The RFP Database
New business relationships start here

Barclay Water Management (VA-17-103817)


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 7 of 8
Page 7 of 8
Page 7 of 8
COMBINED SYNOPSIS/SOLICITATION MONOCHLORAMINE GENERATOR SYSTEM CHEMICAL DELIVERY, PM AND MONITORING AT THE STRATTON VA MEDICAL SINGER
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.5 Simplified Procedures for Certain Commercial Items , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0853.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 238220, Water System Balancing and Testing, with a small business size standard of $15.0 Million.

(v) The Contractor shall provide pricing to provide MONOCHLORAMINE GENERATOR SYSTEM CHEMICAL DELIVERY, PM AND MONITORING Services. See table below:

PRICING FOR MONOCHLORAMINE GENERATOR SYSTEM CHEMICAL DELIVERY, PM AND MONITORING
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
001A
Base year: monthly site visits to ensure system functionality and proper concentrations of chemicals 10/2/17 09/30/18
12
MONTH


001B
Base year: provide, deliver, and set up all chemicals and service to all applicable system pumps, controllers, metering devices 10/2/17 09/30/18
12
MONTH


001C
Base year: 24/7 remote system monitoring and alarm functionality monitoring with 24/7 response availability 10/2/17 09/30/18
12
MONTH


002A
Option year 1: monthly site visits to ensure system functionality and proper concentrations of chemicals 10/1/18 09/30/19
12
MONTH


002B
Option year 1: provide, deliver, and set up all chemicals and service to all applicable system pumps, controllers, metering devices 10/1/18 09/30/19
12
MONTH


002C
Option year 1: : 24/7 remote system monitoring and alarm functionality monitoring with 24/7 response availability10/1/18 09/30/19
12
MONTH


003A
Option year 2: monthly site visits to ensure system functionality and proper concentrations of chemicals 10/1/19 09/30/20
12
MONTH


003B
Option year 2: provide, deliver, and set up all chemicals and service to all applicable system pumps, controllers, metering devices 10/1/19 09/30/20
12
MONTH


003C
Option year 2: : 24/7 remote system monitoring and alarm functionality monitoring with 24/7 response availability 10/1/19 09/30/20
12
MONTH


004A
Option year 3 monthly site visits to ensure system functionality and proper concentrations of chemicals 10/1/20 09/30/21
12
MONTH


004B
Option year 3: provide, deliver, and set up all chemicals and service to all applicable system pumps, controllers, metering devices 10/1/20 09/30/21
12
MONTH


004C
Option year 3: : 24/7 remote system monitoring and alarm functionality monitoring with 24/7 response availability 10/1/20 09/30/21
12
MONTH


005A
Option year 4: monthly site visits to ensure system functionality and proper concentrations of chemicals 10/1/21 09/30/22
12
MONTH


005B
Option year 4: provide, deliver, and set up all chemicals and service to all applicable system pumps, controllers, metering devices 10/1/21 09/30/22
12
MONTH


005C
Option year 4: : 24/7 remote system monitoring and alarm functionality monitoring with 24/7 response availability 10/1/21 09/30/22
12
MONTH



TOTAL PRICE





(vi) Description of requirement


Stratton VA Medical Center
Albany, New York

Statement of Work (SOW)

Barclay - Monochloramine Generator



General Scope of Work:

The Stratton VA Medical Center in Albany New York has installed a Barclay system for Monochloramine generator. This system is installed on the incoming domestic cold water lines located in the sub-basement. The system will be operated, repaired, controlled, and maintained by the vendor. It is the intent of this scope to outline general requirements with the understanding that the vendor will provide a fully operational turnkey system. It is also the intent of the contract to comply with 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.


System Function:

Precursor chemicals, sodium hypochlorite, and ammonium sulfate injected to the Monochloramine generator. When mixed to create Monochloromine 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 so as to ensure the specific concentrations are maintained.

System must have an algorithm in the controller that provides means to control the produced Monochloromine level within the target range and a safety mechanism to control generation levels and an emergency shut off.

System Requirements:

Target Monochloramine Concentrations 1.5 to 3.5 parts per million (ppm)
Treated Water Flow 6 to 375 gal/min (GPM)
Supply Water Flow 3 to 7 gal/min (GPM)
Remote Access 24/7 data recording and trending using cellular technology from the vendor.

Service Agreement:

Vendor to provide monthly site visits to ensure system functionality and proper concentrations of chemicals are being injected.
Vendor to provide, deliver, and set up all chemicals as required in order to maintain the specific concentrations.
Vendor to service all applicable system pumps, controllers, metering devices.
Vendor is expected to monitor system operation 24/7 with remote monitoring and alarm functionality for trouble calls 24/7.
Vendor technicians are required to be available to service the unit on a 24/7 basis within 2 hours of notification by the VA.

Vendor system to provide reporting of the following:
Free Chlorine levels
Total Chlorine levels
Water flow
Temperature in and out
Water pressure
Ammonium flow and Chlorine flow and target range
System to also monitor precursor chemical tank levels

All work performed will be inspected for completion by the COR or VA authorized personnel.

Period of Performance:

The base period for this requirement is October 2, 2017 through September 30, 2018 with provision of 4 option years.
Contracting Office Address:
VISN 2 Network Contracting Office - Albany
20 Madison Ave Extension
Albany, New York 12203

Place of Performance:
Stratton VA Medical Center
113 Holland Ave
Albany, NY 12208

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference:

solicitation number for this requirement as VA242-17-Q-0853.
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Terms of any express warranty
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.
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 addenda to FAR 52.212-1:

52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.204-20 Predecessor of Offeror (July 2016)
52.204-22 Alternate Line Item Proposal (Jan 2017)
52.216-1 Type of Contract (April 1984)
52.233-2 Service of Protest (SEPT 2006)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.233-70 Protest Content (JAN 2008)
852.233-71 Alternate Protest (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.
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 qualifications of the offeror s proposal, and demonstration of the following sub-factors.

(a) Technical Capability The Contractor shall demonstrate the ability to provide for the requirement by providing documentation in support of operation, repair, control, and maintenance of a Barclay system for a Monochloramine Generator.

(b) Service Schedule The Contractor shall provide a proposed schedule to service all applicable system pumps, controllers, metering devices as well as a schedule to provide, deliver, and set up all chemicals as required in order to maintain the specific concentrations.
2. Past Performance: Offerors will be evaluated on their ability to perform the services successfully. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.

Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process.

3. Price -Provide Unit Cost, Total Cost, and Yearly Totals by completing the Price Schedule.

This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 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.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:

52.203-16 Preventing Personal Conflicts of Interest (DEC 2011)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
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)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)
001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.

52.219-6, Notice of Total Small Business Set-Aside (NOV2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).


(xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation

(xiv) N/A

(xv) This is an open-market total service-disabled veteran owned small business set-aside combined synopsis/solicitation for Document Destruction Services at the Western NY Health Care System as defined herein.B B 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).
Submission shall be received not later than 12:00 PM EST, Tuesday August 8, 2017. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@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 Tuesday August 1, 2017 @ 2:00pm EST.

(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.

MURRAY, ANTHONY
ANTHONY.MURRAY2@VA.GOV
518-626-6138

CONTRACTING OFFICER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP