Similar Projects
Mountain Road Water Main Replacement
Infrastructure
Bidding
$500,000 est. value
Irvington, NY 10533

Emergency Response for Water Main Repairs
Post-Bid
Montrose, NY 10548

Water Main Work
Post-Bid
Buchanan, NY

4610--VHA Mar Cor Reverse Osmosis Water Purification BNOE | Sources Sought | 36U10120Q0029
Results

Sherwood Road-Water Main Replacement
Results
Cortlandt Manor, NY 10567

Plug Valves
Alteration
Post-Bid
NY

Emergency Sewer, Water and Street Excavation Repair and Restoration Services
Term Contract
Results
Greenburgh, NY

Smart AMI Water Meter System
Infrastructure
Post-Bid
Yorktown, NY

Water Main Leak Detection Services
Term Contract
Results
Yonkers, NY

Furnish and Deliver Water Meter Interface
Infrastructure
Post-Bid
Scarsdale, NY

Valve Repairs
Results
Valhalla, NY

Frontage Neighborhood Water Main Replacement
Infrastructure
Post-Bid
Elmsford, NY 10523

Water Maintenance Materials
Results
NY

Cleaning and Cement Mortar Lining of Water Mains
Infrastructure
Post-Bid
Yorktown Heights, NY 10598

Control Valves
Results
White Plains, NY

Reported 05/16/2022 02:35 AM
Project Title

Cross Connection Control Testing

Physical Address View project details and contacts
City, State (County) Montrose, NY 10548   (Westchester County)
Category(s) Sewer and Water
Sub-Category(s) Water Lines
Contracting Method Competitive Bids.
Project Status Pre-Solicitation, Construction Start Expected November 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from
Owner View project details and contacts
Architect View project details and contacts
Description

This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Buffalo, NY for the purpose of collecting information about Cross Connection Control Testing The VA Hudson Valley, New York is seeking to provide for this requirement as of an estimated start date of July 2022 for the period of one year with four (4) possible option years to establish a new service. The NAICS code identified for this requirement is 541620- Environmental Consulting Services. The requirement is detailed in the Statement of Work section of this document. The Service Contract Act is applicable to this requirement using Dutchess County (Wage Determination 2015-5777) and Westchester Counties (Wage Determination 2015-4187). (e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service, are encouraged to email a capability statement and full information to Megan Ross at megan.ross3@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category(service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy. The following information is required for determining procurement strategy and viability of sources: Set aside requirements have limitations on subcontracting. Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work If your intention is to subcontract work, what tasks will be performed by you as the prime contractor What tasks will require a subcontractor due to your inability to perform them within your company How many years experience does your company have in performing tasks of this nature, of this scope and this complexity How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years How many certified/licensed technicians does your company currently employ - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor UEI (Unique Entity ID) number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Below is the Limitation on Subcontracting Certificate of Compliance Clause. Please complete this as part of your response. 852.219-77A VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed inA 819.7009(c)A 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 (seeA FAR 2.101A definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows:A [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 inA 852.219-10A or VOSBs as set forth inA 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 inA 852.219-10A or VOSBs as set forth inA 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 inA 852.219-10A or VOSBs as set forth inA 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. Certification: 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) STATEMENT OF WORK CROSS CONNECTION CONTROL DEVICE MAINTENANCE AND CERTIFICATION BACKGROUND The Department of Veterans Affairs, Hudson Valley Health Care System Castle Point and Montrose Campus is currently seeking a certified vendor to provide annual Backflow Prevention device maintenance, testing and certification. 10 NYCRR Part 5 Drinking Water Supplies 5-1.31 Cross Connection Control requires that we protect the public water system by containing potential contamination within the premises by requiring an approved air gap, reduced pressure zone device, double check value assembly or equivalent protective device consistent with the degree of hazard posed by any service connection and by assuring that all protective devices be tested at least annually. Records of such tests shall be made available to and maintained by the supplier of water. Such tests shall be conducted by certified backflow prevention device testers. SCOPE OF WORK The Contactor shall supply all supervision, labor, supplies, materials, equipment, tools, and incidentals to complete the work described below. Vendor shall test, certify, perform maintenance on backflow prevention devices in accordance with the provisions of applicable New York State, Dutchess & Westchester County plumbing codes. All individuals who perform testing, certification, perform maintenance on, modify or installation of backflow prevention devices shall be a licensed NYS Backflow Prevention Device tester, in accordance with 10 NYCRR subdivision 5-1.31 (a) (3) Part 5 Drinking Water Supplies. The New York State Department of Health (DOH), Bureau of Water Supply Protection, and VAHVHCS shall only accept those backflow prevention devices/assemblies which appear on the current edition of the List of Approved Backflow Prevention Assemblies generated by the University of Southern California Foundation for Cross-Connection Control and Hydraulic Research (FCCCHR). Please note that along with double check, double check detector, and reduced pressure and reduced pressure detector assemblies, the FCCCHR list includes atmospheric and pressure vacuum breakers which do not satisfy Section 5-1.31 of the State Sanitary Code. Devices/assemblies which are out of production, or have only spare parts available, may not appear on the Foundation for Cross Connection Control and Hydraulic Research (FCCCHR) list. If such devices/assemblies are currently installed, they may remain in service provided that they are appropriate for the degree of hazard. When these assemblies demonstrate repeated test failures, require frequent maintenance or if spare parts cannot be readily obtained, vendor shall make recommendations to the VA to remove and replace device with a currently approved device/assembly. The cost associated with replacement of backflow devices are not included in this contract and shall be quoted separately as a separate work item and will not be procured as part of this contract. The following Backflow prevention device manufacturers are currently included in the FCCCHR list and provide FCCCHR approval status on their respective web sites: Ames, Apollo/Conbraco, A.R.I., Cla-Val, Febco, Flomatic, Hersey, Watts and Wilkins. The vendor shall be responsible for verifying and providing to the VA with the required documentation and specifications for any device recommended to be installed. If during the performance of this contract, the vendor observes other areas in the hospital that require back flow preventive devices, the vendor shall bring this to the attention of the VA-COR in writing. REPAIR AND RETESTING OF FAILED BACK-FLOW PREVENTION DEVICE: Vendor shall notify VA-COR immediately if a back-flow preventer device fails the BFP test. The Vendor shall make every reasonable effort to ensure that the assembly is repaired and re-tested on the same day. If a repair cannot be made immediately, the vendor shall notify the VA-COR of the failed Backflow Preventer and provide an approximate date when the vendor can return to repair and retest the backflow prevention device. The vendor shall be responsible for repairing failed Backflow Prevention devices, vendor shall factor in their proposal the cost to repair at a minimum five (5) backflow prevention devices annually for both campus. The vendor shall cover the associated labor and parts cost to complete the repairs on the failed backflow prevention devices. Subsequently once the backflow prevention devices have been repaired the vendor shall also be responsible for retesting and certifying these backflow prevention devices. COPIES OF RECORDS: Vendor shall develop and maintain a system of records detailing tests, certifications, maintenance, modification, and installation of all back-flow prevention devices. Records shall include dates, times, name of certified individual performing work, location, make, model, size serial number at a minimum. The following New York State form must be completed & accurately filled out for each backflow tested, signed and delivered to the COR for filing as follows: Attachment A Report on Test and Maintenance of Backflow Prevention Device NEW YORK STATE DEPARTMENT OF HEALTH. Three (3) bound copies shall be delivered to VA-COR within ten (10) business days of completion of all work. See Attachment B for listing of back flow prevention devices both Campus. FREQUENCY OF SERVICE Services shall be conducted on Annually starting approximately June 2022. OTHER REQUIRMENTS Vendor shall be a firm regularly engaged in testing and maintenance of Backflow Prevention Devices and the vendor shall employ a NYS certified Backflow Prevention Device Tester. WORKING HOURS Normal business hours are 8:00 a.m. to 4:30 p.m. EST, Monday through Friday, excluding Federal Holidays. Holidays observed by the Federal Government are: New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day And any other day specifically declared by the President of the United States to be a national holiday. PERIOD OF PERFORMANCE The base period of performance will be one (1) year from the date of award with provision of four (4) Option Years. PLACE OF PERFORMANCE Department of Veterans Affairs Hudson Valley Health Care System Castle Point Campus 41 Castle Point Road Wappinger Falls, NY 12590 & Montrose campus 2094 Albany Post Road Montrose, NY 10548

Details

Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents