DOCUMENT
68 -- Chlorine-Dioxide system - Attachment
- Notice Date
- 9/5/2018
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218U0157
- Response Due
- 9/12/2018
- Archive Date
- 9/14/2018
- Point of Contact
- Contracting Officer:
- E-Mail Address
-
l.schultz@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION: 36C262-18-U-0157 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 221310 sources (size standard of $27.5M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide a chlorine dioxide generator for the control of legionella. If you are interested, and can provide the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to abigael.schultz@va.gov Responses must be received no later than Wednesday September 12, 2018 at 5:00PM EST. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing and delivery timeframe. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. Statement of Work: Contractor to provide all labor and material for the purchase, installation and test of a single chemical, chlorine dioxide (CLO2) generation system for secondary disinfection of cold and hot water supplies for one building on the Greater Los Angeles VA campus the project will not include construction. VA will provide stub up connections for water, sewer, communication and electrical power within 3 feet of the equipment. The contractor will purchase and install the equipment. Once the VA provides the necessary stub up utility connections, Contractor will tie equipment and test for proper operation. The chlorine dioxide generation system shall have the capacity (at 2.5 pounds per day) to treat a peak flow rate of 140 gallons per minute up to 0.7 ppm of chlorine dioxide residual. The generator will produce a 2000 ppm solution of chlorine dioxide which will inject into the respective cold and hot water systems. The chlorine dioxide will be applied in proportion to the water system flow rate. Contractor shall utilize a flow meter signal for proportional feed and use an ORP monitor as a brake to avoid feeding above the maximum limit of 0.8 ppm. Contractor shall provide proper CLO2 generator equipment warranty for at least 2 years by the manufacturer of the equipment. Close coordination is required by the Contractor and the VA personnel. The equipment shall have the following salient properties: Generator Type and Capacity (CLO2) : 2.5 lb/day External Storage Tank New Chemical Pump, Prominent Delta 4-20 mA Charcoal/catholyte Filter and quill New Injection Point New Flow Meter Needed: (Total flow will be calculated) New ORP Monitor Needed Makeup water supply Drain Present Electrical Reqs: Need 208 V, 3 phase with neutral, 30 amp supply Venting Present: Equipment to be located outside coordinate with VA representative for equipment proper location. Dual Communication Network Equipment Install/Startup/Training The VA will notify the contractor once construction portion is complete. Contractor shall provide the VA the equipment requirements such as power source, phasing, voltage and current. The equipment shall communicate and provide proper reports to the boiler plant supervisor, all of chlorination results inclusive of the amounts and frequency of the chemicals injected and residuals discharged and provide alarms as required. Contractor shall: 1. Establish that the equipment has been installed and is operational per manufacturers requirements. 2. Coordinate with the VA personnel to ensure construction portion is complete and tie equipment to the building utility sources per manufacturer recommendations. 3. Perform a complete operational test to assure that the equipment operates and injection is proper, fluid thru the water system per equipment manufacturers requirements. 4. Contractor shall train VA employees on the proper operation of the equipment provided, not to exceed a 4-hour training session. Contractor shall provide the following information for determining market availability: Pertinent information on the equipment you are proposing and the specifications for review that meets or exceeds the salient characteristics above. Unofficial pricing for everything you are proposing (to include: equipment, products, shipping/handling, installation and training) Monthly testing/sampling for 12 months. Total for 12 month service. Please submit delivery timeframe *Equipment pricing can be all-inclusive, but please make sure the monthly testing is separate line/price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0157/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218U0157 36C26218U0157.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578195&FileName=36C26218U0157-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578195&FileName=36C26218U0157-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218U0157 36C26218U0157.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578195&FileName=36C26218U0157-000.docx)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Boulevard;Los Angeles, CA 90073
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN05072733-W 20180907/180905230948-05f3b4619497b22a025180bd582606a1 (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 |