SOURCES SOUGHT
J -- Buffalo and Batavia VAMCs Domestic Supplemental Water Unit Installation and Service Agreement
- Notice Date
- 5/11/2022 11:22:31 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0722
- Response Due
- 5/18/2022 1:00:00 PM
- Archive Date
- 05/18/2022
- Point of Contact
- Nathan Northrup, Contract Specialist, Phone: 607-664-4967
- E-Mail Address
-
nathan.northrup@va.gov
(nathan.northrup@va.gov)
- Awardee
- null
- Description
- Page 1 of 1 NOTICE OF INTENT TO AWARD SOLE SOURCE: - Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract award to Nalco Water Pretreatment Solutions, LLC. for the installation and service/monitoring agreement of five (5) domestic supplemental disinfection units and associated monitors at the Buffalo and Batavia VA Medical Centers from 7/1/2022 to 6/30/2023 with the provision of four (4) option years. The NAICS code is 811310. - Two (2) electrolytic chlorine generators in Building One (1) and one (1) sodium hypochlorite solution injection system in Building Three (3) shall be used at the Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215 and two (2) electrolytic chlorine dioxide generators shall be used, one each in Building One (1) and Building Thirty (30) at the Batavia VA Medical Center, 222 Richmond Avenue, Batavia, NY 14020. All five (5) units shall be installed within 14 calendar days of award date. The service agreement includes semi-monthly, monthly, and annual schedules of services and preventative maintenance. Legionella Veteran s Health Administration (VHA) Policy 1061 establishes guidelines for the prevention and control of healthcare-associated Legionella disease in VHA buildings, the following design features shall be included; The efficacy of biocides on suppressing or killing waterborne pathogens is dependent on multiple factor such as water quality, organic and inorganic contaminants, pH levels, disinfectant concentrations, and contact time. Water at the treatment units shall be continuously monitored for the following by means of gauges, sensors, and a grab sample port: Temperature Oxidant Level (Water Disinfectant) pH Pressure The contractor shall provide all parts, new equipment, materials, labor, supervision, test equipment, maintenance service, technical manuals, and transportation necessary to install, test, monitor, and maintain five (5) supplemental disinfection units. No Government equipment will be provided under this contract EXCEPT the tap points, electrical/plumping connections necessary to operate the chlorination units, NSF 60 certified pellet type salt for making brine solution. Vendor shall maintain ownership and maintenance on all equipment that is installed to provide domestic water disinfection under this purchase order. All generators used shall be NFS-61 certified. All systems covered under this contract shall use a controller specifically designed for supplemental disinfection applications with a sodium hypochlorite or a chlorine dioxide sensor incorporated into the system for 24/7 web-based data logging, monitoring, alarming and scheduled reporting for record keeping. Continuous wireless data streaming and communication shall be used. Vendor shall provide remote continuous data logging and 24/7/365 monitoring and reporting by a live dedicated personnel team. Chemistry feed shall be controlled by actual free chlorine residual (PID control), feed shall be continuous. Any alarms shall perpetuate a notification via email and phone call. All services must be performed in conformance with the National Fir Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency s Safe Drinking Water Act (EPA, SDWA), VHA Directive 1061, and OEM standards. All vendor technicians/supervisors working on site shall be certified by the OEM of all installed equipment. The vendor shall have NSF equipment certification to provide water disinfection systems and create/maintain water disinfection programs. Vendor shall have the capability to provide a two (2) hour emergency call-in, while guaranteeing a six (6) hour absolute minimum response time to any such call. - Service maintenance agreement shall satisfy the standards of the Original Equipment Manufacturer (OEM) and include inspection of hardware defects, replacement of any necessary OEM parts, software updates by the OEM, troubleshooting new software, and phone technical support. This agreement shall include all parts, labor, and travel. Contractor shall be an authorized service provider for chosen OEM. The contractor shall also provide on-site service support 24 hours per day, 7 days per week within two (2) hours (absolute 6 hour minimum) of initial call from the customer. - Nalco is the only known provider of services who can satisfy all the above requirements in the Buffalo/Batavia, NY area for the installation/service agreement. - THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES, however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. If no responses are received, the government will proceed with the award. Responses are due by May 18th, 2022 at 16:00 EST. Responses shall be submitted via email to Nathan.northrup@va.gov. Telephone requests or inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5838780fc0a040ce9969030b928ec7d3/view)
- Place of Performance
- Address: Buffalo VA Medical Center and Batavia VA Medical Center 3495 Bailey Avenue, Buffalo, NY 14215, USA
- Zip Code: 14215
- Country: USA
- Zip Code: 14215
- Record
- SN06324657-F 20220513/220511230105 (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 |