Description This is a combined synopsis/solicitation for commercial products and commercial 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 Commercial 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 an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular can be found at Acquisition.gov. This solicitation is set-aside for VOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210, with a small business size standard of $47.0 million. The FSC/PSC is H268 Equipment and Materials Testing- Chemicals and Chemical Products. The Providence Veteran Affairs Medical Center (VAMC) is seeking to purchase water treatment maintenance services for boilers and cooling towers. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year: Water Treatment Services 12 MO 1001 Option Year 1: Water Treatment Services 12 MO 2001 Option Year 2: Water Treatment Services 12 MO 3001 Option Year 3: Water Treatment Services 12 MO 4001 Option Year 4: Water Treatment Services 12 MO Performance Work Statement Providence VAMC Water Treatment Contractor shall provide weekly and monthly maintenance services and materials for the water treatment program for the three Cleaver Brooks boilers located at Building ten (10) and the two (2) BAC cooling towers and chilled water and glycol systems located at Building one (1) main hospital, 830 Chalkstone Avenue, Providence, RI 02908. The contractor will provide the following: Technical Service and advice as requested. Ongoing operator training and education to ensure proper water management, control and optimal efficiency. Manpower to analyze samples of system water on a regular basis and make any necessary adjustment to the water management program. Pre-boiler corrosion protection. After-boiler corrosion protection. Optimal efficiency in pretreatment equipment. Removal of any existing deposition in the boiler. Yearly borescope of the boiler. Boiler test reagents. Monthly testing of cooling tower and chilled water and glycol systems. Cooling tower corrosion protection requirements. Phosphate/Phosphonate Polymer program. Cooling tower biological program dual biocide: 45% glutaraldehyde one time per week 120 PPM b. Stabilized bromine three times per week 90 PPM Chilled loop system treatment molybdate polymer-based program. Electronic testing reports. Freight, shipping and handling to be included in contract. It is the contractor s responsibility to ensure that the service representative report to Facilities Management Service, Building 6 Maintenance Shop prior to commencing inspecting, testing, or servicing the chilled water system in building 1. It is the contractor s responsibility to ensure that the service representative report to Facilities Management Service, Building 10 Boiler Plant prior to commencing inspecting, testing, or servicing the three Cleaver Brooks boilers located in building 10. At each location the technician will sign the logbook and receive an identification badge. The identification badge must be returned upon completion of service along with a copy of the service report. PAYMENT REQUEST WILL NOT BE PROCESSED UNLESS THESE CONDITIONS ARE MET. Such reports shall advise of any repairs or repair parts not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. The VA staff person having the service rendered must sign inspection reports. Infection Control The Contractor shall conform to the infection control measures as specified in the attached Construction Specification for Infection Control. Preventive Maintenance Service will normally but not always be performed in a separate work area not subject to all the infection control procedures. Repairs and emergency repairs may be conducted in patient rooms and other hospital areas that are subject to infection control procedures. Work Hours and Project Sequence Routine PM and repair work can start as early as 7:00 am and work past 4:30 pm weekdays. Weekend work needs to be approved by the FMS Supervisor. Emergency service work will occur as conditions dictate. Period of Performance This service contract will be for a Base Year, with four (4) one-year options renewable at the discretion of the VA. INFECTION CONTROL MANUAL CONSTRUCTION SPECIFICATIONS VAMC, PROVIDENCE, RI FOR INFECTION CONTROL-1 PURPOSE To minimize the risk of infection during maintenance by maintaining the integrity of the environment. APPLICATION Will be determined by Chief of Facilities Management Service and Nurse Epidemiologist. EQUIPMENT REQUIRED Sheet fire retardant polyethylene, or other impervious barrier material, air moving and filtration devices , duct tape, clips, framing, and other materials or devices as needed. Sanders, power saws, etc. will have and will use built in dust collections systems as outlined in the specifications. COMMUNICATIONS The manager of the department where the work will take place, Facilities Management Services, Police and Security Service, Office of Safety and Infection Control Department will be notified of and /or involved in (as appropriate) the project prior to the start of work, including any pre-project meetings. Problems relating to infection control that arise, at any time, will be reported to the coordinator or to the department manager, as soon as possible. 5. PROCEDURE The area in which the project will occur shall be isolated from the adjacent areas in the following manner unless an exception is authorized by the service chief of the area. Determine if the HVAC system includes return air from the area. If so, divert to exhaust, if possible, add filtering to remove dust before it enters the return air system or block off supply and exhaust grills (closed and covered). Install impervious barriers from floor slab above and wall to wall using framing, clips, and duct tape, as required, to maintain and secure the barrier seal. When work is in an extremely sensitive area such as the OR, double impervious barriers may be used. When ceiling envelopes, chases, and/or spaces are penetrated; barriers will be installed to contain movement of air and debris. Windows must be closed and air ducts shut down or capped, when appropriate. Anterooms (consisting of confined space beyond the barrier) will be provided at entrances to work areas to contain debris and provide workers an area to remove protective clothing or vacuum off clothing except when workers exit directly to the outside of the building. Compressed air will not be used to remove dust from clothing. Walk-off mats will be at the entrance to work areas during project duration. Traffic will be minimized to and from the project site. Alternative travel routes will be planned, as necessary. If elevators or stairways are within the field of project, they must have proper barriers installed. Water damaged areas should be addressed first. This will be done under HEPA filter exhaust and containment. Waste will be bagged. This will reduce aerosol of microbial agent/fungi/spore escaping during the demolition and transport of this material out of the site. The air moving and filtration device will be placed into the containment area and will operate to remove dust particles from air and exhaust to the outside. Negative pressure may be maintained in the site, and a daily record maintained during the project. Before any project begins, workers will receive a mandatory infection control handout for training and instructions. Daily inspections will be conducted and documented during project activities, by management, for contractor compliance with infection control requirements. Disruption, violation of barrier integrity, or loss of negative air must be reported to the project manager immediately. The following are examples of other methods which may be requested as appropriate to specific tasks and circumstances: Water misting of work surfaces to control dust during cutting, sweeping, and tasks which generate dust. Shutting down or covering air vents to project areas during activities prior to the beginning of project and for the duration of the project. Using a ceiling access procedure with a mini enclosure around the work area when activities are required in patient care areas outside of the project site. Sealing all project sites, holes, pipes, conduits, punctures, and/or exposures appropriately. Vacuum off clothes with a filtered vacuum cleaner prior to exiting the work site. Requiring workers to wear clean shoe covers each time they exit the work site when they travel to another area of the facility is necessary. When appropriate, site barricade entrances will have gasketed doors with self-closing, latching hardware, and dampened wall-off mats. Environmental Cleaning Any dust tracked outside of the barrier must be removed immediately and as it accumulates. Cleaning in project areas will be accomplished so as to minimize aerosolizing dust particles and may include use of resin control, damp mop, moist broom and /or HEPA filtered vacuum cleaner. Debris removal from project sites must be by a pre-determined route. Debris will be transported in clean containers with tight fitting covers. When project is complete, a thorough clean up of the area is to be done by personnel prior to turnover to Facilities Management Services for final cleaning and dust barrier removal. The contractor will ensure that gross soiling is removed prior to removal of barriers. Facilities Management Services will treat barriers as debris (above) and remove them in a manner designed to minimize distribution of particles. Thorough final cleaning of all surfaces will be done by Facilities Management Services before the area is used to provide patient care. VA MEDICAL CENTER Infection Control Program INFECTION CONTROL FOR CONSTRUCTION WORKERS WHY INFECTION CONTROL IS IMPORTANT Hospital-acquired infections (nosocomial) affect 5 percent of all patients admitted to hospitals in the United States and can cause significant illness or even death. Not all of these infections are preventable; however, studies show that up to 32 percent of hospital acquired infections can be prevented when hospitals employ an active and effective infections control program. Hospitals patients are at risk for infection because the stresses of illness and invasive treatments weaken their immune system. In general, healthy adults who are to be at work do not have the same risk for acquiring infections. Our Infection Control Program is designed to identify and control situations that carry an increased risk for infection and to provide for a safe and healthful environment for patients and staff. During the construction project, you may be asked to do some things a bit differently to ensure that the environment is maintained as safe as possible for all. This information was developed through collaboration with the Infection Control Coordinator, Chief FMS, Safety Officer and Industrial Hygienist to help in explaining infection control aspects of construction in the hospital setting. DUST CONTROL POLICY Determine if the HVAC system includes return air from the construction area. If so, divert to exhaust if possible, add filtering to remove dust before it enters the return air system, or blocking supply and return vents. Install impervious barriers from floor to floor slab above and wall to wall using framing, clips and duct tape as required to maintain and secure the barrier seal. Report disruptions such as holes in the barrier and interruptions in the seal to the project manager immediately. Place the air moving and filtration device into the containment area and operate to remove dust particles from the air. Negative air pressure will always be maintained in the project site at all times during construction. If work is in an extremely sensitive area such as the Operating Room, double barriers may be required. Project site must be completely contained before work begins and all penetrations into the project site must be sealed. Windows must be closed and air ducts shut down or taped. Anterooms (consisting of confined space beyond the barriers) will be provided at entrances to the work area to contain debris and provide an area where workers can remove protective clothing or vacuum off personal clothing except when exiting directly to the outside of the building. Walk-off mats will be at entrances to work areas during project duration. Traffic routes will be pre-determine and traffic to and from the project site will be minimized. The contract period of performance is base + four options. Place of Performance Address: 830 Chalkstone Avenue, Providence, RI Postal Code: 02908 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 52.203-16, 52.204-4, 852.203-70, 852.219-75 FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services The following subparagraphs of FAR 52.212-5 are applicable: The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020), 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023), 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021), 52.219-28, Post Award Small Business Program Representation (FEB 2024), 52.219-33, Nonmanufacturer Rule (SEP 2021), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020), 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021), 52.222-41, Service Contract Labor Standards (AUG 2018), All quoters shall submit the following: Questions: Any questions must be submitted in writing no later than Monday, March 31, 2025 at 3:00 PM EST. Answers to the questions will be posted the following week. Quote: Offeror shall provide a quote using the table above. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. All quotes shall be sent to the Contract Specialist at Rosangela.Pereira@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Price: Quotes will be compared by price. 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 Performance Work Statement in a timely efficient manner. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Offerors, attached. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Tuesday, April 1, 2025 at 5:00PM. All quotes shall be emailed to Rosangela Pereira at Rosangela.Pereira@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Rosangela Pereira, Rosangela.Pereira@va.gov