WATER TREATMENT TESTING - Veterans Affairs



SERVICE CONTRACT DESCRIPTION/SPECS./WORK STATEMENT PRIVATE BOILER & COOLING WATER CHEMICALS SC- 052 1. Contractor shall provide WATER TREATMENT CHECMICALS for Government owned BOILERS AND COOLING TOWER SYSTEM (see attached equipment list, page 3 of this solicitation), located at the VA Medical Center, 500 Foothill Blvd., Salt Lake City, Utah 84148. This service will include all parts, labor, materials, and all other associated costs. All Chemicals will be delivered in bulk to VAMC Chemical containers as needed. Contractor shall inspect and test as required to give an Executive Summary of both the boiler and cooling water treatment programs, describing theory of treatment, proposed chemicals and expected measurable results (i.e., mils per year corrosion rate on metals associated with the boilers and cooling systems, maximum fouling factors, etc.). Determine proper chemical levels and that levels are maintained in accordance with manufacturer, industry, and statutory requirements, in order to prevent premature equipment failures and to extend equipment life. Contractor must be solely in the business of providing water treatment chemicals and service for boiler and cooling systems to commercial, institutional, and industrial facilities. Contractor must have or is affiliated with a research and development and laboratory facility (please describe and give details). Contractor must provide five (5) references using similar services, with similar equipment and complexity (at least one must be a hospital). Contactor will provide a list of equipment and chemical companies they represent to insure bust pricing of replacement and/or repair of equipment. Contractor must have a minimum of ten (10) year experience in water treatment for boilers and cooling systems. Contractor’s servicing personal must have a minimum of 6 year of field experience in the chemical treatment and servicing of boilers and cooling systems. Provide resume for each field rep that will be involved with account. Contractor will provide an energy analysis of the boilers, chillers, cooling towers, and heat exchangers each year, at no cost to the government. Contractor must be affiliated with or have a working relationship with both a HVAC consulting engineer and a professional engineer to provide consultation on operational questions and conditions. Contractor to provide servicing engineer with annual training in the newest technology in the fields of water treatment and chemical technology. 2. Contractor shall provide a proposed WATER TESTING checklist with the prepared bid, which will clearly state what Contractor personnel will be accomplishing during all TESTING visits. Upon award, this checklist will be prepared and sent to the Contracting Officer's Technical Representative (COR), along with any recommendation for system improvement after each TESTING is completed by the contractor. A copy of the TESTING Checklist will be left with the COR before leaving station the day TESTS are completed. A Formal Report and recommendations along with the TEST Checklists will be mailed to the address below:VA Medical CenterFacility ManagementMaintenance & Construction (138M)ATTN: WATER TEST Checklist ( Jesse Mortensen)500 Foothill Blvd.Salt Lake City, UT 84148Failure to provide the above required TEST Checklist will result in a delay of payment.3. WATER TESTING service will be scheduled with the COR during normal business hours listed below, at the convenience of the Government:8:00 a.m. to 4:30 p.m., MOUNTAIN TIME, Monday through Friday, except the followingFederal holidays: New Years Day, Martin LutherKing's Birthday, President's Day, MemorialDay, July 4th, Labor Day, Columbus Day, Veteran'sDay, Thanksgiving, and Christmas.4. The Contractor shall provide to the COR any original equipment manufacturer (OEM) updates and will incorporate updates which are required by the OEM to ensure performance to current product specifications. OEM updates shall be communicated to the COR with recommendation. The contractor shall inform the COR of any optional updates provided by the OEM and offer to provide these to the Government. 5. The contractor shall provide with their bid a telephone number where they can be reached:TELEPHONE NUMBER: _________________CONTACT PERSON (OPTIONAL) __________________Page 2SECTION C6. Upon arrival at the medical center, during normal business hours, the contractor shall check in with Engineering main office or Boiler Plant Operator, after normal business hours the contractor shall check-in with the Boiler Plant Operator on duty, located in Building 6.7. Service calls will be scheduled by the COR, making every effort to arrange this service at a time convenient to both the contractor and the VA.8. TESTING visits will not be canceled once scheduled without the express consent of the COR. 9. Contractor will provide a service report, which includes the CONTRACT NUMBER and the PURCHASE ORDER NUMBER on it, EACH TIME THE CONTRACTOR ACCOMPLISHES ROUTINE TESTING. LACK OF SERVICE REPORT WILL RESULT IN NON-PAYMENT.10. This contract does not include the supplying of operating supplies, consumable, refinishing (painting) the equipment or furnishing materials for that purpose, or electrical repairs external to the equipment. SECTION F DELIVERIES OR PERFORMANCE1. All contractor personnel/technicians will have successfully completed WATER CHEMICAL TREATMENT training from an accredited school and will have acquired a minimum of three (3) years experience in testing and water treatment. A list of contractor personnel and proof of this accomplished training will be provided to the Contracting Officer upon request prior to award of a contract, and upon change in contractor personnel during the course of the awarded contract. This documentation will be provided and approved of prior to the performance of any testing under these contractor-by-contractor personnel.2. Should the need arise for unlisted, unproved contractor personnel to provide testing on Government owned equipment, the contractor will FAX a copy of the above required documentation to the Contracting Officer (801-584-2506) and the COR (801-584-1260) simultaneously, prior to the performance of said testing.3. No unqualified individual will be allowed to perform testing under this contract. Technician trainees or other unqualified individuals may assist or observe, however, they may not be allowed to do so if their presence delays the progress of the testing to be accomplished. The Government will NOT pay for unqualified individuals or technician trainees present.4. Equipment list2 ea 900 ton chillers and cooling towers1 ea 450 ton chiller and cooling tower2 ea 725 HP boilers with DA tank and economizers1 ea 1450 HP boiler with associated equipment.INVOICING/PAYMENTSAll payments shall be made in arrears upon receipt of a proper invoice.All invoices will provide the following minimum information:PURCHASE ORDERCONTRACT NUMBERPERIOD OF SERVICEEQUIPMENT SERVICEDAll invoices shall include all applicable required Service reports (see #11 above).Original invoices will be mailed to:VA Medical CenterChief, Fiscal Service (04)500 Foothill Blvd.Salt Lake City, Utah 84148ATTN: Service Contract InvoiceA COPY OF THE ABOVE INVOICE WILL BE MAILED TO:VA Medical CenterFacility ManagementManager, Maintenance & Construction (138M)500 Foothill Blvd.Salt Lake City, UT 84148Invoices received with incorrect or missing information will be returned to the contractor for correction, and improper invoices and no payment will be processed in accordance with Prompt Payment Clause located within this contract. SECTION H SPECIAL CONTRACT REQUIREMENTSHAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA A. DEFINITION"Hazardous material" is defined in Federal Standard No. 313B. (Federal Standards are sold to the public through: General Services Administration (3FFN), Room 6622, 7th & D Sts., S.W., Washington, D.C. 20407).B. GENERALI. The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require Government activities to apprise their employees ofa. All hazards to which they may be exposed;b. Relative symptoms and appropriate emergency treatment; andc. Proper conditions and precautions for safe use and exposure. II. Contractors and their subcontractors of any tier are required to submit hazardous materiel data for all hazardous materials that they bring on site or have delivered to the medical center. Federal Standard No. 313B (Materiel Safety Data Sheets, Preparation and the Submission of) includes criteria for identification of hazardous materials. The Standard also prescribes Department of Labor Form OSHA-20 for use with Government contracts.III. Contractors shall submit hazardous materiel identification on the following:a. All items in or ordinarily catalogued under, the Federal Supply Classes listed in Table 1 of Appendix a of Federal Standard No. 313B.b. Items having hazardous characteristics in the Federal Supply Classes listed in Table II of Appendix A of Federal Standard No. 313B.c. Any other material designated by a Government technical representative as potentially hazardous and requiring safety controls.C. COMPLIANCE FAILUREFailure to comply with the above requirements in this section could be cause for termination in accordance with Default clause listed within the contract.PERSONAL PROTECTIVE EQUIPMENT (PPE)Contractors and their subcontractors of any tier are required to wear personal protective equipment (PPE) in accordance with OSHA Act, 1971 and other Federal, State and Local regulations. Personnel observed in violation of these regulations may be subject to removal from the medical center. The Government assumes no responsibility for injury of contract personnel or subcontractors of any tier if the injury is a direct result of noncompliance or disregard for these regulations. TECHNICAL SPECIFICATIONSThe CONTRACTOR will provide the following information:A POLYMER/PHOSPHATE treatment program for BOILERS INTERNALS.A ORGANO PHOSPHATE for IRON and HARDNESSA CATALYZED SODIUM META BISULFITE OXYGEN SCAVENGAR for the removal of dissolved oxygen in boiler feed water and boiler water.A BLEND of DEAE MORPHOLINE as a NEUTRALIZING AMINES for the protection of condensate return lines and steam piping systems. (produce to be ALKALINE that will not result in deterioration of chemical feed piping or steam and condensate return lines.)Provide Testing Chemicals at no addition cost to the VA Medical Center.All Chemicals are to be delivered into the VA Medical Center, SLC, Ut bulk tanks.Do Water Testing and Service of both the Boiler and Cooling Systems TWICE each MONTH (the below listed tests are the required minimum testing to be done. Additional testing and results given to the VA at no additional charge, if the contractor so wishes).Provide BOILER PLANT OPERATOR with a record sheet for recording OPERATORS DAILY water test.On testing visits check differences in test results. Give recommendations to improve water treatment.Provide a BROMINE treatment using ACID AND FUNGICIDE for chiller plant tower water and closed loop systems. The monthly test results shall be given in the following manner:Contractor to provide an analysis of water samples, inorganic and organic deposits, metallurgical samples, and SEM EDS analysis of inorganic samples as a part of this contract once a year or as needed, without cost to the VA Medical Center.Contractor will provide inspection of boilers and chillers as they become available or are open. Written report of observations and recommendations for improved treatment will be made with each inspection.Contractor will provide on site testing for bacteria in cooling water system with each months testing or as needed. Written report will be given before leaving station.Contractor will provide annual training to boiler operators at no cost to the VA Medical Center.A copy of all results and recommendations will be given to the M&R Operations Foreman before leaving station.A formal copy of findings and recommendation will be sent to: VA MEDICAL CENTER FACILITY MANAGEMENT MANAGER, MAINTENANCE & CONSTRUCTION (138M) 500 FOOTHILL DRIVE SALT LAKE CITY, UTAH 84148The following tests are required and the results will be given in the format shown below. Another format can be in addition to, but results must include the required format.BOILER WATER TESTS: SulfitePPM Phenolphthalein Alkalinity PPM (M)-total Alkalinity PPM Hydroxide Alkalinity PPM Chlorides Phosphate PPM Hardness PPM Conductivity (total dissolved solids) PPM Iron PPM Calcium Hardness PPM Dissolved O2 PPBCONDENSATE RETURN WATER: Conductivity (total dissolved solids) PPM Hardness PPM Temperature F PH PHBOILER FEED WATER: Sulfite EPM Dissolved O2 PPB Temperature FCHILLED WATER TOWER: PH PH Zinc TYPES/PPM Presence of algae Types Phosphate PPM Metals TYPES/ PPMCLOSED CHILLED WATER LOOP: PH PH Bacterial culture TYPES Metals TYPESAdditionally, the contractor is to make recommendations on his reports for corrective actions and improvements that can be taken in the chemical treatment program. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download