DOCUMENT
H -- Boiler/Cooling Tower Water Treatment - Attachment
- Notice Date
- 7/20/2016
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26216Q1091
- Response Due
- 7/26/2016
- Archive Date
- 9/24/2016
- Point of Contact
- Randy Corry
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under VA262-16-Q-1091. This requirement is set-aside for small businesses, NAICS code is 221310 and the size standard is $27.5 Million. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. STATEMENT OF WORK (SOW) 1. OBJECTIVE The contracting company shall provide water treatment for 3 Water Tube Boilers and 4 Ceramic Cooling Towers at the VA Long Beach Healthcare Facility. The contractor shall provide all labor, tools and supervision, chemicals and equipment necessary to complete the requirements of this Statement of Work. The coilers and cooling towers are located at the VA Long Beach Utility Plant (Building 5), 5901 E. 7th Street. Long Beach, CA. 90822 2. BACKGROUND The water treatment is necessary for the boilers and cooling towers located at VA Long Beach. The water supply that comes from the city contains hardness, turbidity, and high conductivity. If the water that feeds the coilers and cooling towers is not treated, it can easily build up scales and reduce heat transfer. Water that is not properly treated can harm the metals with rust and corrosion and damage the internal metal of the vessels. Chemical treatments help dissolve and reduce mineral deposits (like calcium build-up), prevent rust and corrosion and help prevent the growth of bacterial pathogens like legionella. In addition, chemical treatments can reduce the cost of producing team and chilled water. Water treatments will reduce operating costs and avoid costly repairs for the VA Healthcare Facility. 3. SCOPE Work shall be performed within the VA facility in Building 5 the Utility Plant of the Long Beach VA Healthcare System located at: 5901 E. 7th Street. Long Beach, CA 90822 The contractor shall check in and coordinate with the Boiler Plant Supervisor prior to performing any of the following tasks, they are also instructed to check in with the Boiler Plant Supervisor prior to performing any tests, refilling any chemicals and while on site will need to check in and check out; "The Contractor shall provide all chemicals as needed for water treatments for the boilers (anime, phosphate and sulfite, etc.) and cooling towers (inhibitor, biocide, and corrosion control) during the course of this contract based on the condition of the City Water supply. "The Contractor shall monitor the chemical feeding automation. The Contractor shall visit the plant, at a minimum, two times per month and physically check the automated chemical feeders. The Contractor shall make sure the chemical feed automation is operating satisfactorily prior to doing any test calibrations or adjustments. Any discrepancies in the chemical feed automation shall be reported to the Boiler Plant Supervisor immediately. "The Contractor shall provide telephonic technical support to the customer 24 hours a day, 7 days a week. The Contractor shall provide on-site support, within 24 hours of a request for on-site servicing, as required throughout the course of this contract. "The Contractor shall provide reagents test kits and liquid solutions for testing the boiler water (testing to be done by the boiler operators). The Contractor shall perform safety checks before placing the coiler and cooling towers in operation and confirm that all systems are in satisfactory working condition and the chemical levels are within allowable parameters (phosphate: 30-60 ppm, sulfite: 30-60ppm, amine: 8.0-8.5 pH, conductivity for boiler water: 3,000-4,000 micromhos, soft water hardness: 0-3 grain, etc). "The Contractor shall provide second hand containers for all chemical feed tanks used at the plant. "The Contractor shall provide pumps feeders (6 total) with independent, adjustable pump output strokes to prevent scale formation and rust corrosion to steam pipes and chiller condenser water pipes. "FULLY CERTIFIED IN HANDLING CHEMICAL SPILLS, CLEANUPS, RECOVERY AND DISPOSAL OF CHEMICALS AND HAZARDOUS IN THE EVENT OF CHEMICAL LEAKS OR SPILLS, THE CONTRACTOR SHALL PROVIDE A CLEANUP CREW THAT IS MATERIALS, AT NO ADDITIONAL COST TO THE GOVERNMENT. "THE CONTRACTOR SHALL CLEAN THE 3 GOVERNMENT OWNED COUPON RACKS AND PROVIDE A NEW FILTER (3 TOTAL) EVERY 90 DAYS. "The Contractor shall provide two chemical feed lines to the new derating tank. "The Contractor shall check the conductivity of the water in the cooling towers and decrease or increase cycles based on the results of the water conductivity test. "The Contractor shall provide 3 extra coupon filters and reagent solution to be used in case of emergency. "The Contractor shall conduct an annual inspection of the boiler drums and chiller condenser barrels. The Contractor shall provide personnel trained and certified to do these inspections. "The Contractor shall provide a monthly written report of the test analysis performed during that month and the current condition of the boilers and cooler tower water systems. "The Contractor shall provide a one time, 2-hour, hands-on-training to all VA Boiler plant operating personnel (Approximately 9 people) The training conducted will be on performing water test samples for the boiler and cooling towers (sulfite test, alkalinity test, P&M test, water hardness test, amine test, PH condensate test and phosphate test, etc). "Prior to contract completion the Contractor shall provide a report detailing the work performed during the course of this contract on the boilers and cooling towers, to include the physical condition of the boiler steam systems, mud drums, derating tank internal vessel, and chiller condenser tubes. Upon completion of all work the contracting company will need to notify the Boiler Plant Supervisor for verification of job being performed in accordance to the SOW. 4. PERFORMANCE MONITORING The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. COR/Boiler Plant Supervisor Contact Information: Name:Christopher Alexander Section:Engineering/Boiler Plant Address:5901 E. 7th Street Long Beach, CA. 90822 Phone Number:562-335-9949 Fax Number:562-826-5942 E-Mail Address:Christopher.Alexander8@va.gov 5. SECURITY REQUIREMENTS N/A 6. PERIOD OF PERFORMANCE The period of performance will be two weeks from the date the purchase order is awarded. HOURS OF WORK: VA Long Beach Healthcare System 6:00 AM - 3:30 PM ** Excluding National holidays. NATIONAL HOLIDAYS: New Year's DayJanuary 01 Martin Luther King's BirthdayThird Monday in January President's DayThird Monday in February Memorial DayLast Monday in May Independence DayJuly 04 Labor DayFirst Monday in September Columbus DaySecond Monday in October Veterans DayNovember 11 Thanksgiving DayFourth Thursday in November Christmas DayDecember 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. OVERTIME & HOLIDAY PAY: Any overtime and/or holiday pay that may be entitled to the Contractor's employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for "availability" or "on-call" services unless otherwise provided herein. CONTRACTOR PERSONNEL BACKGROUND REQUIREMENTS The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of SensitivityBackground investigation levelApproximate Cost Low RiskNational Agency Check with Written Inquiries$ 231.00 Moderate RiskMinimum Background Investigation$ 825.00 High RiskBackground Investigation$ 3,465.00 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. CONTRACTOR PERSONNEL The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor's Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. A.PROGRAM MANAGER Company Name: Address: Phone No: Contact Name: Email: CONTRACTOR EMPLOYEES The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). BADGE 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 facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. SMOKING: Contractor personnel may smoke only in designated areas. It is the responsibility of the VISN 22 Healthcare Facilities to provide a safe and healthful environment for employees and patients and to serve as a leader in community health awareness and education. It is in fulfillment of this obligation that the facilities are committed to the establishment of a smoke-free environment. This policy applies to every location in the Healthcare Facilities. There shall be no smoking within 25 feet of all entrances to buildings. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. ADP SECURITY: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at all Healthcare Facilities are essential. Software installed on each PC is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the Healthcare Center's ADP Security Committee shall investigate and recommend corrective action to the appropriate agency. INSURANCE COVERAGE 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. 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. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. INVOICING & PAYMENT Contractor shall list in the space below the name(s) and Address(es) of customer service department with whom the Government facilities shall place orders: Company Name: Address: Phone No: Fax No: Contact Name: Email: The Contractor shall submit in arrears a properly completed itemized invoice in accordance with FAR clauses 52.212-4(g) Contract Terms and Conditions - Commercial Items via OB10 www.ob10.gov Invoices submitted for payment shall be reviewed for accuracy and shall be subject to approval by the Government prior to issuance of payment. The invoice MUST be itemized to include the following information. 1.Facility name and address where service was provided 2.Contract number 3.Purchase order number 4.Quantity 5.Cost 6.Date No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i) Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required. Applicable Documents Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size d. RFQ Number VA262-16-Q-1091 e. Requested Delivery date: 30 days after receipt of order (ARO) Place of Performance: Long Beach VA Healthcare System 5901 E. 7th St Long Beach, CA 90822 This solicitation document incorporates provisions and clauses. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.204-14, Service Contract Reporting Requirements (JAN 2014) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns (OCT 2014) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-54, Employment Eligibility Verification (OCT 2015). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-5, Trade Agreements (FEB 2016) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.233-3, Protest After Award 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) 52.212-1, Instructions to Offerors Commercial Items 52.212-2, Evaluation Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation 2013-O0019) (July 2014) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2015) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70, Commercial Advertising (JAN 2008) 852.246-71, Inspection (JAN 2008) 852.232-72, Electronic Submission of Payment Requests (NOV 2012) 852.237-70, Contractor Responsibilities (APR 1984) This RFQ closes Jul 27, 2016 at 3:00 pm, Pacific Standard Time (PST). All quotes must be emailed to Randy Corry at Randy.Corry@va.gov The point of contact for this solicitation is Randy Corry at Randy.Corry@va.gov. Please include RFQ VA262-16-Q-1091 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. A complete SAM registration means a registered DUNS and possession of an individual CAGE Code number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q1091/listing.html)
- Document(s)
- Attachment
- File Name: VA262-16-Q-1091 VA262-16-Q-1091.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2887733&FileName=VA262-16-Q-1091-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2887733&FileName=VA262-16-Q-1091-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-16-Q-1091 VA262-16-Q-1091.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2887733&FileName=VA262-16-Q-1091-000.docx)
- Place of Performance
- Address: VA Long Beach Healthcare Center;5901 E. 7th St;Long Beach, CA 90822
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN04189099-W 20160722/160720234415-0e542f60598b8e0dd88a2677947a6e0c (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 |