SOURCES SOUGHT
J -- Chemical Flushing Closed Hot Water Loop System and Mechanical Hatch Probe Installation and Calibration
- Notice Date
- 4/24/2023 9:42:04 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0930
- Response Due
- 5/8/2023 4:00:00 PM
- Archive Date
- 07/07/2023
- Point of Contact
- Cristine Carmody, Contracting Specialist
- E-Mail Address
-
Cristine.Carmody@va.gov
(Cristine.Carmody@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this-- sources sought announcement must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Veterans Health Administration Loma Linda HealthCare System (VALLHCS). located at 11201 Benton Ave. Loma Linda, CA 92357 is seeking a potential qualified contractor that can provide CHEMICAL FLUSHING MAINTENANCE SERVICE FOR HOT WATER CLOSE LOOP SYSTEM, AND MECHANICAL HATCH PROBE INSTALLATION AND CALIBRATION Important information: The Government is not obligated to/nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220. DRAFT DRAFT LOMA LINDA VA MEDICAL HEALTHCARE SYSTEM Chemical Flushing Maintenance Service for Hot Water Close Loop System, and Mechanical Hatch Probe Installation and Calibration PART 1 GENERAL INFORMATION GENERAL: This is contract is to perform the Chemical Flushing Treatment of the Hot Water Closed Loop Systems in the Valor Building, Cancer Center, and Outpatient Pharmacy; and calibration of PH probes for Hatch System in the Mechanical Room located at the Veterans Health Administration Loma Linda HealthCare System Campus (VALLHCS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform chemical flushing services to closed hot water loops for the boilers in the following buildings of the Veterans Health Administration Loma Linda HealthCare System (VALLHCS). The Cancer Center, Valor Buildings, and Outpatient Pharmacy and Mechanical Room as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Background: The closed loop hot water systems withing the Valor Building, Cancer Center, and Outpatient Pharmacy have not been maintained properly. This interruption has caused the buildup of corrosion within the copper piping and failure of the Hach CL17-PH probe in the Mechanical Room causing inaccurate PH readings. The probe is part of the domestic water monitoring program responsible for PH readings for the entire hospital campus. Objectives: The service will be used to provide chemical flushing with the proper inhibitor to remove corrosion growth to preserve and increase longevity of the hot water loop equipment s lifecycle. As well as for the installation and calibration of a new probe for the Hach CL17-PH Hach System. Scope: On-Location Chemical flushing of the Hot Water Loop System and Hatch PH probe installation and calibration to include the following: Check in with Boiler Plant personnel daily. Provide daily work schedule to Boiler Plant personnel daily. Use proper protective gear while working on VA property. Ensure ALL energy sources (electrical, water, etc.) are locked/tagged-out prior to work. Ensure ALL energy sources (electrical, water, etc.) are re-energized and operational after completion of work. Provide all documentation on new equipment. Hot Water Loop System Chemical Flush Requirements: Safety Data Sheet (SDS) for ALL chemicals being used. Properly store chemicals while on the VALLHCS property in an approved cabinet based on the nature of the chemical. COR will provide location of those cabinets on site. Valor Building # 30 Chemical Flushing of hot water closed loop system. Contractor shall inject biodegradable cleaning chemical to the entire closed hot water loop system. Contractor shall circulate biodegradable chemicals until the hot water loop system flows clear water with no evidence of rust. Contractor shall flush hot water loop system into the roof drain. Contractor shall add the inhibitor sodium nitrite to the hot water loop system to maintain sodium nitrite levels at 300-1000 parts per million (PPM) for the hot water loop system. Contractor shall put the hot water loop system back in operation. Cancer Center Building # 31 Chemical Flushing of hot water closed loop system. Contractor shall inject biodegradable cleaning chemicals to the entire closed hot water loop system until the hot water loop system flows clear water with no evidence of rust. Contractor shall flush hot water loop system into the closest roof drain. Contractor shall add inhibitor sodium nitrite to the hot water loop system to maintain a sodium nitrite level of 300-1000 ppm on the hot water loop system. Contractor shall put the hot water loop system back in operation. Outpatient Pharmacy Building # 20 Chemical Flushing of hot water closed loop. Contractor shall inject biodegradable cleaning chemical to the entire close hot water loop system. Contractor shall circulate biodegradable chemical until the hot water loop system flows clear water with no evidence of rust. Contractor shall flush hot water loop system out into the closest roof drain. Contractor shall add inhibitor sodium nitrite to the hot water loop system to maintain a sodium nitrite level of 300-1000 ppm on the hot water loop system Contractor shall put hot water loop system back in operation. Hatch Probe Installation and Calibration: Contractor shall remove the old CL 17PH probe from the Hach System located in Mechanical Room; 1D-10. Install new non-proprietary CL 17PH probe. Calibrate probe to verify PH reading are to standards. On location Service to Loma Linda VA Medical Center located at: 11201 Benton Street Loma Linda, CA 92357 Period of Performance: The period of performance shall be a one-time service. The Period of Performance reads as follows: One time service to be provided within 60 days of contract acceptance. General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 30 working days. Monday thru Friday except Federal Holidays. Starting time 0600-1600 All work will be coordinated with the COR. After acceptance of the quality control plan the contractor shall receive the contracting officer s acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The contractor will guarantee workmanship and all parts furnished by the contractor for a period of one (1) year from the date of installation. Warranty for labor will be 1 year from service provided. 1.6.3 Recognized Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Day Christmas Day Independence Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 6:00 am to 4:00 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: Loma Linda VA Medical Center 11201 Benton Street Loma Linda, CA 92357 1.6.6 Type of Contract: The government will award a (Type of contract to be determined by CCE and the customer). 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Using all standard lock out tag out safety standards. 1.6.7.2.2 Tobacco Use: The use of all tobacco products is strictly prohibited while on Government property this includes vapes, vape pens, etc. 1.6.8 Special Qualifications: Contractor shall: Schedule with Contracting Officer Representative (COR) or Designee five (5) business days prior to start of work. Conform to the following standards, policies, regulations, governing agency, and any other local, state, or federal guidelines that are not listed here. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org. Be licensed in the State of California with the one or more of the following: B -General Contractor License, or C-36 Plumbing License and, or C-4 Boiler, Hot Water, Heating, and Steaming fitting contractor. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10.1 Over and Above Repair: Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract). 1.6.11 Key Personnel: The follow person is considered key personnel by the government: Fernando Castaneda, Utilities System Supervisor (909) 825-7084 x 2422 Fernando.castaneda@va.gov. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 6:00 am to 4:00 pm, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. PART 2 DEFINITIONS & ACRONYMS DEFINITIONS AND ACRONYMS: DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORKDAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: CFR Code of Federal Regulations COR Contracting Officer Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 CO Contracting Officer OCI Organizational Conflict of Interest POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to: cristine.carmody@va.gov . All information submissions to be marked Attn: Cristine Carmody, Contract Specialist and should be received no later than 4:00 pm PST on May 8, 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/012bee0a49be49849826c6f85b038d62/view)
- Place of Performance
- Address: Loma Linda VA Healthcare System 11201 Benton Street, Loma Linda 92357
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN06660849-F 20230426/230424230119 (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 |