SOURCES SOUGHT
F -- WATER MONITORING SERVICES Jackson, MS
- Notice Date
- 8/11/2023 2:02:09 PM
- Notice Type
- Sources Sought
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q1629
- Response Due
- 8/16/2023 8:00:00 AM
- Archive Date
- 08/31/2023
- Point of Contact
- Jennifer Adams, Contracting Officer, Phone: 601-206-6955, Fax: None
- E-Mail Address
-
jennifer.adams7@va.gov
(jennifer.adams7@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Sources Sought Notice Only: DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to Jennifer.adams7@va.gov. Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS CODE: 221210 Water Supply and irrigation System. PRODUCT/SERVICE CODE: F103 Environmental Systems Protection Water Quality Support. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Please read the Statement of Work carefully before responding to this RFI. Period of Performance: Base plus Four (4) Option Years. SPECIFIED REQUIREMENT: Network Contracting Office 16 (NCO16) is seeking sources for a potential contractor to perform the following type of service for water monitoring services. STATEMENT OF WORK Continuous Monitoring of Potable Water Engineering Controls The G.V. (Sonny) Montgomery VA Medical Center (GVSMVAMC) located in Jackson, MS requires continuing monitoring services of the potable water engineering controls, to maintain compliance with Department of Veterans Affairs VHA Directive 1061 dated August 13, 2014. Maintenance Services Only The system must be properly calibrated and maintained to ensure accurate and reliable performance on an ongoing basis. The Flat Monthly Fee for each system must include: Training Monthly calibration and supply of all calibration solutions for probes Monthly refreshment of test reagents for the chlorine analyzer All consumable parts for system components Chlorine Analyzer reagents, tubing/cuvette kits, replacement cuvettes, check valve sets and check valve flushing kits Replacement probes for pH and conductivity Labor, travel and expenses Execution of Continuous Monitoring of Engineering Controls in Potable Water compliant to Continuous Water Quality Monitoring Potable water entering each building subject to this Directive shall be continuously monitored for incoming water pressure and the following characteristics: temperature, pH, dissolved solids, and oxidant residual. Utility water in the Cooling Tower shall be continuously monitored for free oxidant residual (as bromine). Water Temperature Monitoring The water temperature in hot and cold potable water distribution systems must be monitored continuously to determine if temperatures are within the established control limits Temperature monitoring must be conducted, at a minimum, in the following types of areas: incoming water supply to the building, water storage tanks, hot water discharge at the hot water source equipment, hot water return proximal to the hot water source equipment, water at the return of circulation loops and water supplied to representative outlets Water Management Program Review and update existing HACCP based Water Safety Plan for compliance with VHA Directive 1061 and ANSI/ASHRAE Standard 188-2015: Legionellosis: Risk Management for Building Water Systems Provide and maintain a web-based data management system Conduct training as required for staff Verify and validate WMP on an ongoing basis Review/troubleshooting of quarterly environmental water testing results Web-based Water Management System Software-as-a-Service (SaaS) enterprise-class platform specialized for building water systems Capable of monitoring all sensor data from the potable water quality monitoring system Supports manual data entry via computer and mobile devices VA JACKSON Water System Hospital Location Continuous Monitoring Device Main Hospital CW Building Make Up (South) Phigenics WME-1175 PWA Advanced Monitoring System Main Hospital CW Building Make Up (North) Phigenics WME-1175 PWA Advanced Monitoring System Main Hospital HW Heat Exchangers & Return Loop Phigenics WME-2910 Temperature Sensors (4) Nursing Home CW Building Make Up Phigenics WME-1175 PWA Advanced Monitoring System Nursing Home HW Heat Exchangers & Return Loop Phigenics WME-2910 Temperature Sensors (3) Cooling Tower Utility Water Cooling Tower Phigenics 1050 PWA Base Monitoring System Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created while performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. G.V. Sonny Montgomery VAMC (GVSMVAMC) and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of [Agency] or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to [Agency]. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. Contractor personnel shall sign VA Form 10-0708 Employee Clearance from Indebtedness before resigning or termination from Contractor working for GVSMVAMC and Facility Records Officer must sign form. A copy of completed signed VA Form 10-0708 (Contractor personnel and Facility Records Officer signatures) shall be place in each competency folder. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to [Agency] control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and [Agency] guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with GVSMVAMC policy. The Contractor shall not create or maintain any records containing any non-public GVSMVAMC information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. The GVSMVAMC owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which GVSMVAC shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take [Agency]-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. TMS (Talent Management System) course VA 4192704: Records Management for Everyone [Note: To the extent an agency requires contractors to complete records management training, the agency must provide the training to the contractor.] Flow-down of requirements to subcontractors: The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor, and experience to perform the scheduled and unscheduled pharmaceutical waste collection, transport and disposal as described above. Include experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the Beta.Sam.Gov at https://beta.sam.gov and/or the VetBiz Registry at https://vetbiz.va.gov , (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses shall be submitted to 36C25623Q1629 no later than 3PM CST, Wednesday, August 16, 2023. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place ""Attention: Portable Water Monitoring Services - Jackson, MS in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced later and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f3232eea95040f58084d86996350412/view)
- Place of Performance
- Address: Department of Veterans Affairs G.V. (Sonny) Montgomery VA Medical Center 1500 E. Woodrow Wilson Dr., Jackson, MS 39216, USA
- Zip Code: 39216
- Country: USA
- Zip Code: 39216
- Record
- SN06787752-F 20230813/230811230103 (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 |