DOCUMENT
H -- Boiler Emissions Monitoring - Attachment
- Notice Date
- 11/21/2016
- Notice Type
- Attachment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
- ZIP Code
- 93721
- Solicitation Number
- VA26117Q0120
- Response Due
- 11/28/2016
- Archive Date
- 1/27/2017
- Point of Contact
- Parvinder Brar
- E-Mail Address
-
5-6100
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 541380, Testing Laboratories, and the small business size standard is $15.0M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Description of Services To ensure the facility s three (3) steam boilers are in compliance with local and national emissions standards, the VA Central California Healthcare System (VA CCHCS) Medical Center requires regular reoccurring monitoring of boiler flue gasses. Vendor shall provide all materials, equipment and labor to monitor and record the stack concentrations of NOX, CO and O2 of each boiler s flue gas at least once every month (in which a source test is not performed) using a portable analyzer that meets the local air pollution control district (APCD) specifications. The analyzer shall be calibrated, maintained, and operated by the vendor in accordance with the manufacturer's specifications and recommendations or a protocol approved by the APCD. Emission readings taken shall be averaged over a 15 consecutive-minute period by either taking a cumulative 15 consecutive-minute sample reading or by taking at least five (5) readings, evenly spaced out over the 15 consecutive-minute period. The vendor will record and provide documentation of: (1) the date and time of NOX, CO, and O2 measurements, (2) the O2 concentration in percent by volume and the measured NOX and CO concentrations corrected to 3% O2, (3) make and model of exhaust gas analyzer, (4) exhaust gas analyzer calibration records, and (5) recommendations to the government of any corrective actions needed to maintain the emissions within the acceptable range. The vendor will be responsible for providing a triennial (no more than every 36 months) emissions source test for each boiler, as per the existing schedule set forth by the APCD. In which the vendor will be responsible for scheduling, conducting, documenting and submitting results to the APCD. Testing per the services agreement will be required to meet the requirements of the most current issuance of APCD Rules and the facility boiler emissions permits C-1336-1, C-1336-2 and C-1336-3. Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Parvinder Brar by e mail at: Parvinder.brar@va.gov by close of business November 28, 2016: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) DUNS number (e) Ability and experience with similar projects. (f) List of projects similar in scope. (g) GSA Contract Number if applicable The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. *Failure to provide the information requested above (items (a) (g)) will be considered non-responsive and will not be considered a viable source.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26117Q0120/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0120 VA261-17-Q-0120 Sources Sought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3120365&FileName=VA261-17-Q-0120-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3120365&FileName=VA261-17-Q-0120-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0120 VA261-17-Q-0120 Sources Sought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3120365&FileName=VA261-17-Q-0120-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Central California Health Care System;2615 E Clinton Ave;Fresno, CA 93703
- Zip Code: 93703
- Zip Code: 93703
- Record
- SN04333484-W 20161123/161121234419-811c766c134a2e3e0e9167c3f9962876 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |