Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2024 SAM #8250
SOURCES SOUGHT

H -- Boiler/Chiller Plants Chemical Water Treatment Supplies and Services for the Fayetteville VAMC in Fayetteville, NC.

Notice Date
6/27/2024 5:27:33 PM
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q1029
 
Response Due
7/4/2024 10:00:00 AM
 
Archive Date
10/02/2024
 
Point of Contact
B. Dawn Darden, Contract Specialist
 
E-Mail Address
Beverly.darden@va.gov
(Beverly.darden@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is soliciting responses to determine sources for the Fayetteville Veterans Affairs Medical Center located in Fayetteville, NC to provide Boiler/Chiller Plants Chemical Water Treatment Supplies and Services. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists currently. All responsible sources must submit a capability statement fully addressing its capabilities, capacity, and location which shall be considered by the agency. Boiler/Chiller Plants Chemical Water Treatment Supplies and Services INTRODUCTION: The chemical water treatment contractor who meets the necessary qualifications must comply with BEI standards and in accordance to Attachment A (VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition/ Appendix B) and Attachment B (Cooling Tower Engineering Standard ) shall provide all management, supervision, personnel, materials, supplies, facilities, transportation, general and specialized equipment necessary, services for proper chemical treatment of boiler plant water and steam/chiller plant water to achieve specified results. In addition, the contractor shall verify (monthly) the proper operation of nonchemical water treatment systems which includes feedwater deaerator, water softener, and continuous blowdown. WATER TREATMENT OBJECTIVES: Contractor will provide a complete water treatment program that will protect critical equipment and piping from deterioration due to corrosion and fouling of waterside surfaces while allowing the equipment to operate at optimum efficiency. The water treatment supplier shall furnish effective products, quality service and good communications, all designed to meet the performance expectation outlined in this specification. Detailed Objectives are as follows: Provide a program that is industry accepted corrosion and deposit control. Provide continuous training of VA USRO personnel needed to maintain all systems that contractor is contracted to maintain. Provide professional and qualified individuals to train, monitor, and oversee all aspects of the contracted services. Provide programs that maintain equipment per manufacturer s recommended chemical treatment specifications where applicable. Implement safety programs required for safe handling, operation, and testing of all systems contractor is contracted to maintain all within local and federal environmental health and safety requirements. Provide delivery of required products in a timely manner to maintain systems. Provide a program that minimizes downtime of systems and provides maximum operating efficiencies for contracted equipment. Provide system recommendations to improve system efficiencies and operation on an ongoing basis. Provide an accurate and clear line of communications using standardized reporting. Provide, design, and install industry accepted chemical station setup for all chemicals being used in the system, per site. All equipment includes Controllers, double wall tanks, metering pump devices, stainless steel (316) grade piping/tubing 3/8in to 1/2in, PVC piping, sample coolers, gate valves, check valves, any necessary unit to complete work. All equipment will be VA own property after contract base year ends. All plumbing, electric work, forklift, and scissor lifts to be done/ needed are the responsibility of the contractor. If VA staff (plumbers and electricians) and equipment (forklift and scissor lifts) are available contractor may use at own risk. The contractor shall remove all existing piping setup and design and install chemical injection system using 3/8in stainless steel (316) grade piping, testing and treatment program using ½in stainless steel (316) grade sample lines. Includes all equipment and materials to bring system up to VA Standards. All equipment includes Controllers, double wall tanks, metering pump devices, stainless steel piping, PVC piping, sample coolers for condensate return/ DA sample line/ and each boiler sample line, gate valves, check valves, any necessary units to complete work. All equipment will be VA own property after install. The responses to this notice will assist in determining the socio-economic set aside if feasible. The Veteran s Administration is required by Public law 109-461 to give priority consideration to SDVOSB and VOSB businesses if there are sufficient firms available to compete under a set-aside procurement. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as full and open competition. In which case, all interested parties responding shall be eligible to submit a quote. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this notice must include the following information in sufficient detail: Company/individual name, Address, Point of contact with phone number, Information describing your interest, SAM Unique Entity ID, Capabilities statement, Company Socio-Economic category (i.e., large, small, SDVOSB, VOSB, WOSB, etc.), Relevant past performance, Previous contracts of like or similar work along with contract award prices, If subcontracting is contemplated, provide subcontractor s name and their relevant past performance The applicable NAICS code is 221310 and the size standard is $41.0 million dollars. All responses shall be submitted no later than Thursday, July 4, 2024, at 1:00PM EST. Responses shall be emailed to: Beverly.darden@va.gov. No telephone inquiries will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f05382a3a7d94f7c896b120b7f750a36/view)
 
Place of Performance
Address: 2300 Ramsey Street Fayetteville, VA 28301
Zip Code: 28301
 
Record
SN07111345-F 20240629/240627230125 (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.