Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2023 SAM #7712
SOURCES SOUGHT

H -- Water Quality Monitoring System and Services

Notice Date
1/6/2023 12:06:52 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0228
 
Response Due
1/11/2023 7:00:00 AM
 
Archive Date
03/12/2023
 
Point of Contact
Craig Harris, Contracting Specialist, Phone: 603-314-1664
 
E-Mail Address
Craig.Harris@va.gov
(Craig.Harris@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK Bldg. 15 Water Monitoring System monitoring INTRODUCTION The work includes but is not limited to: provide all equipment, fluids, tools, labor, delivery, start-up, and training support services for provision of a new pre-packaged cold water distribution water monitoring system to be located in room D04, mechanical room in Building #15 at the VA Medical Center in Manchester, NH located at 718 Smyth Road. The water monitoring system serves the Community Living Center (CLC) primarily and requires continuous monitoring as part of the medical center s water safety and legionella prevention plan. The scope of work includes but is not limited to: provision, delivery, connections, start-up, and monthly monitoring, cleaning, and calibration. The contractor is to lease the necessary equipment for use. After contract award the vendor is required to provide a preliminary schedule for accomplishing the install portion of the project. The project shall not exceed 30 days after estimated lead time for manufacture and delivery of said pre-packaged water monitoring system. SCOPE This project involves the following items: Item 1 New Water Monitoring System: Provide new complete pre-packaged domestic water monitoring system. System will be consolidated to one per-packaged panel and be located in room D04-15 (a mechanical room). System shall meet the minimum following specifications: One (1) site visit to visually observe and verify existing Medical Center conditions. Single pre-packaged panel. Panel shall be pre-piped and pre-wired to match existing conditions and proposed installation at the medical center. System components shall be compatible with a mechanical room and capable of exposure to hot and cold temperatures and a high humidity environment typical of a mechanical room that lacks environmental controls. The system shall provide: Fully Automatic and continuous monitoring of free residual oxidant (FRO) or total residual oxidant (TRO) in water systems using the EPA accepted DPD (N, N-diethyl-p-phenylenediamine) colorimetric test method for measuring chlorine. Automatic and continuous monitoring of incoming domestic cold water for: pressure, temperature (degrees F), pH, dissolved solids, and oxidant residual Data acquisition device to allow for immediate date reporting, trending, and alarms via connection to an existing medical center owned Johnson Controls Metasys Server. Remote access 24/7 system shall be accomplished through provision of a communication protocol compatible with the existing Johnson Controls Metasys server using a VA provided connection point. System shall be rugged, require minimal maintenance and have solid state reliability components. System shall provide immediate data reporting, trending, and alarms. Data shall be available in real time after initial startup from local as well as remote points. Remote points shall be able to access the data form the Johnson Controls Metasys server. One-year manufacturer s warranty minimum on equipment. Item 2 - Delivery: The work will be performed with no or limited pre-approved interruption in domestic cold-water service to the CLC. The vendor will provide specific unit specifications/cut sheets to the owner for review and acceptance of the proposed equipment in advance of ordering and delivering the equipment. Delivery will be coordinated with the COR at least two weeks in advance of delivery. The system will utilize existing piping and electrical connections. Any additional work to connect will be at the contractor s expense. Connection plans will be submitted prior to work start. The vendor will deliver the system to its final location inside the mechanical room D04-15 and make connections from the pre-packaged system to the existing electrical and piping. It is assumed that at least two visits may be required. First visit is to unpackage the unit, deliver and place the unit in its final location and provide verification of and planning for utility connections. The second visit is to make the final connections and provide start-up services for the unit. Item 3 Start-up and Training: The work will be performed with no or limited pre-approved interruption in domestic cold-water service to the CLC. The water monitoring pre-package system will be set-up, calibrated, and tested to the manufacturer s required levels for data accuracy, fluids, filters, and control settings. After delivery and connection of the system, it will be tested to ensure proper function before it will be accepted by the facility for performance. Once all piping and electrical controls are test run, all water and electrical systems serving the CLC will be returned to normal service. Once the system has been accepted for performance, the vendor will review the operation and maintenance of the system and provide three training sessions for the COR, maintenance operations supervisor, and maintenance mechanics. Two of these training sessions will be off tour. Item 4 Monthly Monitoring, maintenance, and calibration: For a fixed monthly rate, the vendor will provide continuous system monitoring, maintenance, repair, and calibration to ensure acceptable operations of the pre-package water monitoring system. The unit shall be re-calibrated for any and all new equipment replacements or installations. The system shall be calibrated at least monthly. One (1) site visit per month minimum to visually observe the unit operations and perform all maintenance functions to ensure normal operations of the system. All repairs shall be completed within 24 hours of notification. Monitoring service must contact the Medical Center less than 2 hours after notification of an alarm in the system. Vendor providing maintenance and repair services must be located within 30 miles of the Medical Center. Spare sensors and various system parts to be stored off site and must be available to the VA within 2 hours. The contractor will make themselves available to consult on water quality issues in person or via phone as needed. Item 5 De-commission At contract complete, the system will be removed, and the area made a safe, items demolished to return it to the same state that the surrounding area was in prior to work start. PERFORMANCE REQUIREMENTS All work will be performed between the hours of 8:00am to 4:30 pm Monday thru Friday, excluding holidays and weekends unless otherwise noted. Off hours and weekend work may be required for utility outages by the COR, but it is not guaranteed. If so required, this work shall be compensated in accordance with Davis-Bacon wages. All work shall be in accordance with the system manufacturer specifications and submittals. Vendor shall schedule all site visits with the COR. The vendor shall completely furnish all related information as required by the contract. The delivery shall be in accordance with the latest Uniform Plumbing Code (UPC), National Electrical Code (NEC), and Uniform Plumbing Code, VHA Directive 1061, and local and city codes. In the event there is conflict between any of the standards/codes, the more stringent standard/code shall apply. Vendor shall comply with all OSHA Safety Guidelines The vendor shall be solely responsible for all labor, equipment, materials, and inspection, to meet requirements of the system delivery, placement, calibration, start-up, and training. The vendor shall submit all necessary safety plans to include, but not limited to; equipment specific Lock-Out Tag Out procedures, Electrical Safety plan and SDS for any chemicals used to the COR for approval prior to working at the Medical Center. The vendor shall submit technician certification/licensure prior to work start. Copies of these are also to be submitted with the visit summary reports (see below). All vendor technicians performing work on site must report to Facility Service in Building 6 to the contractor badge check in/out room to sign in on the contractor log and get a Contractor badge. Badges must be returned, and log signed out prior to departing the premises. Vendor shall then coordinate with the COR prior to performing their work. DELIVERABLES Vendor will provide specific unit specifications/cut sheets to the owner for review and acceptance, prior to ordering the system. Vendor will provide electrical and plumbing connection plans to the VA COR for review prior to work start. The contractor shall furnish the VA a summary report for each via email to the COR to include relevant data, certifications, any issues identified, and any corrective actions taken. Vendor will notify Manchester VAMC COR is or at least two weeks in advance of the proposed delivery, utility outages if needed, and start-up tasks. Evaluation (required prior to award) Pass/Fail Item Proof of contractor licensing/qualifications REFERENCES VHA Directive 1061 ANSI American National Standard Institute NEC National Electrical Code IPC International Plumbing Code
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e450b9cfe76f4315a8a045efc49cf47d/view)
 
Place of Performance
Address: Department of Veterans Affairs Manchester VAMC 718 Smyth Rd, Manchester, NH 03104, USA
Zip Code: 03104
Country: USA
 
Record
SN06558635-F 20230108/230106230103 (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.