SOURCES SOUGHT
N -- Boiler Plant Water Softener and Controls Chillicothe, Ohio
- Notice Date
- 2/6/2025 4:48:42 AM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0279
- Response Due
- 2/19/2025 9:00:00 AM
- Archive Date
- 03/05/2025
- Point of Contact
- Alice Clark, Contract Specialist
- E-Mail Address
-
alice.clark@va.gov
(alice.clark@va.gov)
- Awardee
- null
- Description
- On behalf of the Chillicothe Veteran Affairs Medical Center, Building 261 (Boiler Plant), 17273 State Route 104, Chillicothe, Ohio 45601, Network Contracting Office (NCO) 10, is issuing a sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in, and the resources to support, this requirement for a firm-fixed priced, contract for the removal, and installation of a new twin tank water softener system, with associated brine measuring tank and all skid-mounted controls in the boiler room. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333310, Commercial and Service Industry Machinery Manufacturing, Size Standard 1,000 employees. DESCRIPTION OF SERVICES: The Contractor shall furnish all personnel, equipment, tools, materials, transportation, management supervision, and other items and services necessary to perform all water softener removal and installation tasks and functions. Location: Chillicothe Veteran Affairs Medical Center, Building 261 (Boiler Plant), 17273 State Route 104, Chillicothe, Ohio 45601 THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. No contract will be awarded from this notice. The acquisition strategy will be decided based on responses and other market research efforts. If the parties choose to respond, any cost associated with preparation and submission of data or cost incurred in response to his announcement shall be the sole responsibility of the contractor and will not be reimbursed by the Government. If your organization has the potential capacity to perform these services, please provide the following information: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Business type under NAICS 335220, which contains a size standard of 1500 employees, Commercial and Government Entity (CAGE) Code and Unique Entity Identification (UEI) Number. Respondent claiming SDVOSB and VOSB status shall be registered and verified in VetCert www.vetcert.gov. This information will be used to determine the viability of a set-aside for this requirement. Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. Below is the Limitation on Subcontracting Certificate of Compliance Clause. Please complete this as part of your response. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 12:00 PM EST, February 19, 2025. All responses under this SSN must be emailed to alice.clark@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Draft Statement of Work Commercial Water Softener For Boiler Plant Chillicothe VA Medical Center 02/05/2025 BACKGROUND Engineering Service is committed and proudly services the Chillicothe VA Medical Center, Chillicothe, Ohio 45601, providing the best possible environment for healthcare to veterans and the highest standards of service to customers. We do this by improving and maintaining our physical structures and by providing the equipment, supplies, testing, and preventative maintenance necessary to support excellence in healthcare. The general scope of this procurement is to provide for removal and installation of a twin-tank water softener system, with associated brine measuring tank and all skid-mounted controls for the boiler room. The characteristics of this request are stated below. LOCATION OF SERVICES Chillicothe Veteran Affairs Medical Center Building 261 (Boiler Plant) 17273 State Route 104 Chillicothe, Ohio 45601 PERIOD OF PERFORMANCE Contract shall remove and install a twin-tank water softener system, with associated brine measuring tank and all skid-mounted controls no later than May 30, 2025. DESCRIPTION OF WORK The contractor shall furnish all material, labor, supervision, tools, and equipment necessary to provide a new water softener for the boiler room. All work shall be in strict compliance with regulatory agencies and the manufacturer's recommendations. SCOPE The government requires a commercial water softener for use at the boiler plant. This procurement must also include removal of the existing equipment currently located at building 261 (Boiler Plant) and installation of the new purchased softener system. The system must also include training and education and furnish site-specific operating and service manuals, either digitally or hard copy, for the equipment. REQUIREMENT/SALIENT CHARACTERISTICS/SPECIFICATIONS EQUIVALENT TO BK-DS-LWT-3-1200 TWIN ALTERNATING SOFTENER: System Operation PLC-Allen Bradley 1400 Service Flow Rates (per tank) 185 gpm at 11 psi drop 230 gpm at 16 psi drop Backwash Flow Rate 60.0 gpm Pressure Vessel Quantity - Two (2) 48 x 72 carbon steel resin tanks 100# non-Code construction Interior Two component epoxy Carboline, Hydroplate 1086 4-10 mils Semi-gloss Finish Off White Certified to ANSI/NSF 61 Exterior Polyamidoamine Epoxy Tnemec N69F Satin finish - Safety Blue Four Point PVC upper distributor Hub/radial PVC lower distributor Media (per tank) Support gravel 1,000 lbs. 40 cubic feet resin per tank 10% Crosslinked Resin 1,200,000 grains Capacity per Regeneration 600 pounds Salt per Regeneration Face Piping Diaphragm Valve Nest Aquamatic Series V42 Valves 3 Service Valves 1 1/4 Regeneration Valves Galvanized Pipe and Fittings Pressure Gauges & Sample Cocks System Control Existing PLC in RO Main Panel Solenoid Panel for Connection to Existing PLC Quantity One (1) Solenoid Panel Enclosure Polycarbonate Enclosure Meter Quantity One (1) Signet Paddlewheel Flow Sensor Electronic Pick-up Installation Fitting, 3 Iron Saddle Brine Measuring Tank Quantity One (1) 42 x 60 Polyethylene Brine Tank Assembly (2) Level Switches Aquamatic Valves and Fittings Control Panel for Refill from Existing Outdoor Brine Silo Skid Mounting Pre-Piped & Wired Structural Steel Construction ASTM A36 Steel Welded Epoxy Finish 3 to 5 Mils DFT Color Blue Galvanized Interconnecting Piping Pipe and Fittings Inlet & Outlet Connections- 3 INSTALLATION: To receive, inspect, deliver, and install a twin-tank water softener system, with associated brine measuring tank and all skid-mounted controls. Once installed and stacked, will make final connections for water and controls, and begin verifying the operation of the unit. Installation work shall perform and completed during normal business hours; 6:00 am 3:30 pm Monday through Friday. Prior to any work starting, an authorized powerplant VA employee will place Lockout/Tagout on the proper potential energy source(s). The Vendor/Contractor shall review & verify the Lockout/Tagout on the isolated energy source(s) that will affect the installation of the water softener system (for example the electrical and water potential energy source). The Vendor/Contractor shall safely disconnect, disassemble, remove from property the old water softener, including the proper disposal of old system. The Vendor/Contractor shall safely install, reconnect, and pressure test the new water softener system. Vendor/Contractor will correct/fix any issues that was caused by their current work. MATERIALS: It is the sole responsibility of the Vendor/Contractor to provide all materials that are needed for the removal of the existing water softener system and the installation of the new water softener system for the length of this process. It is the sole responsibility of the Vendor/Contractor to provide to the installers all personal protective equipment that is needed, and may be required by different authorities, for the complete process. It is the sole responsibility of the Vendor/Contractor to provide all tools to the installers that may be needed for the complete process. WARRANTY: 1 year from date of receipt and verification of installation/operation. TRAINING: Contactor to provide staff training on operation of and all options included in new water softener. Contractor to furnish VA with site-specific operating and service manuals, either digitally or hard copy, for equipment. Information must be provided through installer at time delivery. Installer must provide training to Boiler Plant personnel. The Vendor/Contractor shall follow the VA Steam, Heating Hot Water, and Outside Distribute System Design Manual dated May 1, 2024, or later, Section 6.5 Water Treatment Equipment. Please review https://www.cfm.va.gov/til/dManual/dmSm01.pdf for information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c64ac5b8ef54846a0725443462ef377/view)
- Place of Performance
- Address: Department of Veteran Affairs Chillicothe Veteran Affairs Medical Center 17273 State Route 104, Chillicothe 45601
- Zip Code: 45601
- Zip Code: 45601
- Record
- SN07336017-F 20250208/250206230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |