Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2023 SAM #7920
SOURCES SOUGHT

J -- Deionized Tank Exchange/Reverse Osmosis Maintenance

Notice Date
8/2/2023 5:35:10 PM
 
Notice Type
Sources Sought
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1581
 
Response Due
8/14/2023 10:00:00 AM
 
Archive Date
09/13/2023
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@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. Responses to this sources sought notice 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 businesses interested and capable of providing the services described below. VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking a contractor to perform Maintenance of Reverse Osmosis (RO) Systems and Exchange of Deionized (DI) Water Tanks at the VA Greater Los Angeles, VA Sepulveda facility and the Nursing Home Center campus. Service under this full-service contract include but are not limited to: Full-Service Maintenance Service, Preventative monthly maintenance inspections (PMI s), & Intervening service calls for Government-owned Reverse Osmosis Water Systems. Regeneration for Government-owned Soft Water Tanks. Rental and maintenance of hot & cold-water softener units. Rental and exchange of Deionized Water Tanks. The contractor will perform the preventative maintenance, testing and inspections below but are not limited to: Preventive Maintenance Inspection Reverse Osmosis Water Systems: All work performed shall be accomplished in accordance with manufacturer s instruction including, but not limited to adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, required to keep to equipment in optimum operating condition. Cleaning and disinfection shall be done quarterly. Monthly Preventative Maintenance Inspections for the Reverse Osmosis Water Systems shall include by not be limited to: Replace softener tanks as needed. Replace salt for brine rank. (Note: Salt level not to exceed two grains per gallon (GPG). (IAW AAMI 2001 Standards). Delivery to patient area 0.00 Milligrams per Liter (mg/L). Check UV Lamp. (Replace @8000 hours). Check UV Lamp Sleeve on as-needed basis (during annual sanitation or during replacement of UV lamp, or if UV lamp gauge red light comes on, or goes below manufacturers recommended limits). Inspection of all gauges for acceptance range of pressure drops. When the pressure drops indicate a potential problem with the component(s) between two (2) consecutive gauges (hi/Low Sanitation) these components are to be exchanged, replaced, or back flushed as appropriate. Routine physical cleaning of thin film composite membranes as needed. RO membrane replacement, as needed to maintain proper rejection rates. Quality of water from RO Water System is to be maintained above 90%. Periodic laboratory analysis of products water for total dissolved solids, Maximum acceptable level of feed water is total dissolved solids (TDS) 600 PPM. Expected quality of the RO product water shall be 90% or better than the feed water. Change all filter elements, as needed (excluding 2-micron post filters). Exchange on each Chloramine Removal Carbon Unit per calendar month as needed (when total chlorinate is 0.09 ppm or >). Each replacement unit shall be full cnad contain low fine virgin carbon with a minimum iodine number of 900. Replacement tanks shall also have a gravel underbed. All tanks shall be labeled with this information and this information shall also be provided on the service report. In addition to Monthly PMI s the contractor shall conduct the following services: Perform Diagnostics Test of Program Logic Controller semi-annually. Monitor chemical contaminants yearly. Contaminants should not exceed the AAMI maximum levels of chemical contaminants as listed below: ACTUAL VALUES OF CONTAMINANT COMPARED WITH SUGGESTED MAXIMUM LEVELS OF POST-RO PROJECTIONS Tap Water Supply ANSI/AAMI Suggested Maximum Level (mg/L) Predicted Post-RO Contaminant (mg/L) (mg/L) (mg/L) Aluminum 0.099 0.01 0.005 Antimony 0.006 0.006 Arsenic 0.05 0.005 0.002 Barium 0.03 0.1 0.0015 Beryllium 0.004 0.0004 Cadmium <0.01 0.001 <0.0005 Calcium 18.00 2 (0.1 mEq/L) 0.90 Chloramines 0.1 0.1 0.1 Chlorine 0.2 0.5 0.1 Chromium <0.002 0.014 <0.001 Copper <0.05 0.1 <0.05 Fluoride 0.90 0.2 0.14 Lead 0.043 0.005 0.002 Magnesium 2.20 4 (0.3 mEq/L) 0.11 Mercury <0.002 0.002 <0.001 Nitrate 5.20 2 0.78 Potassium 3.70 8 (0.2 mEq/L) 0.37 Selenium <0.01 0.09 <0.01 Silver 0.001 0.005 <0.0005 Sodium 4.0 70 (3 mEq/L) 0.40 Sulfate 12.0 100 0.60 Thallium 0.002 0.002 Zinc 0.10 0.1 <0.01 Note: Chlorine and Chloramine levels must be determined on-site. Note: The AAMI suggested maximum levels are now maximum allowable levels 2001. Furnish detailed Field Service Report on each service call to the Contracting Officer s Technical Representative (COTR). Report to include the following information: Municipal Water Test (monthly) Total Dissolved Solids Hardness Chloramine residual Temperature RO Feedwater Tests Total dissolved solids Hardness Chloramine residual Free Chlorine residual RO Product Water Tests Total dissolved solids, each RO unit Product flow rate, each RO unit RO Reject Water Test Reject flow rate, each RO unit. Pressure Readings Prefilter in/out Carbon Filters in/out Reverse Osmosis unit feed pressures Delivery pump discharge pressure Post filter in/out Softeners in/out 5 um filters in/out pre GAC s 0.2 um filters in/out storage tank Check for proper operation of: UV water sterilizer Water softeners (timer and regeneration times recorded) Stand-by delivery pump. City water booster pump Quality monitor (calibrate if needed) RO quality monitor gauges The COR will monitor systems per logbook. Rental Tanks: The Contractor s rental tanks shall be high quality mixed-bed resin tanks and high-quality carbon filtration. Tank Exchange: Contractor will exchange filter tanks as scheduled in Section B, and/or as needed, within 24 hours of notification by the COR or his designee. The estimated rate of tank exchange will be as necessary to maintain the deionized water in accordance with the current AAMI standards. Salt Delivery: Contractor shall provide monthly deliveries of rock salt for the RO Systems in the amount required, or as needed to maintain optimum service. Regeneration Of Government-Owned Deionized Water Flat Banks : Contractor shall provide service required to regenerate four (4) Government-owned deionize water flat banks per month which includes twelve (12) 3.6 cu. Ft. tanks, 14 units. Three (3) Government owned banks (3 tanks = 1 bank) shall be exchanged at a time with one (1) bank on stand-by. Four banks will be exchanged approximately once per month. The COR will inform the Contractor when a bank of tanks to be exchanged. Tanks are located in Room 1001. NOTE: At no time shall the Contractor substitute his bank of tanks for the Government-owned tank that is in the process of being regenerated. The Contractor will pick-up the bank that needs regeneration, transport it to his shop, regenerate the bank and immediately (within 2-3 days) return the tank back to the VA facility. Exchange Of Government-Owned Soft Water Tanks : Contractor shall exchange (2) 3.6 cu ft. soft water tanks each month. Tanks are located in Room 1001. NOTE: At no time shall the Contractor substitute his bank of tanks for the Government-owned tank that is in the process of being regenerated. The Contractor will pick-up the bank that needs regeneration, transport it to his shop, regenerate the bank and immediately return the tank back to the VA facility. If you are interested and can provide the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 811310? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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 Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, 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 811310 ($8 Million). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/14/2023 10:00 AM PST. After review of the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. 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 Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/14096574dfd8472bb489e4e4632fb45c/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN06774335-F 20230804/230802230053 (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 |
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.