Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2013 FBO #4299
DOCUMENT

H -- Water/chemical treatment services for cooling towers boilers, deaerator, and condensate returns. - Attachment

Notice Date
8/30/2013
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52813Q0539
 
Response Due
9/16/2013
 
Archive Date
11/15/2013
 
Point of Contact
Sam A DeMuzio
 
E-Mail Address
93-7735<br
 
Small Business Set-Aside
N/A
 
Description
Place of Performance: Department of Veterans Affairs Albany Stratton VA Medical Center; 113 Holland Avenue, Albany, NY 12208-3410. The Albany VA Medical Center (hereafter "The VA" or "VA") has a requirement to procure all labor, materials, equipment and travel to provide yearly water/chemical treatment services for cooling towers, boilers, deaerator, and condensate returns. The work shall include all water treatment, testing, testing supplies, and chemical supply of hospital boilers, condensate systems, hot water, chilled water, and cooling tower systems. The equipment at the VA includes: 3 ea. Trane MCF-3-46 Water Tube Boilers 25,000 LB/HR, 125 PSIG Operating Pressure 2 ea. Cooling Towers - BAC (Baltimore Air Coil) 1 ea. Hurst 400HP Fire Tube Steam Boiler-Boiler #4-Series 500 System Specs: - Combined Steam Boiler System operating year round with an annual makeup of 1,600,000 gallons per year. - Combined Cooling Tower Systems with a pair of 3000 gallon sumps. Operating from May through October with an annual makeup of 2,000,000 gallons per year. - Three closed loops (HW, CW, and OR Chiller) with an annual makeup of 5,000 gallons per year. The following is required: 1.Licensed/certified water treatment technician. 2.All necessary testing reagents, equipment, and chemicals delivered to the facility for daily testing and treating of systems and equipment identified. 3.Water softener testing supplies. 4.Additional supply of powdered sulfite, liquid phosphate and alkalinity as needed. 5.Adequate supply of BT-5000 Chelant for boiler cleanup. 6.Adequate supply of RL-1200 to help protect the condensate return lines and maintain return pH 7.5 - 8.0. 7.Adequate supply of B-90 Alkalinity Booster to help prevent general uniform corrosion 8.Monthly, on-site testing with a review of the reports with on-site personnel. 9.Electronic copy of the reports emailed to COR, Ken Jalet (518)-626-6157, 10.Twice Annual Legionella testing of the cooling towers. 11.Annual Legionella testing of the three loops. (HW, CW, and OR Chiller system). 12.Backup Testing as required by COR. Due to the nature of this contract the contractor may be required to work after hours and during inclimate weather conditions, so as not to interrupt the daily operations of the facility. The VA intends to release this as a competitive Request for Quotation (RFQ) on or about the week of September 16th. The applicable NAICS code for this project is 238220, "Plumbing, Heating, Air Conditioning Contractors." The estimated value of this contract, to include a Base Year plus 4 Options, falls within the range of $75,000 and $150,000. Unless additional notice is given or this notice is modified, the full RFQ will be posted to the Government-wide Point of Entry (www.fbo.gov). This is a presolicitation notice synopsizing an upcoming competitive solicitation to satisfy the requirements of FAR 5.201 and 5.203. Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, DUNS number, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Interested parties must furnish supporting evidence in sufficient detail to demonstrate the ability to provide the requirements shown above including past performance experience. All offerors must be registered in the System for Award Management (SAM) prior to any contract award action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52813Q0539/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-13-Q-0539 VA528-13-Q-0539_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=981497&FileName=VA528-13-Q-0539-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=981497&FileName=VA528-13-Q-0539-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03169906-W 20130901/130830235026-3676e10b9ec7ded46a1a58e53373cfd8 (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.