H146--Water Corrosion Control

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Connecticut
Type of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Posted: Feb 7, 2023
Due: Feb 15, 2023
Solicitation No: 36C24123Q0345
Publication URL: To access bid details, please log in.
Follow
H146--Water Corrosion Control
Active
Contract Opportunity
Notice ID
36C24123Q0345
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 07:05 am EST
  • Original Response Date: Feb 15, 2023 06:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H146 - QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    555 Willard Avenue , CT 06111
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.
If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 541620, with size standard of 19 million dollars. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Corrosion Control Water Treatment System for a Potable Water System at the Newington Connecticut VA Medical Center per the (DRAFT Performance Work Statement) below.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform Corrosion Control Chemical Water Treatment Systems services are invited to submit a response to this Sources Sought Notice by 15-Feb-2023 by 6:00 PM EST. All responses under this Sources Sought Notice must be emailed to Joshua.Gallien@va.gov with RFQ #36C24123Q0345 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.

Attachment 1
Sources Sought Worksheet
QUALIFICATION INFORMATION:
Company / Institute Name: _______________________________________________________
Address: ______________________________________________________________________
Phone Number: ________________________________________________________________
Point of Contact: _______________________________________________________________
E-mail Address: ________________________________________________________________
Unique Entity Identifier (UEI) #:Â ___________________________________________________
CAGE Code: __________________________________________________________________
SAM Registered: (Y / N)
Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N)
VIP Verified VOSB: (Y / N)
8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N)
Women-Owned Small Business: (Y / N)
Small Business: (Y / N)
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.
CAPABILITY STATEMENT:
Provide a brief capability and interest in providing the Corrosion Control Chemical Water Treatment System Services as listed in Attachment 2 (PERFORMANCE WORK STATEMENT (PWS), please be advised the PWS is a DRAFT ONLY and is subject to change) with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the (PWS). Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Attachment 2
(DRAFT PERFORMANCE WORK STATEMENT)
PROJECT SCOPE OF WORK
Corrosion Control Chemical Water Treatment System for the 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 (CTDPH) Regulation Title 25 Section 25-32d Water Resources, for the four Public Water Systems (PWS) 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.
State of CT certified Class I water treatment plant operator shall be on site at a minimum of one per month, site visits shall include inspection of chemical, storage, feed & control equipment and oversee maintenance of the Klenphos-400 chemical injection systems. It is expected that the contractor shall make additional visit(s) for troubleshooting and/or to make adjustments to the equipment as a result of water quality tests
Provide anti-corrosion product Klenphos-400 and maintain sufficient product as to prevent the systems from running out of the product.
Provide copies of completed inspection checklists and service tickets to the facility within 48 hours of site visit.
Attend meetings/inspections that are scheduled by the CTDPH, meetings are normally scheduled every two years however, they can take place yearly.
Respond to CTDPH requests for information and improvements to corrosion control, such as optimal corrosion control treatment (OCCT) proposals
Make suggestions to improve water quality. Required after any failed water quality test, and/or at the request of the CTDPH as a result of failed tests. Suggestions shall be submitted VIA email within 30 days of the failed test or by the deadline given by the CTDPH.
Be available to reset/reprogram, and troubleshoot the equipment as needed.
Provide technical information as needed (e.g. equipment manuals) and training facility plumbers on the system function and how to respond to equipment interruption or failure and the importance of using lead free solder and changing out old plumbing fixtures.

Provide parts and labor to provide preventative maintenance and make repairs as needed

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 CTDPH, 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)
25
Per Six months
45
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 zinc (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 parts per million (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 orthophosphate as phosphate 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 or follow up retesting due to failed samples as facility needs arise

Provide hard copies of all test results to the facility point of contact (within 7 days of receipt of lab results.
Period of Performance. A contract shall be awarded for a base year (12-months) with four (4) potential annual option years to be exercised at the discretion of the Contracting Officer.

Installation and Certification:
If repairs or replacement parts are required for the system, the vendor shall provide certification specified items meet all identified code and insurance requirements as required by the Government.
Work Location and Restrictions:
Location:
Newington VA Medical Center
555 Willard Avenue
Newington, CT 06111
All work shall be done between the hours of 7:00AM EST to 4:00PM EST Monday through Friday, weekends, holidays excepted, unless other times are arranged in advance and approved at no additional cost to government and approved in writing by the VA POC. When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the Project Manager at no additional cost to the Government.

Records Management Language for Statement of Work
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

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 by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

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, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

SECURITY:
No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. To obtain a short-term identification badge, contractor personnel shall present to the Project Manager a valid (non-expired) photo identification issued by a US federal, state or local government agency.
All contractor personnel are subject to inspection of personal effects when entering or leaving the project site.
Additional Information:
The Department of Veterans Affairs is a smoke free environment and smoking is not permitted at the facility.
COVID-19 Precautions:
Face coverings are required to be worn while on station. See internal VA POC for precaution updates prior to arrival on station.
COVID-19 precautions can potentially change at any time; contractors shall be required to follow all current COVID-19 regulations.
Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
36C24123Q0345.docx (opens in new window)
34 KB
Public
Feb 07, 2023
file uploads

Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 07:05 am ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Rental of 1000KW Power Diesel Generator & Provide Load Bank Test Active

Federal Agency

Bid Due: 10/25/2024

18877 | Request for statements of qualification for legal services This Request for

State Government of Connecticut

Bid Due: 10/31/2024

Status Ref# Project Close Date Days Left Action Open CCF 2024_2 Materials Testing

Capitol Region Council of Governments

Bid Due: 6/30/2024

Bid Number: 2024-03 Bid Title: Town Dock Concession Stand Category: Request for Proposals

Town of Clinton

Bid Due: 2/15/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.