the following weekly: (1) pH (2) Total Hardness (3) Conductivity (4) Iron (5) Copper 2.B.4. Condensate Return quality must be: (1) pH 7.8-8.5 (2) Total Hardness 0-0.3 ppm (3) Total Iron 0-0.2 ppm (4) Total Copper 0-0.05 ppm 2.B.5. Feed water and makeup water shall be tested (sample from softener inlet and outlet, polisher inlet and outlet, condensate tank and deaerator) for the following weekly: (1) pH (2) Total Hardness (3) Conductivity (4) Iron (5) Copper 2.B.6. Feed water and makeup water quality must be: (1) pH 8.3-10.0 (2) Total Hardness 0-0.3ppm (3) Total Iron 0-0.2 ppm (4) Total Copper 0-0.05 ppm 2.B.7. Cooling Tower must be adjusted and tested (sample from condenser) for the following weekly: (1) Dip slides with incubation for bacterial growth (2) Conductivity (3) Total Hardness (4) Calcium Hardness (5) Total alkalinity (6) Scale/Corrosion inhibitor level (using handheld flourometer) (7) Iron (8) Copper (9) Azole residual (10) Active polymer (11) Water efficiency calculation (12) Approach temperature calculation 2.B.8. H. Cooling tower water quality must be: (1) 1.5 ppm (7) Active polymer >8 ppm (8) 4.0-4.5 cycles of concentration (9) Mild steel and copper corrosion coupons analysis (every 90) 2.B.9. Heating and Cooling Closed Loops shall be adjusted and tested (sample from each corrosion coupon rack) for the following weekly: (1) Conductivity (2) Inhibitor (3) Azole residual (4) pH (5) Iron (6) Copper (7) Makeup water usage 2.B.10 Cooling Closed Loop Water System performance standards must be: (1) 1.0 ppm azole residual (5) pH 8.5-10.0 (6) Mild steel and copper corrosion coupons analysis (every 180 days) 2.B.11 Heating Closed Loop Water System performance standards must be: (1) 1.0 ppm residual azole (5) pH 8.5-10.0 (6) Mild steel and copper corrosion coupons (every 180 days) 2.B.12 K. Heating Closed Loop Water System performance standards must be: (1) 1.0 ppm residual azole (5) pH 8.5-10.0 (6) Mild steel and copper corrosion coupons (every 180 days) 2.C. Qualifications: The Offeror must provide documentation that demonstrates your company meets the following criteria: 2.C.1. A primary representative must have degrees in engineering or chemistry from an accredited university. 2.C.2. This representative must have a minimum of five years experience in the water treatment industry. 2.C.3. A list of five (5) facilities serviced with equivalent/greater steam and cooling capacities as the VA in in the Greater LA region for at least five (5) years. Please provide name and contact information. 2.C.4. To avoid conflict of interest, must not be engaged in the selling of water treatment chemicals to the VAGLA, Wilshire Blvd. Los Angeles, CA 90073. 2.D. Reporting Requirements: 2.D.1. The primary representative that will perform all services and communications with the VA. This representative will not be changed unless approved by VA management. 2.D.2. Prior to commencement of work to be performed during normal working hours, the Contractor shall report to the COR (Plant Operations Supervisor) at Building 295. 2.D.3. The Contractor shall provide detailed written service reports emailed to the COR (Plant Operations Supervisor) each week. which describes services performed on the equipment after the work is complete. 2.D.4. The weekly testing service report must contain the current status of the water treatment program, chemical inventories, and system improvement recommendations. 2.D.5. On a monthly basis, included in that service report, shall be a trend analysis. This report must be emailed to the VA Plant Operations Supervisor in Engineering Department within 24 hours of the service visit. 2.D.6. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the COR upon arrival at the facility. 2.D.7. The Contractor shall present a neat, well-groomed, professional appearance at all times. The Contractor personnel shall not wear sandals, flip-flop style footwear, or open toed shoes. 2.D.8. Smoking Policy. 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.D.9. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 2.D.10. 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.D.11. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA will not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.E. Performance Monitoring. A COR will be delegated for each facility to assist the Contracting Officer in the administration and monitoring of the resulting contract. A Delegation of Authority letter issued to the COR, a copy of which will be sent to the Contractor, states the responsibilities and limitations of the COR. The COR is not authorized to change any of the terms and conditions of the resulting order. 2.E.1. The Contracting Office Representative (COR) will monitor contractor performance. The COR will certify the work was done in accordance with the SOW. COR will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 2.F. Work Hours: This project shall be completed Monday Through Friday, 9:00 AM to 3:00 PM, except on Federal holidays or any other holiday declared by the President of the United States as a national holiday. 2.E.1 The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 2.F. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 2.G. Safety 2.G.1. Contractor shall perform electrical safety measurements on all equipment in use under this contract. 2.G.2. The standards to be used are those of the National Fire Protection Agency code 99. A copy of these codes shall be provided by the VA Engineering Department upon request. These standards shall be strictly enforced. Any equipment not meeting the minimum standards shall be considered Inoperable until such time as it Passes the minimum standards. 2.G.3. All equipment shall be subject to inspection by VA Engineering personnel to verify compliance with these standards. 2.G.4. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property 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.G.5. 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. Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the building. 2.G.6. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the CO may issue an order stopping all, or any part, of the work. 2.G.7. Contractor shall comply with all applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. The Contractor personnel shall follow applicable facility policies concerning fire/disaster programs. 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.G.8. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.G.9. 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.H. Insurance Coverage. 2.H.1. 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 and/or Nevada 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.H.2. 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. 3. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5fcad191066c4839a3f3d406a96e19a9/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Bvld Buildings 295 & 501, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN06016615-F 20210530/210528230113 (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.