SOLICITATION NOTICE
W -- FY 21 Lease one (1) Monochloramine Generator for the Canandaigua VAMC
- Notice Date
- 8/12/2020 1:05:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q1021
- Response Due
- 8/26/2020 9:00:00 AM
- Archive Date
- 10/25/2020
- Point of Contact
- Dolores Sachuk-Thompson, Contract Specialist, Phone: (585) 297-1460 x72383
- E-Mail Address
-
Dolores.Sachuk-Thompson@va.gov
(Dolores.Sachuk-Thompson@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 2 of 7 COMBINED SYNOPSIS/SOLICITATION LEASE OF ONE (1) MONOCHLORAMINE GENERATOR CANANDAIGUA VA MEDICAL CENTER This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.Sam.gov on RFQ reference number: 36C24220Q1021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 (eff. 07/20/20). This procurement is being issued as a small business set-aside. The North American Industry Classification System (NAICS) code is 561210, Facilities (except computer operation) support services , with a small business size standard of $ 41.5 Million. The Contractor shall provide pricing to provide a Lease of one (1) Monochloramine Generator for Water Purification to include installation, provide consumable/chemistry and preventative maintenance of the equipment for the Canandaigua VAMC for a base plus the provision of four option years. See table below: Line item Description Number of Units Total Cost per year 1. Base Year: Lease one (1) Monochloramine Generator to include installation , provide consumable/chemistry and preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2020 September 30, 2021 1 2 Option Year 1: Lease one (1) Monochloramine Generator in include consumable/chemistry and preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2021 September 30, 2022 1 3. Option Year 2: Lease one (1) Monochloramine Generator in include consumable/chemistry and preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2022 September 30, 2023 1 4. Option Year 3: Lease one (1) Monochloramine Generator in include consumable/chemistry and preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2023 September 30, 2024 1 5. Option Year 4: Lease one (1) Monochloramine Generator in include consumable/chemistry and preventative maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2024 September 30, 2025 1 Total Contract Cost Description of requirement: The Contractor shall provide a Lease of one (1) Monochloramine Generator for Water Purification to include installation, provide consumable/chemistry and preventative maintenance of the equipment for the Canandaigua VA Medical Center (VAMC) as identified below. Statement of Work: Background: This is a requirement for the Lease of one (1) Monochloramine Generator System for Water Purification, to include installation, provide consumables/chemistry and preventive maintenance of the equipment located at the Canandaigua VA Medical Center, 400 Fort Hill Avenue, Canandaigua, NY 14424. Equipment currently installed is an iCHLOR Monochloramine Generator System ( Model #MCPC-NSF61); requiring to maintain or have equivalent equipment. Period of performance shall be from October 1, 2020 September 30, 2021 with a provision of four (4) options years. Hours: Due to an ongoing requirement for Canandaigua VAMC to have continuous safe drinking water, work must be performed to provide the least possible disruption of service. Work shall be performed Monday Friday between 8:00 am and 4:00 pm, EST or at a time predetermined with the Contracting Officer Representative (COR) and Vendor. Excluded Federal holidays are as follows: New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day or any other holiday determined by the President of the United States. Scope: Vendor shall provide full installation, lease, and service maintenance contract for one (1) Monochloramine generator system to be installed on the incoming domestic cold-water lines from the City of Canandaigua. The system shall be operated, repaired, controlled, and maintained by the vendor, to include providing all consumables/chemistry. It is the intent of this scope to outline general requirements with the understanding that the vendor shall provide a fully operational turnkey system. It is also the intent of the contract to comply with New York State and local building codes and all applicable oversight and regulatory agencies for the use and control of such system on potable water systems, including any and all permits, licenses and approval of such systems where applicable. The unit is to have NSF approval for cold water injection and treatment for potable water consumption. The consumables shall be delivered utilizing an NSF/ANSI 61 compliant delivery service with appropriate monitoring and data reporting technology. All work shall be performed by trained personnel, using OEM (original equipment manufacturer) parts, and personnel shall be familiar with the specific equipment listed on the schedule. It is the Vendor s responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. System Functionality: Precursor chemicals, sodium hypochlorite, and ammonium sulfate injected to the Monochloramine generator. When mixed to create Monochloramine it is then returned to the main water system. The amounts of sodium hypochlorite and ammonium sulfate injected to the side stream shall be calculated based on the main water flow to be treated and chlorine residual and the target Monochloramine concentration and controlled by the controller unit. The generator shall be equipped with appropriate sensors to ensure the specific concentrations are maintained. System must have an algorithm in the controller that provides means to control the produced Monochloramine level within the target range and a safety mechanism to control generation levels and an emergency shut off. Generator System Requirements/Specifications: Target Monochloramine Concentrations 1.5 to 3.5 parts per million (ppm) Treated Water Flow 550 to 575 gal/min (GPM) estimated Supply Water Flow 3 to 7 gal/min (GPM) Remote Access 24/7 data recording and trending using cellular technology from the vendor. System must be certified to NSF/ANSI 61 Service Requirements: Vendor shall provide trained personnel authorized to work on OEM (original equipment manufacturer) listed in the schedule. Training records are subject to review by Contracting Officer (CO) at any time. Vendor shall provide Monochloramine Generator system that provides supplemental disinfection to improve the water quality and minimize the growth of harmful waterborne pathogens for Building 76. Vendor shall provide a Monochloramine Generator system that is equipped with appropriate sensors to ensure that specific concentrations of treating chemicals is maintained. Vendor shall provide a Monochloramine Generator system that maintains the produced Monochloramine level within the target range and has an emergency shut off, if levels exceed targeted range. Vendor shall provide monthly site visits to ensure system functionality and proper concentrations of chemicals are being injected for the prevention of Legionella. Vendor shall provide, deliver, and set up all chemicals as required in order to maintain the specific concentrations of precursor chemicals and Monochloramine delivery. Vendor shall service all applicable system pumps, controllers, metering devices, chemical tanks, and all associated system components to include any replacements or upgrades necessary as a result of normal use and operation. Vendor shall provide a monitoring system operating 24/7 with remote monitoring and alarm functionality for trouble calls 24/7. Vendor s shall provide a certified service technician to be on-site within two (2) hours of notification by the Canandaigua VAMC. Vendor shall notify the Canandaigua VAMC Facilities Engineering department prior to delivery of items. VA STAFF MUST HAVE ACCESS TO VENDOR INSTALLED SYSTEM IN ORDER TO VIEW ALL REPORTS AND METRICS AT ALL TIMES Vendor shall provide and report the following: Free chlorine levels Total Chlorine levels Water pressure and flow Water temperature in and out Ammonium flow, chlorine flow and target range based on biocide levels System shall monitor precursor chemical tank levels Midway biocide sample monitoring, to be coordinated with the COR. Distil site biocide sample monitoring to be coordinated with the COR Any additional requirements to maintain compliance with all applicable VA, JCHO, NSF/ANSI 61 Directives/regulations. Government Responsibilities: Government shall provide 120-volt power for System AC requirement Government shall provide 24/7 access via escort; either Engineering or Fire Department staff Government shall provide taps for vendor system water and chemical connections Government shall provide room for vendor to set up all system requirements (i.e.: pumps, controllers, sampling lines, chemical feed tanks, etc.) in the water tower monochloramine pump house. Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. . FOB Destination Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: Solicitation number for this requirement as 36C24220Q1021. Name, address and telephone number of offerors . Technical description of services to be performed in accordance with the Statement of Work . Terms of any express warranty, if applicable . Price. Acknowledgement of any solicitation amendments. Past performance information . A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation . Attach appropriate certification certificates. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addendum to FAR 52.212-1 : 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualification of the offeror s capability statement. Provide a maximum of a 5-page capability statement demonstrating technical Capability to meet all the requirements of the Statement of Work. Provide documentation of ability to have a certified technician on-site at the Canandaigua VA within two hours of notification for service and that service can be provided on a 24/7 basis. Provide certificates of training, on specified equipment for certified technicians working on-site. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance based on information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Factor 3 Price: Vendor s price must be fair and reasonable as determined by Contracting Officers price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. A written notice of award or acceptance of an offer, mailed or otherwise furnished to a successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2020) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.beta.sam.gov). Representations, Certifications, and SAM must be current at submission. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addendum to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)- applicable provisions and clauses noted in blue below: 852.203-70 Commercial Advertising (MAY 2018) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.237-75 Key Personnel (OCT 2019) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204.10 Reporting Executive Compensation & First-Tier Subcontract Awards ( JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) The Service Contract Act of 1965 does apply to this procurement, unless the offeror certifies their exemption to 52.222-51, Exemption from Application of the Service Contract to Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) N/A This is a small business set-aside combined synopsis/solicitation for the Lease of one (1) Monochloramine Generator and the service maintenance for the Canandaigua VAMC defined herein. The Government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion or addition of the following: The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received NO LATER THAN 12:00 PM EST, Wednesday, August 26, 2020. This requirement shall be awarded as a firm fixed-price purchase order. The Government shall only accept electronic submissions via email. Please send all quotations to Dolores.Sachuk-Thompson@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Friday, August 21, 2020 @ 12:00pm EST. Any questions regarding this solicitation should be emailed to Dolores Sachuk-Thompson, Contract Specialist; Dolores.Sachuk-Thompson@va.gov .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4f05f6764719405ca15d4913cd992752/view)
- Place of Performance
- Address: Department of Veterans Affairs Canandaigua VAMC 400 Fort Hill Ave., Canandaigua, NY 14424, USA
- Zip Code: 14424
- Country: USA
- Zip Code: 14424
- Record
- SN05754708-F 20200814/200812230144 (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 |