Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
DOCUMENT

68 -- Chlorine-Dioxide system - Attachment

Notice Date
9/18/2018
 
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
36C26218U0213
 
Response Due
9/24/2018
 
Archive Date
9/29/2018
 
Point of Contact
Abigael Schultz
 
E-Mail Address
l.schultz@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
36C26218U0213 Page 1 of Page 2 of 5 Page 1 of COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95, dated January 19, 2017. Solicitation 36C26218U0213 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. Solicitation number 36C26218U0213 is issued as a Total SDVOSB set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 221310, with a small business size standard of $27.5M. The Government is seeking a contract to acquire Equipment and Installation of Chlorine Dioxide Generator for Legionella Control. Place of Performance: VA Greater Los Angeles Healthcare System 11301 Wilshire Boulevard, Bldg 525 Los Angeles, CA 90073 A site visit/job walk will be held for interested SDVOSBs: September 19, 2018 at 10am PST Attendance is not mandatory to submit a quote STATEMENT OF WORK Contractor to provide all labor and material for the purchase of equipment and installation of a single chemical, chlorine dioxide (CLO2) generation system for secondary disinfection of Building 525 cold and hot water supplies 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. Contractor shall field verify, coordinate with the VA personnel and recommend for the best location to install this equipment, preferably close to Bldg 525 main water supplies, and recommend the utility stub up locations for the VA. 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, current. The equipment shall communicate and provide proper reports to the boiler plant supervisor, Steve Tourrette, all of chlorination results inclusive of the amounts and frequency of the chemicals injected and residuals discharged. Provide alarms as required. Contractor shall: Establish that the equipment has been installed and operational per manufacturers requirements. Coordinate with the VA personnel to ensure construction portion is complete and tie equipment to Building 525 utility sources per manufacturer recommendations. Perform a complete operational test to assure that the equipment operates and injection is proper, fluid thru the water system per equipment manufacturers requirements. Contractor shall train VA employees on the proper operation of the equipment provided, not to exceed a 4-hour training session. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________ __________________ Contractor shall provide a chlorine dioxide generation system including the equipment and installation. - The project will not include construction. GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 1.00 Page 5 of 5 Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, the telephone number of the offeror, firm s DUNS#, total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications-Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications-Commercial Items. Response to this RFQ shall be due by Monday September 24, 2018, at 1:00 PM Eastern Standard Time (EST). Quotes shall be submitted electronically via email to Abby Schultz, Contracting Officer at abigael.schultz@va.gov. Offerors are advised to review and monitor the FBO website for the most up to date information, including all amendments. Correspondence or questions may be directed to Abby Schultz at abigael.schultz@va.gov, with 36C26218U0213 in the subject line. Telephone inquiries will not be honored. Inquiries after the allotted period may not receive a response due to the time constraints of the procurement. NOTICE LISTING CLAUSES INCORPORATED BY REFERENCE The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. FAR Number CLAUSES Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 52.212-5 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS COMMERCIAL ITEMS FEB 2012 JAN 2017 52.217-8 OPTION TO EXTEND SERVICE NOV 1999 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES PROVISIONS APR 1984 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 3 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have the electronic invoicing capability as described above. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0213/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218U0213 36C26218U0213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4598085&FileName=36C26218U0213-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4598085&FileName=36C26218U0213-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Boulevard;Bldg 525;Los Angeles, CA
Zip Code: 90073
 
Record
SN05093684-W 20180920/180918230830-7e01c130efabc61f74af9742e41e13e7 (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 |
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.