Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SPECIAL NOTICE

F -- NOTICE OF INTENT TO SOLE SOURCE Huntington VAMC Water Management Dashboard The Intelligent Water System Architecture (IWSA) dashboard Jacobs Project Management Co.

Notice Date
4/3/2025 10:23:35 AM
 
Notice Type
Special Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0439
 
Response Due
4/9/2025 7:00:00 AM
 
Archive Date
04/24/2025
 
Point of Contact
William Chris Galletta, Contracting Officer, Phone: 410-637-1506
 
E-Mail Address
William.Galletta@va.gov
(William.Galletta@va.gov)
 
Awardee
null
 
Description
A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, has a requirement for a vendor to perform Maintenance on the Water Monitoring System. A.2 BACKGROUND The Medical Center has a continuous water monitoring system in the Hospital to meet the requirements of VHA Directive 1061 (2) - PREVENTION OF HEALTH CARE-ASSOCIATED LEGIONELLA DISEASE AND SCALD INJURY FROM WATER SYSTEMS. Due to the complex nature of the monitoring stations and our online dashboard we require a contracted vendor to continue annual preventative maintenance, calibrate, update, and provide on-site repairs to those systems. A.3 SCOPE OF WORK The Intelligent Water System Architecture (IWSA) Dashboard: Jacobs Project Mgt. Co. Vendor will provide all parts, labor, equipment, material, and supervision to perform the work as listed below in accordance with this statement of work to include: Annual maintenance and consumables One set of onsite spares Unplanned parts replacement/repairs for continuity of services STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 GENERAL TASKS FOR ALL SYSTEMS - The contractor shall provide all resources necessary to accomplish the deliverables described, except as may otherwise be specified. The following list comprises services or maintenance that is required: 24x7x365 Technical Phone Assistance and Support Conduct Monthly Visits Check Calibration of Sensors and Maintain Stations and sensors during monthly visit Provide software updates for Monitoring Stations Update the dashboard software as needed and in conjunction with a client request for items to include but not limited to; changes to the ranges displayed on the dashboard as more information is gathered about the water; changes to the alarm threshold settings as more information is gathered about the water; and changes to the telephone numbers of recipients of the alarms as requested. Work with the VA on changes to the system to optimize the monitoring stations. Work with VA to install new or change monitors and calibrate system after installation or changes. Changes desired: Oxygen reduction potential (ORP) sensors (redo::lysers) on the Hot Flow at Stations OWQM04, OWQM06, OWQM07 and OWQM08 removed and a chlori::lyser installed in the flow-cell, along with commensurate modifications to the dashboard software to allow for free chlorine residual monitoring of the hot water at these locations. At Stations OWQM01 and OWQM10 a Hot Flow shall be established with a chlori::lyser and temperature capable sensor installed in a flow-cell, along with commensurate modifications to the dashboard software to allow for free chlorine residual and temperature monitoring of the hot water at these locations. Could possibly be accomplished by new additions or relocation of hot water equipment from stations OWQM 04 and OWQM 06. Quarterly meetings to discuss projected growth and other statistics Patching/Security Updates for all equipment Escalation of any issues requiring OEM/vendor involvement Coordinate with other Vendors that manage the network infrastructure as needed B.2 INFRASTRUCTURE DETAILS: Details of the infrastructure to be supported based on existing equipment at the time of writing this document: S-CAN: 10 con::cube D-315-230 15 pH::lyser eco E-514-2-000 15 condu::lyser E511-2-000 15 chlori::lyser Free Cl E-504-1-000 (not all in use) 15 F-45 Strainer 15 F-45 Flow ** - All servers for the Network are running Windows Server. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. C.2 Period of Performance The Contractor shall perform all services immediately upon contract award. The Contractor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer s Representative (COR). POP being requested is a base year with three option years as follows: 4/30/2025-4/29/2026 4/30/2026-4/29/2027 4/30/2027-4/29/2028 4/30/2028-4/29/2029 The start of work should be coordinated with the COR and the VAMC Assistant Chief of Engineering, or his delegated authority. The following holidays are observed by the Federal Government (as well as any other day that is declared a national Holiday per an Executive Order issued by the President): New Year's Day Martin Luther King's Birthday (3rd Monday in January) Presidents Day (3rd Monday in February) Memorial Day (last Monday in May) Independence Day (July 4th) Labor Day (1st Monday in September) Juneteenth (June 19) Columbus Day (2nd Monday in October) Veterans Day (November 11th) Thanksgiving Day Christmas Day Note: If the holiday falls on a Saturday, it is officially observed on the Friday before the holiday. If the holiday falls on a Sunday, it is officially observed on the Monday following the holiday. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment and supervision to perform all aspects of the contract. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Hours of operations are 8am-4pm EST. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.8 Smoking Policy. We are a smoke free facility. C.3.9 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d8615278889043c9935fae09a2789e63/view)
 
Record
SN07396284-F 20250405/250403230043 (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.