J046--WATER TREATMENT AND CHILLER PLANT SERVICES
ID: 36C24725Q0026Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking a vendor for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract to perform comprehensive maintenance and treatment services on water and chiller plants at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina.

    The main objectives are to ensure the efficient and safe operation of the medical center's chiller and boiler plants. The scope of work involves providing chemical treatment, testing, and equipment maintenance services for five chillers of varying tonnages, two cooling towers, and a 30,000-gallon chilled water system. The vendor will also be responsible for Legionella testing and addressing boiler water treatment for seven boilers with different horsepower ratings.

    The contract is likely a performance-based or service contract with a base period from October 1, 2024, to September 30, 2025, and four one-year extension options. The total estimated contract value is unknown, and vendors will need to submit unit prices and quantities for various services and equipment.

    The VA seeks a single vendor capable of meeting all technical requirements at the lowest price. Vendors must complete and submit the RFQ document, along with supporting documentation, by August 8, 2024, at 10:00 AM CST. The documentation should demonstrate the vendor's ability to meet specifications, with particular emphasis on OEM authorization and detailed pricing schedules.

    The evaluation criteria will likely focus on the vendor's expertise and ability to maintain and treat the specific equipment on-site, as well as their understanding of water treatment and chiller plant operations. A site walk was scheduled for July 25, 2023, to allow vendors to inspect the equipment and facilities.

    Questions regarding this opportunity should be directed to the Contract Specialist, Terri Hudson, via email at terri.hudson@va.gov.

    Point(s) of Contact
    Terri HudsonContract Specialist
    Terri.Hudson@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking vendors for water treatment and chiller plant services at the William Jennings Bryan Dorn VAMC in Columbia, South Carolina. The contract will be awarded to a single vendor that can provide all the required services at the lowest price while meeting technical requirements. The NAICS code is 325998, reflecting chemical product and preparation manufacturing. Vendors must submit a quote and supporting documentation to demonstrate their ability to meet the specifications. All quotes must include associated fees such as shipping and delivery charges. The response deadline is July 31, 2024, by 4:00 PM CST, with questions due by July 26, 2024, at 10:00 AM CST. The total value of the contract is not specified, but the procurement follows a firm-fixed-price structure, and vendors must complete and return specific sections of the SF 1449, providing pricing details and confirming their status as a service-disabled, veteran-owned small business. This notice emphasizes the need for OEM authorization and detailed pricing schedules, with all SDVOSBs required to be listed on the specified VIP website.
    The Department of Veterans Affairs (VA) is seeking to procure water treatment services for the boiler and chiller plant at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This is a service-disabled, veteran-owned small business set-aside contract, with a base period of October 1, 2024, to September 30, 2025, and four one-year option periods. The contractor will be responsible for providing a full-service chemical treatment program for the hospital's chiller and boiler plants, including regular service calls, water testing, and corrosion control. They will also need to furnish water treatment chemicals and storage tanks, as well as provide training to boiler and chiller plant operators. The total estimated value of the contract is unknown, as offerors will need to provide unit prices and quantities for various services and equipment. The submission deadline for proposals is July 31, 2024, at 4:00 PM CDT.
    Procurement Objective: The Department of Veterans Affairs, Tuscaloosa VA Medical Center, seeks water and chiller treatment services for its facilities. Specifications and Requirements: The contract includes the treatment and maintenance of cooling water and boiler water systems. This encompasses multiple chillers and boilers with varying capacities, as well as cooling towers. The chilled water system has a capacity of 30,000 gallons. Scope of Work: The contractor will be responsible for providing water and chiller treatment services, including but not limited to, the maintenance and treatment of cooling towers, chillers, and boilers. They will also address Legionella testing, which is conducted on the cooling towers. Contract Details: This amendment extends the deadline for offer submissions and includes questions and answers intended to provide clarification for potential vendors. The site walk, scheduled for July 25th, will allow vendors to inspect the equipment and facilities. Key Dates: The amendment was issued on July 23, 2024, with a site walk scheduled for the following day. Evaluation Criteria: While not explicitly stated, it can be inferred that proposals will be evaluated based on vendors' ability to meet the specified requirements, their experience in providing similar services, and their understanding of the scope of work. In summary, the Department of Veterans Affairs, Tuscaloosa VA Medical Center, is seeking a contractor to provide water and chiller treatment services for its facilities. This includes the maintenance and treatment of cooling towers, multiple chillers with varying capacities, and boilers. With a site walk scheduled and questions clarified, vendors are expected to submit proposals detailing their ability to meet the specified requirements and effectively manage the water and chiller treatment services for the medical center.
    The amendment extends the deadline for offer submissions for the procurement of water and chiller treatment services by the Department of Veterans Affairs' Tuscaloosa VA Medical Center. The new closing date for offers is August 8, 2024, at 10:00 AM CST. This extension aims to provide additional time for interested parties to respond to Solicitation Number 36C24725Q0026. Aside from the deadline extension, all other terms and conditions of the solicitation remain unchanged. Vendors are required to acknowledge receipt of this amendment and adhere to the specified submission requirements. The primary objective of this procurement is to obtain services related to the treatment and maintenance of water and chiller systems, ensuring their optimal performance and longevity. While specific details about the scope of work and technical requirements are not provided in this amendment, they would be outlined in the original solicitation document.
    Procurement Objective: The government agency is seeking to upgrade or replace cooling and boiler systems within a facility, focusing on improving efficiency and water usage. The scope includes cooling tower systems, chillers, chilled water loops, and steam boilers, along with associated equipment like water softeners and deaerators. Specifications and Requirements: The agency provides specific details about the current setup, including the number of cooling towers (2), their cell dimensions, and annual water makeup requirements (approx. 14 million gallons per year). They also inquire about the tonnage of the cooling towers and chillers, with the latter consisting of a mix of 750-ton and 500-ton units. The boiler plant includes four steam boilers with a majority being 600 horsepower, and the presence of a water softener and a deaerator is confirmed. Scope of Work: A vendor or contractor would be responsible for supplying and installing the specified cooling and boiler systems, ensuring they meet the provided specifications and integrate effectively with the existing infrastructure. This includes providing the necessary equipment, such as cooling towers, chillers, boilers, and any ancillary components. Evaluation Criteria: While not explicitly stated, it can be inferred that proposals will be evaluated based on their technical merit, including the vendor's ability to provide systems that meet the specified requirements and effectively address the agency's needs for improved efficiency and water conservation. Key Dates and Contract Details: This particular excerpt does not provide information on submission deadlines, project timelines, or contract specifics. In summary, the government agency is seeking to procure and install upgraded cooling and boiler systems, focusing on water efficiency and effective temperature control. The scope includes cooling towers, chillers, water treatment systems, and steam boilers, all tailored to meet the specific requirements of the facility. Vendors will need to demonstrate their ability to provide efficient, reliable solutions that integrate seamlessly with existing infrastructure.
    Procurement Objective: The William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina, is seeking vendors for water treatment and chiller plant services. This includes comprehensive maintenance and treatment services for their chiller and boiler plants to ensure efficient and safe operations. Specifications and Requirements: The facility has specific equipment that needs attention, including five chillers with varying tonnages (750 and 500 tons), two cooling towers with two cells each, and a chilled water system of 30,000 gallons. For boiler water treatment, there are a total of seven boilers with different horsepower ratings, and the annual steam production is approximately 82,492,000 million lbs of steam. Scope of Work: The vendor will be responsible for providing water treatment and maintenance services for the chiller and boiler plants, including but not limited to chemical treatment, testing, and equipment maintenance. They will also need to address Legionella testing, which is currently conducted only on the cooling towers. Contract Details: While not explicitly stated, the contract is likely to be a performance-based or service contract, ensuring the proper maintenance and functionality of the water treatment and chiller plants. Key Dates: The submission deadline for questions and requests, such as the site walk, was presumably around July 2023, as indicated by the date mentioned (July 25th). Evaluation Criteria: Not explicitly stated, but the vendor's ability to address the specific equipment and systems in place, as well as their experience in water treatment and chiller plant maintenance, will likely be key factors in the evaluation process.
    This document from the Department of Veterans Affairs (VA) outlines a directive for the prevention of healthcare-associated Legionella disease and scald injuries from water systems in VA facilities. The main objective is to establish policies and procedures to mitigate the risk of Legionella bacteria exposure and scalding injuries in specific VA-owned buildings and water systems. The directive applies to VA-owned buildings where patients, residents, or staff stay or sleep overnight, as well as outdoor non-potable water systems like cooling towers. It focuses on primary prevention activities and aims to reduce the risk of Legionella exposure through various control measures. Specifications include maintaining appropriate water temperatures, using biocides to control Legionella growth, and implementing engineering controls such as water treatment systems. Continuous monitoring of water quality, pressure, and temperature is emphasized, along with the use of anti-scald devices to prevent injuries. The scope of work involves developing and implementing written HCA LD prevention plans for each relevant building and water system. This includes risk assessments, implementing engineering controls, monitoring, and validating the effectiveness of these measures through environmental and clinical testing. The directive outlines responsibilities for various VA personnel, including the Under Secretary for Health, Assistant Under Secretary for Health, Veterans Integrated Services Network (VISN) Directors, VA Medical Facility Directors, and others. It also emphasizes the importance of collaboration between clinical and engineering staff. While there are no specific contract details mentioned, the directive emphasizes the need for sufficient resources and funding to ensure compliance with the outlined prevention measures. The document includes references to various guidelines, standards, and regulations from organizations such as the CDC, EPA, and ASHRAE, which provide additional technical details for Legionella control and water management.
    This file outlines wage determinations for various occupations under the Service Contract Act, with specific rates provided for different regions. The document is a comprehensive list of occupations, each with an associated code, title, and hourly rate. These rates are determined by the U.S. Department of Labor's Wage and Hour Division and are applicable to contracts subject to the Service Contract Act. The state covered in this document is South Carolina, specifically the counties of Calhoun, Fairfield, Kershaw, Lexington, Richland, and Saluda. The occupations listed span a wide range of sectors, including administrative support, automotive service, food preparation, health, information technology, transportation, and many others. For each occupation, there is a corresponding hourly rate that employers are required to pay their employees. These rates are further supplemented by fringe benefits, such as health and welfare benefits, vacation time, and paid holidays. Additionally, the document provides detailed instructions for requesting authorization for additional classifications and wage rates using Standard Form 1444 (SF-1444). This process involves the contractor proposing a classification, providing a job description, and justifying the proposed wage rate, which is then reviewed by the Wage and Hour Division for approval. The wage determinations outlined in this file ensure that employees working under the Service Contract Act in South Carolina receive fair and appropriate compensation for their work.
    Lifecycle
    Similar Opportunities
    J045--Cooling Tower Chemical and HVAC Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Cooling Tower Chemical and HVAC Maintenance services for the Hampton Veterans Affairs Medical Center (VAMC). This procurement aims to ensure compliance with mandated water treatment and testing protocols, which are to be conducted monthly across various facilities within the VAMC. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to engaging qualified contractors while gauging market interest and capability. Interested firms must submit a capability statement by August 20, 2024, detailing their qualifications, and all responses should be directed to Contract Specialist Kristine Woodbury at kristine.woodbury@va.gov.
    Z1NB--Amendment to Post Technical Q's and Extend Closing Date - Dallas VA Boiler/Chiller Plant Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Dallas VA Boiler/Chiller Plant Contract, specifically aimed at maintaining and operating the VA North Texas Health Care System's cogeneration and boiler chiller plant. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of services including testing, inspecting, preventive maintenance, corrective repairs, and emergency response for critical equipment, ensuring compliance with VA standards and operational efficiency. Interested contractors must submit their proposals by the extended deadline of September 16, 2024, at 9:00 AM CDT, and should direct inquiries to Senior Contract Specialist Jose Campa at Jose.Campa@va.gov or (210) 694-6311. The total award amount for this procurement opportunity is approximately $47 million, reflecting the VA's commitment to supporting veteran-owned businesses while maintaining essential healthcare infrastructure.
    J045-- LA108 AC Coil Replacements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of AC coils at the WJB Dorn VA Medical Center in Columbia, South Carolina. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors. The successful contractor will be responsible for maintaining and repairing essential HVAC equipment, which is critical for ensuring a comfortable and safe environment for veterans receiving care at the facility. Interested parties should refer to RFQ 36C24725Q0053 for detailed requirements and are encouraged to contact Contract Specialist Stanley Turner at Stanley.turner@va.gov or by phone at 205-984-0594 for further information.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    4520--CON NRM 687-24-110 Replace B143 Boiler and Water Heaters
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of a hydronic boiler and two water heaters at the Jonathan M. Wainwright VA Medical Center in Walla Walla, Washington. The project involves the removal of existing, non-operational units and the installation of new Lochinvar equipment, with a focus on ensuring no disruption to domestic hot water services during the transition. This procurement is critical for maintaining the facility's operational efficiency and safety standards, reflecting the VA's commitment to providing quality healthcare services to veterans. Interested contractors must submit their proposals by September 14, 2024, with a project magnitude estimated between $250,000 and $500,000. For further inquiries, contact Contract Specialist Susan L Howe at Susan.Howe2@va.gov.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Hyperchlorination services at the Wilkes-Barre VA Medical Center, under Solicitation number 36C24424Q0989. The procurement aims to establish a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), focusing on maintaining the water distribution system to prevent Legionella disease. The contract will encompass annual hyperchlorination services and emergency interventions, with a minimum value of $5,000 and a maximum of $325,000, contingent on task orders based on estimated needs. Interested contractors must register with the System for Award Management (SAM) and submit their quotations by 10:00 AM (EST) on September 24, 2024, with inquiries due by September 19, 2024. For further details, contractors can contact Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    H946--Actionable-436 (S) LEGIONELLA ANALYSIS SERVICES FORT HARRISON AND MILES CITY (VA-25-00002015)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Legionella analysis services at the Fort Harrison and Miles City VA facilities. The contractor will be responsible for conducting water testing for Legionella, adhering to CDC protocols, with a contract duration of one base year and four option years, commencing on October 14, 2024. This procurement is critical for ensuring the health and safety of veterans residing in these facilities, reflecting the government's commitment to maintaining safe water standards in healthcare environments. Quotations are due by September 9, 2024, and interested vendors must demonstrate technical capability and provide necessary certifications, including a valid CDC ELITE certification for Legionella testing. For further inquiries, contact Peyton Wilkerson at Peyton.Wilkerson@va.gov.
    J041--Cooling Towers Maintenance and Repairs Tiered Evaluations
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for maintenance and repair services for twelve cooling towers at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The procurement aims to ensure optimal functionality through comprehensive preventive maintenance and necessary repairs, adhering to manufacturer guidelines and safety regulations. This contract, structured with a base period from November 1, 2024, to October 31, 2025, includes four option years and emphasizes the importance of maintaining critical infrastructure for healthcare operations. Interested vendors must submit their quotes by September 16, 2024, and direct any inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov.
    4110--ICE/WATER DISPENSERS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of ice dispensers, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation, identified as RFQ 36C24624Q1365, outlines the requirement for ice dispensers with a 25 lbs. storage capacity and an integrated ice machine capable of producing 425 lbs. of ice per day, to be delivered to the Salem VA Medical Center in Virginia. This procurement is crucial for ensuring efficient ice dispensing in healthcare settings, adhering to federal acquisition regulations while promoting veteran entrepreneurship. Interested vendors must submit their quotes by September 10, 2024, at 9:00 AM Eastern Time, and can direct inquiries to Contract Specialist Kenneca B. Crump at Kenneca.Crump@va.gov.