WATER TESTING AND TREATMENT SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
19-242-SOL-00042

Basic Details

started - 05 Mar, 2019 (about 5 years ago)

Start Date

05 Mar, 2019 (about 5 years ago)
due - 22 Mar, 2019 (about 5 years ago)

Due Date

22 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
19-242-SOL-00042

Identifier

19-242-SOL-00042
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
[object Object]

SetAside

ISBEE(Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii) This Request for Quotation (RFQ) is being issued via solicitation number 19-242-SOL-00042(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98.(iv) Pursuant to the authority under FAR 19.5, this requirement is a Small Business Indian Firms set-aside but if it is found there is no Small Business Indian Firms (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Small business once the determination has been made regarding the Small Business Indian Firms set-aside and the associated NAICS code is 561210 with small business
standard of $38.50 million.(v) The Contract Line Items (CLIN) and pricing structure are as shown below: Water Testing and Treatment Services.(vi) Fee Schedule: Water Testing and Treatment Services will be purchased.SEE ATTACHMENT (Fee Schedule)(vii) The purpose of this fixed price purchase is to procure Water Testing and Treatment Services with the following Scope of Work:The Vendor shall provide all material, equipment, labor, tools, personal protection, and supplies etc., to provide Water Testing and Treatment Services for the Santa Fe Service Unit, Taos Picuris Service Unit, New Mexico.GENERALA. Purpose:The purpose of this contract is to provide a Full Service Water Treatment Program to control scale, corrosion and microbial fouling in the water sides of the HVAC equipment at the Santa Fe Indian Hospital and Taos Picuris Health Center.The Contractor for this work shall provide all labor, equipment, tools, materials, personal protection, and supplies as necessary to perform the work required.B. Location of Work:The work is to be performed is at the Santa Fe Indian Hospital, 1700 Cerrillos Road, Santa Fe New Mexico, 87505, and Taos Picuris Health Center, 1090 Goat Springs Road, Taos New Mexico, 87571. All equipment is located in the mechanical rooms at each site.C. Facility Procedures:1. The Contractor shall attend and participate in an initial meeting with the COR/Facility Manager, Supervisory Maintenance Mechanic and Maintenance staff within two weeks from the date of Notice to Proceed (NTP) from the Contracting Office. The pre-performance meeting agenda shall include, at a minimum, a review of the specific facility's Contractor procedures, safety and security measures, work schedule, and any required coordination.2. The Contractor shall perform all general maintenance work during normal business hours, 8:00 a.m. to 4:30 p.m., on Monday through Friday, excluding Federal Holidays. Authorization other than normal work hours shall be coordinated and approved in advance with the Contracting Officer Representative (COR).3. The Contractor shall perform services at SFIH once per month during winter months (October - March), and twice a month during summer months (April - September). Emergency services may be needed in case of major water leakage. Any changes to the schedule shall be coordinated in advance with the COR.4. The Contractor shall coordinate all work with the respective Facility Maintenance Contact. Work is to be completed while the facilities remain in operation. The Contractor shall ensure that the services do not disrupt patient care.5. The Contractor shall sign in and out with the Facility Maintenance office during every visit when arriving on site and when work is completed. A Contractor's badge shall be provided to each crew member on-site and shall be worn as work is performed. Badges shall be returned at the end of the work day or at the end of the service period as determined by the Facility/Project Manager.6. The Contractor shall adhere to all policies, standards, and requirements of the respective facility while on-site. Safety procedures shall be strictly adhered to at all times.WORK TO BE PERFORMEDA. General Maintenance:The Contractor shall be responsible for the Full Service Water Treatment Programs at both SFSU and TPSU.The Contractor shall perform the following services during each visit or as noted:1. Test water on HVAC closed loop heating system during each site visit per scheduled service days.2. Test water on HVAC closed loop cooling system during each site visit per scheduled service days.3. Test water for Legionella on Cooling Tower for the chilled water system. (Only at SFIH)4. Record test results for each of the following items:a. PH Levelsb. Alkalinityc. OH Hydratesd. Total Hardnesse. Total dissolved solid in all systemsf. Bacteria cultures for all systemsg. Chemical treatment used and amounts usedh. Glycol freeze protection levels in chilled water loop system. (Only at TPSU)5. Provide labor to fill the tank for the cooling tower and inject chemical into the closed loop systems as necessary.6. Contractor will be responsible to handle all chemical products and the proper disposal of chemical containers.7. Contractor will make all necessary adjustments in the chemical feed, residuals, and bleed-off rates based on water test results.8. Contractor shall maintain the chemical feed and control equipment in good working order, and change filter bags on a monthly basis.9. Contractor shall provide a written field analysis and service report of test results and work performed in an electronic format within 2 business days of each service trip.B. Seasonal:1. Glycol: Contractor shall maintain proper glycol levels in the chilled water system at the Taos Picuris Health Center. Due to system piping located outside the building proper freeze protection is required.2. Cooling Tower: During winter months at the Santa Fe Indian Hospital, contractor shall provide proper treatment for standing water in the cooling tower basement. Due to new CMS requirements and ANSI/ASHRAE Standard 188-2015, and to minimize risks.C. Equipment:The Contractor shall be responsible for providing all necessary water testing equipment. Ensure each equipment maintains proper calibration for accurate test results.DELIVERABLES:A. Service Orders:The Contractor shall provide a written service order each week with the dates of service, hours worked, and summary of services performed. The Contractor shall provide information regarding any problems or issues that the Maintenance department should be made aware of.B. Submittals:The Contractor shall provide cut sheets for all chemical products to be used, including MSDS sheets, prior to start of work for review and approval.The Contractor shall provide information on all equipment and power tools to be used during the performance of these services.PERIOD OF PERFORMANCEThe base performance period for this service shall be one year from notice to proceed. Option year renewals, up to four additional years, shall be exercised on the basis of existing requirements of the Government, availability of funds, and satisfactory Contractor performance. Option years will be added to the agreement prior to the end of the current year upon recommendation of the Government and acceptance by the Contractor.SITE VISIT:Contractor are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Al Garcia (COR) at (505) 946-9456 prior to making arrangement for the site visit.ADMINISTRATIVE REQUIREMENTS:• Point of Contact - Contractor shall provide a point of contact that shall be responsible for the performance of the work. This individual shall have full authority to act for the Contractor on all matters relating to the daily operation of the contract. The Contractor shall designate this individual in writing to the Contracting Officer (CO) before the contract start date. An alternate may be designated, but the Contractor shall identify those times when the alternate shall be the primary point of contact. The point of contact shall be available 24 hours a day, seven days a week including federal holidays.• Upon arrival, Contractor will check in with the Facilities Maintenance Office.REVIEW, APPROVAL AND EVALUATION:The Contracting Officer or his/her duly authorized representative shall review and approve services provided under the terms and conditions of the contract.The Contracting Officer, the designated Contracting Officer's Representative (COR) and the Contractor shall evaluate the services during the term of the contract and the report of the evaluation will be made a part of the official contract file. The Evaluation will be objective and directed toward the progress made in meeting contract objectives and statement of work, resolve problems encountered, clarify issues that may arise unexpectedly and to evaluate the accomplishments. The evaluation will be conducted on dates mutually agreed to by all parties.QUALITY ASSURANCE:The Contractors performance shall be subject to review as part of the Service Units Quality Assurance Program. The review will consist of assignments accomplished and supervisory review of work. The contractor is required to correct any deficiencies identified. Failure to take corrective action may result in termination of the contract, and may also be terminated for cause if facilities are endangered or harmed as a result of the contractor's action.CONTRACTING OFFICER'S REPRESENTATIVE:The Contractor shall verify all installation with the COR:Al Garcia, Maintenance Supervisor1700 Cerrillos RoadSanta Fe, NM 87505(505) 946-9456(viii) The delivery and acceptance terms for this order are Origin, 5 days or next scheduled delivery after Receipt of Award.(ix) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following:1. Solicitation number.2. Name, address, telephone number of the offeror and email address of the contact person.3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.4. Completed Pricing Information and discount terms if applicable.5. A completed copy of the representations and certifications at FAR 52.212-3.6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.(x) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation.a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price.b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(xi) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal .(xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are darrell.chino@ihs.gov and alb_aoapinvoices@ihs.gov. Invoice shall be submitted once delivery has been completed.(xiii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Jan 2019), and the additional FAR clauses cited in the clauses are applicable to the acquisition.(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).(2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509))(3) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)(4) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d) (2) and (3)).(5) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r))(6) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)).(7) 52.222-3, Convict Labor (June 2003) (E.O. 11755)(8) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)(9) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).(10) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)(11) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)(12) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)(13) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)(14) 52.225-1 Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).(15) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332)(16)52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)(17) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (12)).(xiv) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices:a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/.1) FAR 52.217-8, Option to Extend Services (Nov 1999)2) FAR 52.236-12, Cleaning Up (Apr 1984)b) The following HHSAR clauses are incorporated to this RFQ:1) 352.211-3, Paperwork Reduction Act (DEC 2015)2) 352.226-1, Indian Preference (DEC 2015)3) 352.226-2, Indian Preference Program (DEC 2015)4) 352.227-70, Publications and Publicity (DEC 2015)(xv) N/A(xvi) Proposals are due by 4:30 pm MST on March 22, 2019, e-mails the proposals to darrell.chino@ihs.gov. Questions are due on March 18, 2019 by 4:30 pm MST. Offer must confirm the receipt of the proposal by IHS.(xvii) Technical Contact is Al Garcia at al.garcia@ihs.gov. Contact for solicitation is Darrell Chino at darrell.chino@ihs.gov.

SANTA FE SERIVCE UNIT 1700 CERRILLOS ROAD SANTA FE, New Mexico 87505 United StatesLocation

Place Of Performance : SANTA FE SERIVCE UNIT 1700 CERRILLOS ROAD

Country : United States

You may also like

Water Testing Services (lakes and beaches)

Due: 18 May, 2024 (in 15 days)Agency: Blue Valley Laboratories

MONTHLY WATER TESTING UWHARRIE

Due: 30 Apr, 2025 (in 12 months)Agency: FOREST SERVICE

WATER TESTING SERVICES - YUMA FIELD OFFICE

Due: 31 Mar, 2029 (in about 4 years)Agency: BUREAU OF LAND MANAGEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

561 -- Administrative and Support Services/561210 -- Facilities Support Services
naicsCode 561210Facilities Support Services
pscCode 46WATER PURIFICATION/SEWAGE TREATMENT