DOCUMENT
H -- RECOVERY H--Liquitech Copper Silver Ionization control system Maintenance and Inspection - Attachment
- Notice Date
- 8/27/2014
- Notice Type
- Attachment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;Palm Beach Gardens FL 33410-6400
- ZIP Code
- 33410-6400
- Solicitation Number
- VA24814Q1474
- Response Due
- 9/10/2014
- Archive Date
- 9/20/2014
- Point of Contact
- Kari Jeanlouis-Haliburton
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA248-14-Q-1474 and is issued as a request for quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 100,000 employees. This requirement is a (Small Business) set-aside and only qualified offerors may submit proposals. Proposals are due on Wednesday September 10, 2014 at 5 p.m. Eastern Time. Proposals, as well as any questions or requests for clarifications, should be submitted to Kari Jeanlouis-Haliburton, Contract Specialist at the West Palm Beach VA Medical Center, by email (kari.jeanlouis-haliburton@va.gov) or facsimile (561-422-6507). The deadline for submitting any questions or request for clarifications is Wednesday September 4, 2014 at 5 p.m. Eastern Time. Other means of proposal submission must be submitted for consideration to the Contracting Officer who can be reached by phone, (561) 422-1272, or email, kari.jeanlouis-haliburton@va.gov. In all cases, offerors are strongly encouraged to confirm receipt of proposals. All offeror's must include documents in the proposal that demonstration they meet the technical requirements. The West Palm Beach VA Medical Center has a requirement for the following services. I.INTRODUCTION AND SCOPE OF WORK This service contract is to provide all labor, tools, material, and special equipment necessary for a contractor to perform system surveillance, period testing, lab analysis, flow cell recalibration, and required preventive maintenance to flow cell and equipment listed in Section II A. Provide certification documentation, and an agreement on copper silver electrode replacement costs to "Liquitech" waterborne pathogen copper silver ionization control system at Department of Veterans Affairs Medical Center, 7305 N. Military Trail, West Palm Beach, FL. II.REQUIREMENTS A)This contract will cover two (2) systems (application 1, Main Bldg., room BE121 and application 2, Community Living Center, room 1K135) with the following equipment description in each location. Model LC3 (S300) Electronic Control Unit with Proportional Control with remote monitoring, Model REMS Cellular Remote Engineer Monitoring System, Model QF14-4/4 Mark III Clean Flow Cell, Model Dynasonics TFX Ultra Transit Time Flow Meter. B)Contractor must provide authorization to work on and certification documentation showing not less than 5 years of previous experience working on Liquitech copper silver ionization (electronic liquid disinfection) system and provide written certification the system is working according to manufacture specification after each servicing by the contractor. Selected Contractor must have the technical expertise and meet certification to "not" void warranties and guarantees provided by the manufacture "Liquitech" copper silver ionization system, EPA, certifications, and registrations. C)Provide Surveillance and Validation the electronic liquid disinfection system is working to manufactures specification and report finds and corrective actions to COTR. D)Copper Silver Lab Testing and Analysis by third party laboratory. To provide validation of Copper and Silver levels in water samples taken by VA employees. Contractor will provide mailing/postage to lab location, packaging, and water sample bottles to complete 160 water samples from pre-identified locations from Main Bldg (Application 1), and from Community Living Center (Application 2). Water samples will be collected monthly ranging from eleven (11) samples every month, fourteen (14) samples every quarter and twenty-two (22) samples semi-annually. Contractor will provide documentation/report with a summary detailing condition to Department of Veterans Affairs Medical Center, 7305 N. Military Trail, West Palm Beach, FL. ATTENTION: ENGINEERING PLUMBING SHOP within fourteen (14) calendar days from the date of samples. i) Provide at start of each contract year the following supplies for the LaMotte 1200 Colorimeter Copper Tester. 2 each water sample bottle, product code 0688, 12 each Colorimeter Tubes, w/caps, product code 0290 5 each Copper Reagent 30 mL, product code 6446-G 3 each 1PPM Copper Standard for Calibration 30 mL bottle E)Contract includes a base year and four (4) option year monitoring charge and activation of Model REMS Cellular Remote Engineer Monitoring System. Contractor will provide continuous system Monitoring and Analysis of system output setting to the flow cell to include system adjustments made as needed. This is a critical component for remote functions and real time display and alarms, system diagnostics, system configuration and all control function adjustments to monitor the system by the contractor. VA staff members will have view only access via internet site provided by contractor of the monitoring system. Contractor will provide written monthly system performance report (s), highlighting operation status parameters, discrepancies, and recommendations to resolve discrepancies. Contractor retains the sole responsibility for all adjustments and system configuration to ensure optimum results. F)Semi-annual Flow Cell Preventive Maintenance will include cleaning, descaling, decalcification and recalibrate. The contractor will perform this maintenance on four (4) Flow Cells per year. G)The contractor will perform replacement maintenance on eight (8) Flow Cells Copper Silver Electrodes within a five (5) year contract period. Each Flow Cell chamber contains sacrificial copper/silver electrodes with a short life span (by design) ranging from one (1) to three (3) years. Based on a two (2) year life cycle the contractor will plan on replacing eight (8) electrodes Flow Cells units to the flow cell during the five (5) year contract period. Contractor will provide a complete cost (door to door) for each Flow Cell replacement as part of this contract. i) Note: This cost will be used for each replacement during the contract period. Electrode replacement could be more or less depending on electrode plate consumption (wear) and Contractor will provide an agreement on copper silver electrode replacement cost per each Flow Cell to include a cost agreement for two (2) additional electrode replacement if needed. H) All work shall be in accordance with all applicable codes, and requirements - including but not limited to: OSHA, EPA, NFPA, and other related codes / standards. III.DELIVERY A)Performance of services shall be rendered as identified in Section II above. Scheduling of services shall be coordinated with VA's COTR (Plumbing Shop Supervisor, room BC-233, telephone 561-422-6655). Contractor shall report to the Plumbing Shop, room BC-233, prior to commencing work and after work is complete. i)Work shall be executed between the hours of 800a to 300p, Monday through Friday. ii)Government holidays shall be NO workdays for the contractor. iii)VA will provide NO tools, equipment, or labor. iv)VA will NOT receive, unload, load, or transport contractor materials. v)ALL work shall be coordinated with VA's COR, and contractor will be escorted by VA designated representative. vi)Workers are subject to all the rules of the Medical Center. vii)Contractor parking is in lots 18, 19, & 23 only. viii)NO deliveries accepted on Saturdays, Sundays and Government Holidays. B)Receiving dock open from 7:30a to 3:00p Monday thru Friday. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2 Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Price and Past Performance. Technical and past performance, when combined, are not equal to price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. Buy American Act - Supplies FAR 52.225-1, Evaluation of Options FAR 52.217-5, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.215-70, Representatives of Contracting Officers VAAR 852.270-1. The full text of the referenced FAR and VAAR clauses may be accessed electronically at https://www.acquisition.gov/far/index.html https://www.va.gov/oamm/oa/ard/policyreg/vaar/index.cfm Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offer Period: Bid MUST be good for 30 calendar days after close of Buy. Shipping Condition: Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the Government, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery Requirement: Delivery must be made within 30 days after receipt of order (ARO). No partial shipments are permitted unless specifically authorized at the time of award. SAM Requirement: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24814Q1474/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-Q-1474 VA248-14-Q-1474.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1599836&FileName=VA248-14-Q-1474-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1599836&FileName=VA248-14-Q-1474-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-Q-1474 VA248-14-Q-1474.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1599836&FileName=VA248-14-Q-1474-000.docx)
- Place of Performance
- Address: 7305 N Military Trail;West Palm Beach, FL
- Zip Code: 33410
- Zip Code: 33410
- Record
- SN03483658-W 20140829/140828022847-ee8171b3f5a001b5701ec8b3298c198d (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 |