Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
DOCUMENT

H -- Cooling Tower/Boiler Water Treatment Service - Attachment

Notice Date
7/21/2016
 
Notice Type
Attachment
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Section;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
VA25816Q0670
 
Response Due
7/29/2016
 
Archive Date
9/27/2016
 
Point of Contact
Steven Jeffers
 
Small Business Set-Aside
N/A
 
Description
The purpose of this sources sought is to conduct market research to see if there are any SDVOSB (Service Disabled Veteran Owned Small Business); or VOSB (Veteran Owned Small Businesses); or SB (Small Business) capable and interested in competing for this requirement. The following is a description of the work that will be entailed in Tucson, AZ beginning October 1, 2016. All interested parties shall respond by Noon MTN STD July 29th, 2016 if they are capable and interested in providing a quote for this work. An official RFQ is anticipated to be posted NLT Aug 15th, 2016 under VA258-16-Q-0670. SOUTHERN ARIZONA VA HEALTH CARE SYSTEM COOLING TOWER/BOILER WATER TREATMENT STATEMENT OF WORK 1. CONTRACT TITLE: Cooling Tower/Boiler Water Treatment Service 2. BACKGROUND: The Southern Arizona Veterans Affairs Healthcare System (SAVAHCS) cooling tower/boiler system requires once monthly treatment services to prevent fouling on metal surfaces, inhibit corrosion, sanitize, clean, disinfect and control biological growths with monthly water analysis and an annual requirement for tower cleanout. 3. GENERAL SCOPE: Contractor shall provide all necessary supervision, labor, materials, equipment and tools to perform Cooling Tower/Boiler Water Treatment Service at the Southern Arizona Veterans Affairs Healthcare System (SAVAHCS) located at 3601 South 6th Avenue Tucson, AZ 85723. Treatment service is to be conducted once monthly with annual cooling tower cleanout to minimize the likelihood of growth of Legionella Bacteria Disease. Water samples to be delivered to a Certified Legionella Testing Lab for Analysis (annually). This contract will be for a Base Year and Four (4) Option Years 4. SPECIFICATIONS OF COOLING TOWERS: B-57 2 each BAC (150T each) B-60 1 each BAC (200T) B-80 2 each Evapco (200T each) B-94 2 each BAC (200T) B-40 4 each Evapco (600T each) B-55 1 each BAC (400T) B-3 basement (50T) 5. BOILERS B-17 3 each 10,000 lbs/hr 6. SPECIFIC REQUIRMENTS: "Contractor to provide complete cooling tower/boiler water treatment to prevent fouling on metal services, inhibit corrosion, sanitize, clean, disinfect and control biological growths. "Contractor shall provide all necessary supervision, personal protective equipment, labor, materials, equipment, and tools to perform the service. "Vendor shall check chemical levels and fill as needed, and inspect on a regular basis to insure the integrity of the system. "Vendor must be able to respond within 2 hours of emergency call. "Chemicals other than chemicals in the day tanks located in tower yard, shall not be stored on site unless provisions have been made with VA staff. "Service visit shall be conducted once monthly and include the following: a) Conduct water analysis on the cooling towers, and boilers b) Inspect cooling towers for biological growth, foam, sludge, and proper system operation c) Control equipment is to be checked for calibration and proper operation, probes cleaned and adjustments made as test results dictate d) Inspect blow down solenoid valve e) Inspect and repair chemical pumps, injection points and check valves on all treated equipment. f) Ensure water flow is sufficient through all lines g) Maintain polyethylene tubing, valves and chemical pumps, provide loaner equipment in the event equipment malfunction until onside units are repaired or replaced h) Furnish and apply all products to retard scale and corrosion in condensing water circuits i) Furnish and apply biocides for the prevention of biological fouling in the circulating water systems j) Check chemical storage tanks and fill as necessary k) Ensure cycles of concentration are adjusted to minimize water that is discharged to the drain. l) Visually inspect operation of equipment and make note of any conditions that interfere with proper equipment operations and report to facility management personnel m) Furnish all test reagents, test equipment, and log sheets necessary to properly maintain the treatment program n) Supply copies of computerized reports listing findings and recommendations to the Operations Supervisor and or USRO, Boiler Plant Personnel. "Monthly, the service visit shall include: a) Water analysis on closed water circuits. b) Furnish and apply all products to retard scale and corrosion in closed loop water circuits. c) Inspect pot feeders for proper operation. d) Visually inspect operation of equipment and keep the treatment area neat, clean and orderly. "Quarterly, sample and test cooling tower sump water for the presence of the Legionella organism. Deliver Water Samples to a Certified Legionella Testing Lab for Analysis and report findings to Southern Arizona Veterans Affairs Healthcare System (SAVAHCS), Facility Management Service Line. Scope of work shall follow the provided policies and guidelines: VHA Directive 1061 - Prevention of Healthcare-Associated Legionella disease and scald injury from Potable Water Distribution Systems http://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=3033 OSHA Technical Manual (OTM) Section III: Chapter 7 https://www.osha.gov/dts/osta/otm/otm_iii/otm_iii_7.html ASHRAE Guideline 12-2000, Standard Minimizing the Risk of Legionellosis Associated with Building Water Systems for Legionella (reference CDC website) http://www.cdc.gov/legionella/about/prevention.html In accordance with VHA Directive 1061, the laboratory processing the water samples for Legionella must be certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program as proficient at performing the culture of Legionella species from environmental samples. "Annually, the following service shall include: a) Present yearly review of the treatment program, topics to include recommendations, effectiveness of existing program, results of equipment inspections and future consideration. b) Perform annual cooling tower cleanout to maintain tower fill, tower nozzles, and distribution decks from scale and debris accumulation. Flush sumps and basins to remove debris. The Building 3 basement cooling tower is excluded from this work. 7. TRAVEL: All travel shall be the responsibility of the Contractor 8. SMOKING POLICY: Smoking is not permitted within or around the VA, except in designated areas. 9. SAFETY AND FIRE PREVENTION: In the performance of this contract, the Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the building. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the COR may issue an order stopping all, or any part of the work. The Contractor shall in effect during the performance period of the contract. The Contractor personnel shall follow applicable facility policies concerning fire/disaster programs. 10. VA POLICY: Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 11. CHANGES: The contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which may affect the contract terms and conditions, quality, quantity, place, and/or delivery. It is highly encouraged and advised that the contractor contract the Contracting Officer for approval in the event there are changes prior to proceeding. No other individual has the authority to make binding changes and/or commitments. In the event that the contractor commits to such changes at the direction of any other person than the Contracting Officer, the changes shall be considered to have been made without proper authority and no adjustment shall be made in contract price to cover any increase in costs incurred as a result thereof. 11. HOURS OF WORK AND SCHEDULING: Performance of work shall be performed as specified herein Monday through Friday, with the exceptions of National Holidays between the hours of 7:30AM - 4:30PM. Contractor is not required to provide any service(s) on nationally recognized U.S. Government holidays, nor shall the contractor be paid for these holidays. If a holiday falls on a Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 12. OVERTIME AND HOLIDAYS: Any overtime and/or holiday pay that may be entitled to the Contractor's employee(s) shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 13. NATIONAL HOLIDAYS Listed below are the ten (10) national holidays. New Year's DayJanuary 1st Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/VA25816Q0670/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-16-Q-0670 VA258-16-Q-0670.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2889567&FileName=VA258-16-Q-0670-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2889567&FileName=VA258-16-Q-0670-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SAVAHCS;3601 S. 6th Ave;Tucson;AZ
Zip Code: 85723
 
Record
SN04191594-W 20160723/160721235717-ac58aa4a0af3183c0a56d976c64814f5 (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.