Arizona Bids > Bid Detail

S114--Legionella Remediation Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159532018856478
Posted Date: Jan 31, 2023
Due Date: Feb 7, 2023
Solicitation No: 36C26223Q0474
Source: https://sam.gov/opp/7b014a9b5e...
Follow
S114--Legionella Remediation Services
Active
Contract Opportunity
Notice ID
36C26223Q0474
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 31, 2023 01:36 pm PST
  • Original Response Date: Feb 07, 2023 11:00 am PST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S114 - UTILITIES- WATER
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Department of Veterans Affairs Phoenix VA Health Care System Phoenix , AZ 85012
    USA
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, 8(a), HUBZone, Women-Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The Phoenix VA Health Care System (PVAHCS) located at 650 E. Indian School Road
Phoenix, AZ 85012 is seeking a potential qualified contractor that can provide Legionella Remediation for PVAHCS.

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran-Owned Small Business set aside. However, if response by Service-Disabled Veteran-Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541380 Testing Laboratories ($15 Million Dollars).

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran-Owned Businesses or Veteran-Owned Businesses who respond to a solicitation on this project must be registered with the U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at Veteran Small Business Certification (sba.gov). All interested Offerors should submit information by e-mail to tammy.perrine@va.gov. All e-mails must have as the subject line 36C26223Q0474 Legionella Remediation Services . All information submissions must be received no later than 11:00 a.m. PST on February 07, 2023.

LEGIONELLA REMEDIATION

BACKGROUND

There is a plethora of positive Legionella results throughout multiple sampling sites in Building 1, C & D Towers. Per directive the whole building needs to be hyper chlorinated and flushed to remove the bacterial contaminate from the system.

PROJECT OBJECTIVES

The objective of this project is to disinfect the hot and cold potable water system throughout C & D Towers in Building 1, in order to eliminate any trace of legionella.

SCOPE OF WORK/REQUIREMENTS:

A. Scope of Work

Supply and install injection port and taps for both C and D towers main domestic potable water supply lines. Each tap is located on either side of the pre-existing isolation valves for their respective tower. Contractor is to verify line size, and serviceability of any existing saddle taps and valves already in place. There are four (4) taps and injection ports that require installation between both towers. Injection port location for C Tower is directly behind the hot water bundle in the gated area and D is in the basement access in Emergency Department. End connection ports need to be 1.5 Camlock fittings, one male and one female, with full port ball valve isolation; all fittings, valves and taps used must be compliant under the safe water drinking act requirements.

Contractor will supply their own method of chlorine injection; equipment must be compatible with the 1.5 ports installed in line 1. The equipment will be able to maintain 50 PPM at a maximum flow rate of 15 GPM or 2.0 ft^3/min.

Each tower will be disinfected separately between the hours of 1900-0500 over the course of two days. The systems must be completely free of residual chlorine each day by 0500. Systems will be disinfected with a concentration of 50 PPM, verified at each fixture for a minimum of 3 hours. Contractor is responsible for adding warning signs at each fixture affected and will remove all barriers and signage once completed. Warnings will indicate that the water is super chlorinated and not safe to drink as well as Hot Scalding Water .

There will be no injection in the hot water side of the system; instead, contractor will utilize currently installed hot water bundles to Superheat the hot water side of the system. The hot water side will be heated to 160-170 Degrees Fahrenheit for a minimum of 30 minutes and a maximum of 60 minutes. The superheat and chlorine disinfection will occur simultaneously to eliminate further down time for the facility.

The contractor will ensure that there is a chlorine residual of no more than 1 PPM at each fixture, and that the hot water side has returned to normal operating temperature once the tower has been fully disinfected on both sides. This all needs to be completed before the 0500 deadline, per tower, per day.

To clarify the flow of work should happen as such:
Day 1: Contractor installs all ports and saddles for both towers.
Day 2: Contractor begins Tower C chlorine disinfection at 1900, along with superheating on hot side. Contractor will finish tower C by 0500 to include clean up and removal of all safety signage.
Day 3: Same as day 2 but with Tower D .

Fixture counts are as follows:
Two handle faucets: 245
Showers w/Mixing Valves: 52
Single Spout Faucets: 48
Hose bibs/sillcocks: 8
Water Closets/Urinals: 135
Drinking Fountains: 4

B. Hazardous Material Assessment:
No hazardous materials are expected to be encountered in the course of the project. If the presence of hazardous materials is suspected, notify the Contracting Officer s Technical Representative immediately for assistance.

C. Underground Utility Locations:
Locating underground utilities is not required for this project.

D. Commissioning:
No formal commissioning process is required.

E. Phasing and Impacts:
Technicians will need to work around, and with hospital staff in order to minimize the impact on patients.

F. Special & Technical Requirements:
There are no special or technical requirements for this project.

PLACE OF PERFORMANCE

Phoenix VA Health Care System
Carl T. Hayden Medical Center
650 E. Indian School Road
Phoenix, AZ 85012



Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2023 01:36 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >