DOCUMENT
H -- Boiler-Tower water chemistry/treatment/testing - Attachment
- Notice Date
- 9/20/2014
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24714Q1685
- Response Due
- 9/24/2014
- Archive Date
- 1/1/2015
- Point of Contact
- Janica Francis-Hunter
- E-Mail Address
-
ment
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation Number: VA-247-14-Q-1685 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-14-Q-1685 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 541620, and the size standard is $14 million. (v) This requirement consists of the following: BASE YEAR: 10/01/2014-9/30/2015 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 1. Boiler plant to include the following equipment:12MO$____$____ Contractor shall provide boiler and cooling tower chemical water treatment supplies and services in accordance with requirements contained herein for the following list of equipment during the period October 1, 2014 through September 30, 2015 (Fiscal Year 2015): A. Clever Brooks Fire Tube Boiler Model # 125 HP Location: Boiler Plant B. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant C. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant D. Deaerator Feed Water Tank Location: Boiler Plant 2. Chiller plant to include the following equipment:12MO$____$____ A. Chiller Plant Cooling Tower Model # 2000 Ton Location: Outside of Chiller Plant B. Cooling Tower Model # 1000 Ton Location: Outside of chiller plant BASE YEAR TOTAL $ OPTION YEAR 1: 10/01/2015-9/30/2016 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 1. Boiler plant to include the following equipment:12MO$____$____ Contractor shall provide boiler and cooling tower chemical water treatment supplies and services in accordance with requirements contained herein for the following list of equipment during the period October 1, 2014 through September 30, 2015 (Fiscal Year 2015): A. Clever Brooks Fire Tube Boiler Model # 125 HP Location: Boiler Plant B. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant C. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant D. Deaerator Feed Water Tank Location: Boiler Plant 2. Chiller plant to include the following equipment:12MO$____$____ A. Chiller Plant Cooling Tower Model # 2000 Ton Location: Outside of Chiller Plant B. Cooling Tower Model # 1000 Ton Location: Outside of chiller plant OPTION YEAR 1 TOTAL $ OPTION YEAR 2: 10/01/2016-9/30/2017 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 1. Boiler plant to include the following equipment:12MO$____$____ Contractor shall provide boiler and cooling tower chemical water treatment supplies and services in accordance with requirements contained herein for the following list of equipment during the period October 1, 2014 through September 30, 2015 (Fiscal Year 2015): A. Clever Brooks Fire Tube Boiler Model # 125 HP Location: Boiler Plant B. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant C. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant D. Deaerator Feed Water Tank Location: Boiler Plant 2. Chiller plant to include the following equipment:12MO$____$____ A. Chiller Plant Cooling Tower Model # 2000 Ton Location: Outside of Chiller Plant B. Cooling Tower Model # 1000 Ton Location: Outside of chiller plant OPTION YEAR 2 TOTAL $ OPTION YEAR 3: 10/01/2017-9/30/2018 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 1. Boiler plant to include the following equipment:12MO$____$____ Contractor shall provide boiler and cooling tower chemical water treatment supplies and services in accordance with requirements contained herein for the following list of equipment during the period October 1, 2014 through September 30, 2015 (Fiscal Year 2015): A. Clever Brooks Fire Tube Boiler Model # 125 HP Location: Boiler Plant B. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant C. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant D. Deaerator Feed Water Tank Location: Boiler Plant 2. Chiller plant to include the following equipment:12MO$____$____ A. Chiller Plant Cooling Tower Model # 2000 Ton Location: Outside of Chiller Plant B. Cooling Tower Model # 1000 Ton Location: Outside of chiller plant OPTION YEAR 3 TOTAL $ OPTION YEAR 4: 10/01/2018-9/30/2019 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 1. Boiler plant to include the following equipment:12MO$____$____ Contractor shall provide boiler and cooling tower chemical water treatment supplies and services in accordance with requirements contained herein for the following list of equipment during the period October 1, 2014 through September 30, 2015 (Fiscal Year 2015): A. Clever Brooks Fire Tube Boiler Model # 125 HP Location: Boiler Plant B. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant C. Clever Brooks Fire Tube Boiler Model # 250 HP Location: Boiler Plant D. Deaerator Feed Water Tank Location: Boiler Plant 2. Chiller plant to include the following equipment:12MO$____$____ A. Chiller Plant Cooling Tower Model # 2000 Ton Location: Outside of Chiller Plant B. Cooling Tower Model # 1000 Ton Location: Outside of chiller plant OPTION YEAR 4 TOTAL $ GRAND SUM TOTAL FOR ALL PERIODS $___________ (vi) The following is a detailed description of the requirements for this solicitation: STATEMENT OF WORK BOILER PLANTS Chemical Water Treatment Supplies and Services Boiler plant chemicals - provide labor, materials, personnel and allied transportation and lodging to perform monthly testing of the boiler and cooling tower water at the VA Medical Center, 109 Bee Street, Charleston, SC. this testing should be performed on or around the tenth (10th) of each month. Testing will include the following analysis: cooling tower water-P.H. hardness, phosphate (total), alkalinity, conductivity. Analysis of boiler water-for tannin, hydroxide (causticity), phosphate (total), sulfite, conductivity. Company will provide all chemicals, provide EPA certified laboratory analysis of samples, provide training on water testing and handling of hazardous chemicals, provide MSDS sheets, 20% discount on all parts needed for repairs, recommendations on equipment. Chemical Water Treatment Contractor Qualifications: 1.The contractor shall have been in business at least five years providing chemical treatment of boiler plant and steam distribution systems similar in design and annual steam production rates to that of the VA facility. Provide a list of at least five customers similar to VA who have utilized the services for boiler chemical treatment for at least three years. 2.One water treatment specialist who has a bachelor's degree in chemical engineering or the physical sciences from an accredited college or university shall be assigned to this contract. 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 utilize boiler water treatment programs. 3.The water treatment specialist assigned must be located within 100 miles of the site to enable reasonable response times to requests for site visits. 4.The contractor must operate (or continuously 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 Chemist shall supervise the laboratory. Chemicals, Testing Supplies and Water Treatment Database 1.Provide all chemicals, test kits, test reagents, corrosion coupons, and instructional materials as necessary to comply with all contract requirements. Deliver to the boiler plant supervisor or his/her designate. 2.Chelant-based chemicals are not permitted. 3.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 VAMC utilizes boiler steam for food preparation and for humidification. 4.Furnish on site chemical storage containers with secondary containment. Provide bulk delivery service which delivers the chemicals directly into the on-site storage containers with no assistance necessary from VA employees other than to provide access. 5.All existing chemicals, which are suitable for the contract program, will be utilized prior to the use of any new chemicals. 6.Submit MSDS sheets for all chemicals utilized during the performance of services under this contract. The MSDS sheets will accompany delivery of the chemicals. 7.All chemical containers shall be labeled with complete information on 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 when they are no longer needed at the site. 8.The vendor is requested to detail water treatment internet database capabilities and the following features are desired: 9.Secure password protected access for each manager and their chosen operators. Access from any where via the internet. Zero software requirements internet browser supported. 10.Ability for operators to record routine tests log data online. Retrieve service reports, operator logs, laboratory analysis, corrosion coupon reports, inventory, digital images, MSDSs, product data sheets, technical papers, procedures, surveys, and training information. 11.Graphing and trending capabilities for any recorded service report and or facility operator test data entries. Ability of data base system to routinely accept data ( i.e., conductivity, ORP, ph, tank level sensors readings) electronically from the facility's water treatment controllers. 12.Graphing and trending capabilities that compare entries of wet test data with controller sensor data. Ability to set alarms and assign recipients for email alarm notifications for chosen test variables of service report and/or operator log entries. 13.Multiple security levels for various users. Vendor training and in-services on use and navigation of the database system. Performance Requirements: 1.Total hardness in feedwater shall be less than one part per million (ppm). Advise VA personnel on proper softener monitoring and operation. 2.Dissolved oxygen in the feedwater shall be 7 parts per billion (ppb) maximum with oxygen scavenger treatment temporarily suspended. If it exceeds 12 ppb, provide recommendation to boiler plant supervisor that deaerator must be inspected and repaired. 3.Prevent embrittlement of boiler pressure vessels. 4.Condition the boiler sludge to obtain effective bottom blow off. 5.Boiler residual of sodium sulfite, 30-60 ppm. 6.Boiler phosphate residual, 20-40 ppm. 7.Total dissolved solids (TDS) in boilers as high as possible, but not to exceed 4000 ppm. 8.Total alkalinity in boilers 800 ppm maximum (1/5 x solids TDS). 9.Maximum suspended solids in boilers 350 ppm, maximum silica 250 ppm. 10.Boiler polymer dispersant residual as recommended by supplier. 11.There shall be no "pitting" corrosion. 12.There shall be no scale and deposit formation in the boilers. 13.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. 14.Control boiler water chemistry to minimize blowdown and thus improve efficiency. 15.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 steam system header in order to achieve even dispersal throughout the distribution system. 16.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. 17.Establish layer of magnetic iron oxide (black or dark gray in color) on all steel surfaces as a corrosion barrier. VAMC Feedwater - Average Test Results for the Past Three Calendar Years: 201020112012 HardnessNot testedNot testedNot tested IronNot testedNot testedNot Tested ConductivityNot testedNot testedNot tested DA OxygenNot TestedNot TestedNot Tested % Condensate Return60%58%40% LBS Steam Gross97,042,91196,674,48489,808,101 VAMC Typical Make-Up Water Analysis: pH8.5 AlkalinityNot Tested Hardness<1 Conductivity130 Suspended solidsNot Tested SodiumNot Tested SilicaNot Tested On-Site Services: 1.Provide complete written instructions, supplemented by oral instructions and demonstrations, to boiler plant personnel for their performance of routine water tests and for feeding the chemicals into the systems. The instructions shall cover all aspects of safe chemical handling and safe and accurate testing, and proper chemical feed quantities and methods to suit the plant operating parameters and water treatment performance requirements. 2.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. 3.As a minimum, perform the following tests weekly, provide complete written reports with all test results and recommendations, and review reports with plant supervisor: a.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. b.Make-up water including soft water, pH, alkalinity, hardness, total dissolved solids, suspended solids and silica. c.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 temporarily suspended so that feedwater deaerator performance can be evaluated. d.Boiler water: Total dissolved solids, suspended solids, sulfite, phosphate, and alkalinity. e.Continuous blowdown systems: Check calibration and settings monthly. f.Chemical feed systems: Advise plant supervisor on adjustments to maintain proper chemical dosage and feed rates and blowdown rates. 4.Visit the plant weekly during the first three months of a new contract. After three months, visit the plant every other week or as agreed upon by the government representative. 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. 5.Conduct waterside inspection of boilers, feedwater deaerator and condensate storage tank at least once per year. Through the Contracting Officer's Technical Representative (COTR), 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. 6.Provide recommendations on wet and dry boiler lay-up procedures, including monitoring, of boilers not in service. 7.Provide recommendations on proper operation of continuous boiler blowdown systems and boiler bottom blow off procedures. 8.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. 9.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 as necessary provided, and tests performed as necessary to confirm that desired results are achieved. 10.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. VA Boiler Plant Staff Responsibilities: The plant personnel will perform routine testing for chemical residuals, conductivity, hardness, alkalinity, pH, chloride, silica, iron and copper, and other tests as recommended by the water treatment specialist. Requests for Proposals (RPF): 1.Prospective contractors are required to submit proposals for a complete chemical treatment program required for this medical center. Completely respond to the "Qualification Requirements" in this "Statement of Work" including qualifications and experience of the water treatment company and the water treatment specialist, and information on the state certified testing laboratory that will be utilized. 2.For informational purposes, submit a breakdown of costs to include proposed chemicals, feedrates, annual projected usage and unit costs based on the above requirements and previous usage. 3.Visit the site and meet with the boiler plant supervisor and Contracting Officer's Technical Representative (COTR) to discuss the existing conditions and the proposed plan for chemical treatment and monitoring of results. Administrative Requirements: 1.All on site work is to be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. 2.All work to be performed during the normal daytime working hours (0:800-4:30 pm) of the boiler plant supervisor, Monday through Friday, excluding National Holidays. 3.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 COTR. A separate purchase order will be issued to cover the costs associated with these extra tests upon request and justification from the contractor. 4.Provide information on the normal time delivery time for chemicals. Provide method for emergency chemical deliveries. 5.A laboratory certified by the State shall perform laboratory work. 6.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 COTR. 7.Provide emergency response, including a site visit if requested, within one business day of request. Maintain a toll-free (800) telephone number and e-mail and pager system for 24-hour access. 8.Respond to routine communications within two business days with a visit as necessary. 9.Failure to achieve required performance goals will be justification for termination of contract. 10.Immediately prior to commencing the chemical treatment contract, VAMC will arrange for an internal inspection of each boiler by the boiler plant supervisor and the contractor's (chemical supplier) field representative. A visual and written record of the condition of each of the boilers will be signed by the contractor and the VAMC representative. Upon termination of the contract, a similar inspection will be conducted. Any deterioration in the boiler conditions attributable to the contractor's program shall be corrected by the contractor at no additional cost to VA. Submittals Required for all Products and Services: 1.Three hard copies of all information. 2.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, MSDS sheets. 3.Products, quantities and projected yearly costs. 4.Personnel: Names, office address, resumes. 5.List of at least five customers with contact information. --END OF SOW- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same type and kind of services specified in this solicitation. 2.Documentation that confirms the company/employees have the required licensing and certifications for performing the same type and kind of services specified in this solicitation. 3.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than September 22, 2014, 2pm EST to Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE September 24, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q1685/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-Q-1685 VA247-14-Q-1685.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1645325&FileName=VA247-14-Q-1685-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1645325&FileName=VA247-14-Q-1685-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-Q-1685 VA247-14-Q-1685.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1645325&FileName=VA247-14-Q-1685-000.docx)
- Place of Performance
- Address: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, SC
- Zip Code: 29403
- Zip Code: 29403
- Record
- SN03521439-W 20140922/140920233517-6f5018e7facd8257978de75b1988557d (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 |