SOLICITATION NOTICE
S -- Contract for Boilers and Cooling Towers Treatment
- Notice Date
- 3/19/2020 9:38:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0249
- Response Due
- 3/27/2020 12:00:00 AM
- Archive Date
- 04/26/2020
- Point of Contact
- Jerry Choinski Jerry.Choinski@va.gov
- E-Mail Address
-
Jerry.Choinski@va.gov
(Jerry.Choinski@va.gov)
- Awardee
- null
- Description
- Page 17 of 17 Combined Synopsis Solicitation Providence VAMC Facilities Water Treatment Program Services (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24120Q0249 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. (iv) This requirement is being issued as an unrestricted open market. The associated NAICS code is 561210 Facilities Support Services and small business size standard is $41.5 million. (v) The Government intends to award a firm-fixed price award for Water Treatment Program Services. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Water Treatment Service in accordance with the Performance Work Statement. Contract Period: Base POP Begin: 04/01/2020 POP End: 03/31/2021 1.00 YR __________________ __________________ 1001 Water Treatment Service in accordance with the Performance Work Statement. Contract Period: Option 1 POP Begin: 04/01/2021 POP End: 03/31/2022 1.00 YR ________________ _________________ 2001 Water Treatment Service in accordance with the Performance Work Statement. Contract Period: Option 2 POP Begin: 04/01/2022 POP End: 03/31/2023 1.00 YR ________________ _________________ 3001 Water Treatment Service in accordance with the Performance Work Statement. Contract Period: Option 3 POP Begin: 04/01/2023 POP End: 03/31/2024 1.00 YR ________________ _________________ 4001 Water Treatment Service in accordance with the Performance Work Statement. Contract Period: Option 4 POP Begin: 04/01/2024 POP End: 03/31/2025 1.00 YR ________________ _________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide Water Treatment Program Services IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is the VA Providence Facility Locations: -Three (3) Cleaver Brooks boilers located at Building 10 and the two (2) BAC cooling towers and chilled water and glycol systems located at Building 1- Main hospital, Providence VAMC, 830 Chalkstone Avenue, Providence, RI 02908 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (Oct) 2018; 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.215-70 Service-Disable Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)(DEVIATION); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Jerry.Choinski@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 24-March-2020 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. 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:� Price (Follow these instructions): Offeror will complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act (SCA). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"" and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).� Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor will provide a quality control plan, which explains the offerors approach to quality control and methodologies. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.� For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Verified SDVOSBs will receive a 10% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $90.00). Verified VOSBs will received a 5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor. If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 3.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 2.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.204-13 System for Award Management Maintenance (Oct 2018); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018); 852.237-70 Contractor Responsibilities (APR 1984). Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (Providence, Rhode Island VAMC Providence County WD 15-4083 (Rev.-12) was first posted on www.beta.SAM.gov on 12/23/2019), 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due March 27, 2020 at 10:00 AM EST. RFQ responses must be submitted via email to: Jerry.Choinski@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Jerry Choinski (Jerry.Choinski@va.gov). Performance Work Statement Providence VAMC Water Treatment Contract Contractor shall provide weekly and monthly maintenance services and materials for the water treatment program for the three Cleaver Brooks boilers located at Building ten (10) and the two (2) BAC cooling towers and chilled water and glycol systems located at Building one (1) main hospital, 830 Chalkstone Avenue, Providence, RI 02908 The contractor will provide the following: 1. Technical Service and advice as requested. 2. Ongoing operator training and education to ensure proper water management, control and optimal efficiency. 3. Manpower to analyze samples of system water on a regular basis and make any necessary adjustment to the water management program. 4. Pre-boiler corrosion protection. 5. After-boiler corrosion protection. 6. Optimal efficiency in pretreatment equipment. 7. Removal of any existing deposition in the boiler. 8. Yearly borescope of the boiler. 9. Boiler test reagents. 10. Monthly testing of cooling tower and chilled water and glycol systems. 11. Cooling tower corrosion protection requirements. Phosphate/Phosphonate Polymer program. 12. Cooling tower biological program dual biocide: a. 45% glutaraldehyde one time per week 120 PPM b. Stabilized bromine three times per week 90 PPM 13. Chilled loop system treatment molybdate polymer based program. 14. Electronic testing reports. 15. Freight, shipping and handling to be included in contract. 16. It is the contractor s responsibility to ensure that the service representative report to Facilities Management Service, Building 6 Maintenance Shop prior to commencing inspecting, testing, or servicing the chilled water system in building 1. 17. It is the contractor s responsibility to ensure that the service representative report to Facilities Management Service, Building 10 Boiler Plant prior to commencing inspecting, testing, or servicing the three Cleaver Brooks boilers located in building 10. 18. At each location the technician will sign the logbook and receive an identification badge. The identification badge must be returned upon completion of service along with a copy of the service report. PAYMENT REQUEST WILL NOT BE PROCESSED UNLESS THESE CONDITIONS ARE MET. Such reports shall advise of any repairs or repair parts not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. 19. The VA staff person having the service rendered must sign inspection reports. 20. Inspections are to be coordinated with the B-10 boiler plant supervisor, (401) 273-7100, Ext. 3322 and the B-6 Supervisor Maintenance (401) 273-7100 x2102. Infection Control The Contractor shall conform to the infection control measures as specified in the attached Construction Specification for Infection Control. Preventive Maintenance Service will normally but not always be performed in a separate work area not subject to all the infection control procedures. Repairs and emergency repairs may be conducted in patient rooms and other hospital areas that are subject to infection control procedures. Work Hours and Project Sequence Routine PM and repair work can start as early as 7:00 am and work past 4:30 pm week days. Weekend work needs to be approved by the FMS Supervisor. Emergency service work will occur as conditions dictate. Duration This service contract will be for a Base Year, with four (4) one year options renewable at the discretion of the VA. INFECTION CONTROL MANUAL CONSTRUCTION SPECIFICATIONS VAMC, PROVIDENCE, RI FOR INFECTION CONTROL-1 PURPOSE To minimize the risk of infection during construction by maintaining the integrity of the environment. APPLICATION Will be determined by Chief of Facilities Management Service and Nurse Epidemiologist. EQUIPMENT REQUIRED Sheet fire retardant polyethylene, or other impervious barrier material, air moving and filtration devices , duct tape, clips, framing, and other materials or devices as needed. Sanders, power saws, etc. will have and will use built in dust collections systems as outlined in the construction specifications. COMMUNICATIONS The manager of the department where the work will take place, Facilities Management Services, Police and Security Service, Office of Safety and Infection Control Department will be notified of and /or involved in (as appropriate) the project prior to the start of work, including pre-construction meetings. Problems relating to infection control that arise, at any time, will be reported to the coordinator or to the department manager, as soon as possible. 5. PROCEDURE The area in which the construction will occur shall be isolated from the adjacent areas in the following manner unless an exception is authorized by the service chief of the area under construction. Determine if the HVAC system includes return air from the construction area. If so, divert to exhaust, if possible, add filtering to remove dust before it enters the return air system, or block off supply and exhaust grills (closed and covered). Install impervious barriers from floor slab above and wall to wall using framing, clips, and duct tape, as required, to maintain and secure the barrier seal. When work is in an extremely sensitive area such as the OR, double impervious barriers may be used. When ceiling envelopes, chases, and/or spaces are penetrated; barriers will be installed to contain movement of air and debris. Windows must be closed and air ducts shut down or capped, when appropriate. INFECTION CONTROL MANUAL CONSTRUCTION SPECIFICATIONS VAMC, PROVIDENCE, RI FOR INFECTION CONTROL-2 Anterooms (consisting of confined space beyond the barrier) will be provided at entrances to work areas to contain debris and provide workers an area to remove protective clothing or vacuum off clothing except when workers exit directly to the outside of the building. Compressed air will not be used to remove dust from clothing. Walk-off mats will be at the entrance to work areas during construction. Traffic will be minimized to and from the construction site. Alternative travel routes will be planned, as necessary. If elevators or stairways are within the field of construction, they must have proper barriers installed. Water damaged areas should be demolitioned first. This will be done under HEPA filter exhaust and containment. Waste will be bagged. This will reduce aerosol of microbial agent/fungi/spore escaping during the demolition and transport of this material out of constructions site. The air moving and filtration device will be placed into the construction/containment area and will operate to remove dust particles from air and exhaust to the outside. Negative pressure may be maintained in the construction site, and a daily record maintained during construction. Before any construction begins, workers will receive a mandatory infection control handout for training and instructions. Daily inspections will be conducted and documented during construction activities, by construction management, for contractor compliance with infection control requirements. Disruption, violation of barrier integrity, or loss of negative air must be reported to the project manager immediately. The following are examples of other methods which may be requested as appropriate to specific tasks and circumstances: Water misting of work surfaces to control dust during cutting, sweeping, and tasks which generate dust. Shutting down or covering air vents to construction areas during demolition activities prior to the beginning of construction and for the duration of the project. INFECTION CONTROL MANUAL CONSTRUCTION SPECIFICATIONS VAMC, PROVIDENCE, RI FOR INFECTION CONTROL-3 Using a ceiling access procedure with a mini-enclosure around the work area when construction activities are required in patient care areas outside of the construction site. Sealing all construction, holes, pipes, conduits, punctures, and/or exposures appropriately. Vacuum off clothes with a filtered vacuum cleaner prior to exiting the work site. Requiring workers to wear clean shoe covers each time they exit the work site when they travel to another area of the facility is necessary. When appropriate, construction barricade entrances will have gasketed doors with self-closing, latching hardware, and dampened wall-off mats. Environmental Cleaning Any dust tracked outside of the barrier must be removed immediately and as it accumulates. Cleaning in construction areas will be accomplished so as to minimize aerosolizing dust particles and may include use of resin control, damp mop, moist broom and /or HEPA filtered vacuum cleaner. Shovels and broader methods may be used to remove large debris. Debris removal from construction sites must be by a pre-determined route. Debris will be transported in clean containers with tight fitting covers. When construction is complete, a thorough clean up of the area is to be done by construction personnel prior to turnover to Facilities Management Services for final cleaning and dust barrier removal. The contractor will ensure that gross soiling is removed prior to removal of barriers. Facilities Management Services will treat barriers as debris (above) and remove them in a manner designed to minimize distribution of particles. Thorough final cleaning of all surfaces will be done by Facilities Management Services before the area is used to provide patient care. VA MEDICAL CENTER Infection Control Program INFECTION CONTROL FOR CONSTRUCTION WORKERS WHY INFECTION CONTROL IS IMPORTANT Hospital-acquired infections (nosocomial) affect 5 percent of all patients admitted to hospitals in the United States and can cause significant illness or even death. Not all of these infections are preventable; however, studies show that up to 32 percent of hospital acquired infections can be prevented when hospitals employ an active and effective infections control program. Hospitals patients are at risk for infection because the stresses of illness and invasive treatments weaken their immune system. In general, healthy adults who are to be at work do not have the same risk for acquiring infections. Our Infection Control Program is designed to identify and control situations that carry an increased risk for infection and to provide for a safe and healthful environment for patients and staff. During the construction project, you may be asked to do some things a bit differently to ensure that the environment is maintained as safe as possible for all. This information was developed through collaboration with the Infection Control Coordinator, Chief FMS, Safety Officer and Industrial Hygienist to help in explaining infection control aspects of construction in the hospital setting. DUST CONTROL POLICY Determine if the HVAC system includes return air from the construction area. If so, divert to exhaust if possible, add filtering to remove dust before it enters the return air system, or blocking supply and return vents. Install impervious barriers from floor to floor slab above and wall to wall using framing, clips and duct tape as required to maintain and secure the barrier seal. Report disruptions such as holes in the barrier and interruptions in the seal to the project manager immediately. Place the air moving and filtration device into the containment area and operate to remove dust particles from the air. Negative air pressure will always be maintained in the construction site at all times during construction. If work is in an extremely sensitive area such as the Operating Room, double barriers may be required. Project site must be completely contained before work begins and all penetrations into the construction site must be sealed. Windows must be closed and air ducts shut down or taped. Anterooms (consisting of confined space beyond the barriers) will be provided at entrances to the work area to contain debris and provide an area where workers can remove protective clothing or vacuum off personal clothing except when exiting directly to the outside of the building. Walk-off mats will be at entrances to work areas during construction. Traffic routes will be pre-determined and traffic to and from the construction site will be minimized.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/32bc7b9719ca481db2eb0fd1a7e252cc/view)
- Place of Performance
- Address: Department of Veterans Affairs;Providence VAMC;830 Chalkstone Avenue;Providence 02908, USA
- Zip Code: 02908
- Country: USA
- Zip Code: 02908
- Record
- SN05594378-F 20200321/200319230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |