Search Contract Opportunities

Boiler Feedwater Chemical Treatment

ID: 36C24125Q0373 • Type: Synopsis Solicitation

Description

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, 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 issued as RFQ 36C24125Q0373. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238220 (Plumbing, Heating, and Air-Conditioning Contractors) SBA size standard $19 Million. This is being posted as a SDVOSB set-aside. This is a solicitation for VA Connecticut Healthcare Systems (VACHS). They require periodic testing and treatment of boiler feed water supply. VACHS, requires the vendor to provide services for all labor, transportation, equipment, materials, and the expertise necessary for the periodic evaluation of and maintenance of feed water supply to 5 boilers in West Haven, and 3 boilers in Newington. The full SOW will be attached below, any technical questions will be directed at Chris Metner 203-932-5711 x3817. All interested companies shall provide quotations for the following: STATEMENT OF WORK Boiler Plant Water Treatment & Testing BACKGROUND VA Connecticut Healthcare Systems (VACHS) requires the periodic testing and treatment of boiler feed water supply. VACHS, requires the vendor to provide services for all labor, transportation, equipment, materials, and the expertise necessary for the periodic evaluation of and maintenance of feed water supply to 5 boilers in West Haven, and 3 boilers in Newington. JUSTIFICATION Chemical water treatment of boilers is necessary for longevity of equipment and efficiency of performance. Boiler maintenance is critical to maintaining a functional clinical operating environment. LOCATIONS OF SERVICES VA Medical Center West Haven 950 Campbell Ave West Haven, CT 06516 Newington VA Medical Center 555 Willard Ave Newington, CT 06111 QUALIFICATIONS The vendor shall have been in business at least five years providing chemical treatment of boiler plant and steam distribution systems similar in design and annual steam production rates to that of the VA facility. One water treatment specialist shall be assigned to this contract. The water treatment specialist shall have at minimum five years experience with boiler water treatment programs. The water treatment specialist assigned must be located within 100 miles of the site to enable reasonable response times to request for site visits. The contractor shall operate (or continuously maintain a contract with) a state certified laboratory to perform complete scientific analyses of water chemistry, deposits, metallic materials affected by corrosion and provide recommendations for correction of problems related to the chemical and mechanical water treatment program. A Professional Chemist shall supervise the laboratory. SCOPE OF WORK The vendor shall provide all labor, materials, specialized services, and travel necessary for evaluation and treatment of boiler feed water. The vendor shall include an additional line item for a total of $5,000 per period of performance to account for any additional chemicals and labor associated with boiler feedwater treatments, and emergency responses. The vendor shall include charges for new feedwater chemical treatment equipment on the base year quote, and each year following shall include the estimate for chemicals, and labor associated with the objectives outlined below. Work shall occur during regular business hours between 7:00 a.m. 4:30 p.m. or as coordinated with the COR and/or appropriate FMS POC. Vendor to provide full report detailing the products used as well as the results of feedwater testing and any adjustments made to the treatment plan as a result of feedwater water analysis. Vendor shall Provide emergency response, including a site visit if requested, within 4 hours of request, 24 hours a day, and 365 days per year. Maintain a toll-free (800) telephone number and email and pager system for 24-hour access. OBJECTIVES 1. The feedwater treatment plan shall be in conformance with the following standards/codes/specifications to include but not limited to: a. VHA Boiler Directive 1810. b. Dept. of Veterans Affairs Master Construction Specification Division 23 HVAC Water Treatment Section 23 25 00, Para 2.2: Chemical Treatment for Closed Loop Systems. c. Federal Department of Agriculture (FDA): CFR 21, 173.310, Boiler Water Additives Permitted in Plants Where Steam Contacts Food. 2. The contractor will be responsible for coordinating, scheduling, and reporting all work-related activities. The responsibilities shall include but are not limited to the following: a. Chemicals and Testing Supplies i. The vendor shall provide all chemicals, test kits, test reagents, corrosion coupons, and instructional materials as necessary to comply with all contract requirements. Deliver to the boiler plant supervisor or his/her designate. ii. Chelating chemicals are NOT permitted. iii. All chemicals utilized shall conform to FDA guidelines; in addition, in addition, the chemicals shall conform to all local, state, and federal government regulations on water pollution and have appropriate EPA registration. The VACTMC utilizes boiler steam for food preparation and for humidification. iv. Furnish on site chemical storage containers with secondary containment when needed. Provide bulk delivery service, which delivers the chemicals directly into the onsite storage containers with no assistance necessary from VA employees other than to provide access, all spills, shall be reported to VA employees, All personal shall have and use Personal Protective Equipment (PPE) when transferring or handling chemicals. v. All existing chemicals, which are suitable for the contract program, shall be utilized prior to the use of any new chemicals, tanks shall be pumped down empty, and cleaned before new chemicals are introduced to the tank or system. vi. Submit MSDS, SDS sheets for all chemicals, test kits or replacements utilized during the performance of services under this contract. The MSDS, SDS sheets shall accompany all delivery of the chemicals, in place at the holding tanks; copies shall be given to both boiler plant supervisors and to the Contracting Officer Representative (COR). vii. All chemical containers shall be labeled with complete information on contents and shall be returnable. Containers with missing labels shall be removed from the site. All containers remain the property of the contractor and shall be immediately removed from; the site when they are no longer needed at the site. b. Performance Requirements: i. Total hardness in feed water shall be less than one {1} part per million (ppm). Advise VA personnel on proper softener monitoring and operation. ii. Dissolved oxygen in the feed water shall be seven {7} parts per billion (ppb) maximum with oxygen scavenger treatment temporarily suspended. If it exceeds twelve {12} ppb, provide recommendation to boiler plant supervisor that deaerator shall be inspected and repaired. iii. Prevent embrittlement of boiler pressure vessels. iv. Condition the boiler sludge to obtain effective bottom blow off. v. Boiler residual of sodium sulfite, 30-60 ppm. vi. Boiler phosphate residual, 20-40 ppm. vii. Total dissolved solids (TDS) in boilers as high as possible, but not to exceed 4000 ppm. viii. Total alkalinity in boilers 800 ppm maximum (1/5 x solids TDS). ix. Maximum suspended solids in boilers 350 ppm, maximum silica 250 ppm. x. Boiler polymer dispersant residual as recommended by supplier. xi. There shall be no pitting corrosion. xii. There shall be no scale and deposit formation in the boilers. xiii. Moisture content of the steam shall not exceed one percent. Perform condensate conductivity tests at a steam trap near the boiler steam outlet (at a point with no amines) to evaluate the moisture content of the steam. If necessary, utilize an antifoam agent to limit solids carryover in the steam from the boilers and to control boiler priming, foaming, and misting. xiv. Control boiler water chemistry to minimize blowdown and thus improve efficiency. xv. Provide steam amine treatment to provide condensate pH of 8.0 8.5 at each condensate receiver throughout the facility and in the condensate storage tank in the boiler plant. Feed the amines into the boilers instead of the steam header to achieve even dispersal throughout the distribution system. xvi. Control corrosion rates. Steel corrosion rates shall be less than 2.0 mils per year. Copper corrosion rates shall be less than 0.2 mils per year. xvii. Establish layer of magnetic iron oxide (black or dark gray in color) on all steel surfaces as a corrosion barrier. c. On-Site Services: i. Provide complete written instructions, supplemented by oral instructions and demonstrations, to all boiler plant personnel for their performance of routine water tests and for feeding the chemicals into the systems. The instructions shall cover all aspects of safe chemical handling and safe and accurate testing, and proper chemical feed quantities, and methods to suit the plant operating parameters, and water treatment performance requirements, and that all testing materiel reflect the new product, copies shall be given to boiler plant supervisors and COR. ii. Provide three two-hour training sessions within two months of the start of a new contract. The first session shall be within one week of the start of the contract. Provide one two- hour training session every six months after the contract has been in force for six months, to ensure all boiler plant operators have been instructed and a training log kept. All training courses shall take place at the VA facility and at a date and time mutually acceptable to the vendor and VA. iii. Perform the following tests monthly, provide complete written reports with all test results and or recommendations, chemical usage and or reorders, test kits ordered or changes made, and review reports with plant supervisor, copy s shall be sent to COR for records. 1. Condensate return systems: pH, hardness, dissolved iron and copper, total dissolved solids (conductivity), amine. Condensate conductivity at a steam trap near the boiler steam outlet. Test the condensate for pH at representative samples of condensate receivers throughout the facility at least twice per year. Vary the sample sites every year. 2. Make-up water including soft water, pH, alkalinity, and hardness, total dissolved solids, suspended solids, and silica. 3. Boiler feed water: Dissolved oxygen, pH, alkalinity, hardness, total dissolved solids, suspended solids, and silica. Feed water dissolved oxygen shall be tested twice per year with oxygen scavenger chemical treatment temporarily suspended so that feed water deaerator performance can be evaluated. 4. Boiler water: Total dissolved solids, suspended solids, sulfite, phosphate, and alkalinity. 5. Continuous blowdown systems: Check calibration and settings monthly. 6. Chemical feed systems: Advise plant personals and supervisor on adjustments to maintain proper chemical dosage and feed rates and blowdown rates. iv. Visit the plant weekly during the first two months of the contract. After two months, visit the plant monthly, perform tests listed above, and review daily logs of tests performed by boiler plant personnel. Discuss the test results with the plant supervisor. Provide recommendations on treatment methods and consult on boiler plant, steam, and condensate distribution systems problems as requested. Send water samples to the laboratory as necessary to resolve problems and questions. Make additional visits at the request of the plant supervisor to address potential problems. v. Conduct waterside inspection of boilers, feed water deaerator, and condensate storage tank at least once per year. Boiler and feed water deaerator inspection to coincide with the inspection by the Qualified Professional Inspector (boiler inspector). Coordinate inspection with COR and/or Boiler Plant Supervisor. VA personnel shall prepare equipment for inspection. vi. Provide recommendations on wet and dry boiler lay-up procedures, including monitoring, of boilers not in service. vii. Provide recommendations on proper operation of continuous boiler blowdown systems and boiler bottom blow off procedures. viii. Test corrosion coupons from condensate lines once per year and provide report. VA personnel shall install, remove, and deliver the coupons to the water treatment specialist. ix. Any deficiencies or problems noted with VA test results or with the water treatment specialist s test, results are to be reported immediately to the boiler plant supervisor and the COR. If problems are found, corrective actions shall be recommended immediately, chemicals provided as necessary, and tests performed as necessary to confirm that desired results are achieved. d. VA Boiler Plant Staff Responsibilities: i. The plant personnel shall perform routine testing for chemical residuals, conductivity, hardness, alkalinity, pH, chloride, silica, iron and copper, and other tests as recommended by the water treatment specialist. e. Administrative Requirements: i. All on site work is to be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. ii. Situations requiring more frequent analysis and/or special testing other than the specified requirements may arise. Do not perform any extra cost work without written authorization from the COR. A separate purchase order will be issued to cover the costs associated with these extra tests upon request and justification from the contractor. iii. Provide information on the normal time delivery time for chemicals. Provide method for emergency chemical deliveries. iv. A laboratory certified by the State shall perform laboratory work. v. A written report of each analysis and inspection shall be submitted immediately upon completion of each analysis and/or inspection to include a summary report of treatment recommendations based on the analysis report. Reports shall be submitted in duplicate to the boiler plant supervisor and to the COR. vi. Failure to achieve required performance goals shall be justification for termination of contract. vii. Immediately prior to commencing the chemical treatment contract, VACTMC shall arrange for an internal inspection of each boiler by the boiler plant supervisor and the contractor s (chemical supplier) field representative. A visual and written record of the condition of each of the boilers shall be signed by the contractor and the VACTMC representative. Upon termination of the contract, a similar inspection shall be conducted. Any deterioration in the boiler conditions attributable to the contractor s program shall be corrected by the contractor at no additional cost to VA. 5. Coordinate all placement and removal of Lockout Tagout devices for any energy sources with FMS VA COR/Maintenance & Operations. 6. Coordinate all confined space entry with VA Safety Department and FMS VA COR/Maintenance & Operations. 7. Protect all equipment in place during work activities. 8. Contractor shall provide a full report detailing all maintenance activities performed for each visit, the names of individuals performing the maintenance, and a summary of any notable concerns that can otherwise impair the functionality of the equipment. 9. Work hours for service and corrective maintenance shall be as follows, unless otherwise requested/approved by the COR or appropriate VA representative: a. 7:00 a.m. to 5:00 p.m., Monday through Friday. SUBMITTALS/DELIVERABLES 1. Prior to the start of work, the specifications shall require the contractor to develop and submit such plans as required by the VA relating to Safety and Environmental Issues. These may include but are not limited to: a. Job Hazard Analysis (JHA) / Activity Hazard Analysis (AHA) b. Acknowledgement of VA LOTO requirements (Attachment C) and contractor LOTO policy. 2. The contractor shall submit any waste manifest documents as applicable with final reports. 3. Subcontracting of any ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SPECIAL INSTRUCTIONS 1. Subcontracting of any ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. 2. Federal Holidays observed by the department of Veterans Affairs are as follows: New Years Labor Day MLK Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day 3. Contractor Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 15, FMS office in West Haven, or Building 3, 3rd Floor, FMS office in Newington, and/or receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. a. The Contracting Officer (CO), Contracting Officer s Representative (COR), and/or Project Manager (PM) specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. 4. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. 5. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. 6. VA reserves the right to close down or shut down the facilities and order Service provider employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the VA Contracting Officer. 7. Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. 8. Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 04, 2021. 9. Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR. 10. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. 11. Billing: Provide COR and/or PM with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. RECORDS MANAGEMENT STATEMENT 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created while performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. VA Medical Center West Haven and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of the VA Medical Center West Haven or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA Medical Center West Haven. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA Medical Center West Haven control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The 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, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VA Medical Center West Haven guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA Medical Center West Haven policy. 8. The Contractor shall not create or maintain any records containing any non-public VA Medical Center West Haven information that are not specifically tied to or authorized by the contract. 9. The 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 from public disclosure by an exemption to the Freedom of Information Act. 10. The VA Medical Center West Haven owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA Medical Center West Haven shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.22720. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #3873736, Records Management for Records Officers and Liaisons. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. SAFETY CODES / CERTIFICATION / LICENSING The Contractor shall comply with all codes as described above, as well as codes customarily applied in VA repair such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the contractor shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the reports. TRAVEL Vendor will travel from their place of business to the West Haven VAMC of the VA Connecticut Healthcare System. TERMS AND CONDITIONS 1. User Responsibility: The contractor shall not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. 2. All work is subject to inspection, review and approval by the Boiler Plant Supervisor, Utility System Supervisor, Chief M&O, Chief Engineer, and/or their designees Price (Follow these instructions): Offeror shall complete pricing for the scope of work provided. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company can perform the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work. c. Contractor shall provide all current and relevant or license(s) to include manufacture training certificate etc. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. 4. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination West Haven and Newington VAMC WD 2015-4127 and 2015-4119 (Rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 04/15/2025 at 17:00 PM EST. RFQ responses are due NLT 04/18/2025 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24125Q0373 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)
Background
The VA Connecticut Healthcare Systems (VACHS) is seeking to procure services for the periodic testing and treatment of boiler feed water supply. This contract aims to ensure the longevity and efficiency of boiler equipment, which is critical for maintaining a functional clinical operating environment. The solicitation is issued as RFQ 36C24125Q0373 and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).

Work Details
The contractor will provide all labor, transportation, equipment, materials, and expertise necessary for the evaluation and maintenance of feed water supply to 5 boilers in West Haven and 3 boilers in Newington. Key tasks include:
- Periodic testing and treatment of boiler feed water.
- Provision of chemicals, test kits, reagents, and instructional materials.
- Compliance with FDA guidelines and local regulations regarding chemical use.
- Monthly performance tests on various water systems including condensate return systems and boiler feed water.
- Emergency response services within 4 hours of request, 24/7 availability.
- Training sessions for VA personnel on routine water tests and chemical handling.
- Detailed reporting on chemical usage, test results, and recommendations for treatment adjustments.

Place of Performance
Services will be performed at the VA Medical Center located at 950 Campbell Ave, West Haven, CT 06516, and at the Newington VA Medical Center located at 555 Willard Ave, Newington, CT 06111.

Overview

Response Deadline
April 18, 2025, 5:00 p.m. EDT Past Due
Posted
April 8, 2025, 9:03 a.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
VAMC West Haven West Haven, CT 06516 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
On 4/8/25 VISN 1: New England Healthcare System issued Synopsis Solicitation 36C24125Q0373 for Boiler Feedwater Chemical Treatment due 4/18/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC J044.
Primary Contact
Title
Contract Specialist
Name
Nathan Langone   Profile
Phone
(603) 624-4366

Documents

Posted documents for Synopsis Solicitation 36C24125Q0373

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24125Q0373

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24125Q0373

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24125Q0373

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 241-NETWORK CONTRACT OFFICE 01 (36C241)
FPDS Organization Code
3600-00241
Source Organization Code
100176746
Last Updated
April 8, 2025
Last Updated By
Nathan.Langone@va.gov
Archive Date
May 3, 2025