The RFP Database
New business relationships start here

Water Treratment for Corrosion Control


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24119Q0560
Posted Date:
September 11, 2019
Response Date:
September 18, 2019; 12:00 NOON EST
Product or Service Code:
H103
Set Aside:
100% SET ASIDE FOR SMALL BUSINESSES
NAICS Code:
221310

Contracting Office Address
Network Contracting Office 01
623 Atwells Avenue, Uncas Bldg
Providence, RI 02909

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.

The associated North American Industrial Classification System (NAICS) code for this procurement is 221310 with a small business size standard of $30.0 million.

The Department of Veteran Affairs Network Contracting Office 01 is seeking to purchase the services described in the following Statement of Work.

--------------------------------------------- BEGIN STATEMENT OF WORK -----------------------------------------


Corrosion Control Chemical Water Treatment System for Potable Water Systems Operation for the Newington Campus of the VA Connecticut Healthcare System.

Drinking Water Section Water Quality Monitoring Schedules for the registered water systems for each of the Newington VA Medical Center s Public Water Systems.

All Laboratory analysis shall be conducted by a Department of Public Health approved laboratory for drinking water analysis. Further information can be obtained directly from the Environmental Laboratory Certification Program by calling (860) 509-7389 or by accessing the website at www.ct.gov/dph/environmentallabs

All testing, sampling and reporting shall be in accordance with the State of Connecticut Department of Public Heath Regulation Title 25 Section 25-32d Water Resources, for the four Public Water Systems at the facility. The contractors shall follow the most current Water Quality Monitoring schedule as posted by the Connecticut Department of Health-Drinking Water Section and the facility s approved Sampling Point Inventory Schedule for each system.
Each PWS contains five approved sampling points for a total of twenty (20) approved sampling points.
The water systems are classified as:

Complete oversight of the point of entry treatment systems for Buildings 1, 2C, 2E and 3&42 for corrosion control due to elevated lead and copper levels within the buildings.
Provide a State of CT certified Class I water treatment plant operator to act as the chief operator per sections 25-32-7a through 25-32-14 of the Regulations of Connecticut State Agencies.
At least monthly inspection of chemical, storage, feed & control equipment and oversee maintenance of the Klenphos-400 chemical injection systems.
Provide copies of inspection checklists to the facility.

Provide all necessary sampling, testing and reporting per State of Connecticut Department of Public Health (CT DPH) regulations for the (4) consecutive public water systems (PWS) and per the most current Water Quality Monitoring Schedule as posted by the CT DPH, and the facility s Sampling Point Inventory Form for each system. There are five (5) sampling points per system for a total of twenty (20) sampling points. The water systems are classified as follows:

Non-Transient Non-Community (NTNC) consecutive PWS
Building 1 - PWS ID: CT CT0949053
Building 2C - PWS ID: CT0949063
Building 2E - PWS ID: CT0949073
Transient Non-Community (NTNC) consecutive PWS
Building 3 & 42 - PWS ID: CT094074


The table below is provided as a sample copy of required routine sampling requirements. These are estimates only and are subject to be changed by State of Connecticut Department of Public Health-Drinking Water Section.

Table 1.
Required Routine Samples for all of the water systems
Sample
Number of Samples
Frequency
Total Samples for the year
Asbestos (1094)
3
Once
3
Total Coliform (3100)
4
Quarter
16
Lead and Copper (PBCU)
20
Per Six months
40
Physical Parameters (PPS)
8
Quarter
8
Phosphate (as PO4)
8
Month (biweekly)
96
Total Zinc (Zn)
8
Month (biweekly)
96

The samples in Table 1 are estimated and are subject to change by the State of Connecticut Department of Public Health.

Bi-weekly sampling and analysis of Zn residuals at the first available tap after chemical treatment and any adjustment to feed rate needed to maintain a residual initially between 0.1 to 0.4 ppm to establish an inhibitory film on the pipes and then slowly lowering to between 0.05 and 0.15 ppm.

Bi-weekly sampling and analysis of phosphate residual at the first available tap after chemical treatment and any adjustment to feed rate needed to maintain a residual below 10 ppm.

Bi-weekly analysis of pH.

Additional monthly sampling and analysis of lead and copper to evaluate the effectiveness of the treatment program as facility needs arise.

Provide hard copies of all test results to the facility point of contact.

Period of Performance. The period of performance for this contract shall be a one-year base period following the award date, with four (4) one-year option periods.

Changes to Statement of Work
Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer (CO). A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor.

Place of Performance
VA Connecticut HCS - Newington Campus
555 Willard Avenue
Newington, CT 06111.

--------------------------------------------- END STATEMENT OF WORK --------------------------------------------

Solicitation Information

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

This is an open-market combined synopsis/solicitation with a 100% set-aside for Small Businesses for Water Treatment Corrosion Control.B B The government intends to award a firm fixed-price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019)
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984)
VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
IT CONTRACT SECURITY

This Department of Labor Wage Rate schedule 2015-4114 Revision 12, dated July 16, 2019, applies to this contract.

Submission of Quotes
All Vendors shall submit the following information or their quotes or may be deemed non-responsive:

Technical Capabilities Statement

Pricing - The below price list with each of the line items filled out with pricing for each line. Pricing should be all inclusive and take into account all contractor incurred costs. Do not add additional line items.

Past Performance - List of any prior water treatment for corrosion control contracts for the Federal Government.


Price/Cost Schedule

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT


0001



12.00


MO


__________________


__________________

Corrosion Control Chemical Water Treatment System as per Statement of Work
Contract Period: Base
POP Begin: 10-01-2019
POP End: 09-30-2020




0001



12.00


MO


__________________


__________________

Corrosion Control Chemical Water Treatment System as per Statement of Work
Contract Period: Option 1
POP Begin: 10-01-2020
POP End: 09-30-2021




0001



12.00


MO


__________________


__________________

Corrosion Control Chemical Water Treatment System as per Statement of Work
Contract Period: Option 2
POP Begin: 10-01-2021
POP End: 09-30-2022




0001



12.00


MO


__________________


__________________

Corrosion Control Chemical Water Treatment System as per Statement of Work
Contract Period: Option 3
POP Begin: 10-01-2022
POP End: 09-30-2023




0001



12.00


MO


__________________


__________________

Corrosion Control Chemical Water Treatment System as per Statement of Work
Contract Period: Option 4
POP Begin: 10-01-2023
POP End: 09-30-2024








GRAND TOTAL



__________________



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:"
and the Vendor shall list exception(s) and rationale for the exception(s).

Quote Due Date and Time
Submission shall be received not later than Wednesday, September 18, 2019 at 12 noon EST via email to the Point of Contact listed below. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer at the information below no later than Sunday, September 15, 2019, 12 noon EST. Phone calls will not be returned.

Award shall be made to the vendor whose quote includes the required documentation listed above at the lowest price.

Point of Contact
Anna Norcross, Contracting Officer
anna.norcross@va.gov

Anna Norcross
Contracting Officer

CONTRACTING OFFICER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP