Domestic Water Tower servicing- chemically clean, prep, sandblast and recoat the inner lining per ASTM, VHA, SSPC, NACE, ASTM and AWWA standards
ID: 36C24823Q0677 • Type: Synopsis Solicitation
Submit Questions to Government Officer Anonymously
Place your question(s) below. One of our analysts will anonymously submit the question(s) within 8 hours and provide any responses via email once received.
Question & Answer Assistant
Hello! Please let me know your question about this opportunity. I will answer based on the related documents for this opportunity.
Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading
Select Document for Processing
Select a document for analysis.
Description
COMBINED SYNOPSIS/SOLICITATION The VA Medical Center located at 7305 North Military Trail, West Palm Beach, FL 33410 has a requirement. The Contractor shall provide all necessary labor, materials, tools, equipment and supervision for the installation, rehab, cleaning, prepping, and placing back in service our 500,000-gallon Domestic Water Tower at the Department of Veterans Affairs Medical Center, West Palm Beach, FL 33410. The attached Statement of Work shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 811210 and $22 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. (1) Solicits offers from service-disabled veteran-owned business (SDVOSB) Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of three business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: Providing Services. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this 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) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). ___Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Feb 2016) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: 52.222-41, Service Contract Act Labor Standards (May 2014) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM. Completed Schedule of Rates. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA $ $ Labor and parts to chemically clean, prep, sandblast and recoat the inner lining of the Domestic Water Tower per ASTM, VHA, SSPC, NACE, ASTM and AWWA standards Funding/Req. Number: 1 $ 0002 1.00 EA $ $ Labor and parts to chemically clean, prep, sandblast and recoat the outer shell of Domestic Water Tower per ASTM, VHA, SSPC, NACE, ASTM and AWWA standards. $ GRAND TOTAL $ All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Statement of Work may submit their detailed quote no later than 4:00pm EST on March 15, 2023, to the following: Sylvia Nobles, Sylvia.Nobles@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Statement of Work Statement of Work Parts and Services For Rehab Domestic Water Ball Tower Contractor shall provide all necessary labor, materials, tools, equipment, and supervision for the installation, rehab, cleaning, prepping and placing back in service our 500, 000 gallon Domestic Water Tower per the below SOW: This document is intended to communicate proper specification requirements for coating system selection, surface preparation, application, and quality control for Elevated Water Tower Master tanks with moderate to severe corrosion exposure. SCOPE This document specifies industrial coating systems for applications in moderate to severe corrosion exposures within Elevated Water Tower Master Tanks. Coating systems are primarily selected for new construction/capital painting work in the field but may be modified for maintenance, given proper surface preparation can be performed. SECTION INCLUDES: This section includes, but is not necessarily limited to, standards for cleaning and painting structures and equipment described in the Drawings and Specifications. Furnish all materials, equipment, and labor necessary to complete the work. RELATED SECTIONS **NOTE TO SPECIFIER ** Delete any sections below not relevant to this project; add others as required. Section 01 33 00 Submittal Procedures Section 08 11 13 Hollow Metal Doors and Frames Section 03 30 00 - Cast-in-Place Concrete. Section 03 39 00 - Concrete Curing. Section 07 90 00 - Joint Protection. Other REFERENCES ** NOTE TO SPECIFIER ** Delete references from the list below that are not actually required by the text of the edited section. Add references as required Abbreviations WFT: Wet Film Thickness DFT: Dry Film Thickness Mil: One thousandth of an inch SSPC SP: Surface preparation Standard for Protective Coatings CSP: Concrete Surface Profiles Without limiting the general aspects of other requirements of these specifications, all surface preparation, coating and painting of interior and exterior surfaces and inspection shall conform to the applicable requirements of SSPC (Society for Protective Coatings), NACE International, ASTM (American Society for Testing and Materials), AWWA and the manufacturer's printed instructions. American Water Works Association (AWWA) AWWA D100 Welded Steel Tanks for Water Storage AWWA D102 Coating Steel Water Storage Tanks AWWA D103 Factory Coated Bolted Steel Tank ASTM International (ASTM): ASTM D 520 - Standard Specification for Zinc Dust Pigment ASTM D 4417 - Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM E 337 - Standard Practice Test Method for Measuring Humidity with a Psychrometer ASTM D2200 - Standard Practice for Use of Pictorial Surface Preparation Standards and Guides for Painting Steel Surfaces ASTM D4258 Standard Practice for Surface Cleaning of Concrete ASTM D4259 Standard Practice for Abrading Concrete ASTM C 868 Standard Test Method for Chemical Resistance of Protective Linings ASTM C 1583/1583M Standard Test Method for Tensile Strength of Concrete Surfaces and the Bond Strength or Tensile Strength of Concrete Repair and Overlay Materials by Direct Tension (Pull-off Method) ASTM D 2794 Standard Test Method for Resistance of Organic Linings to the Effects of Rapid Deformation (Impact) ASTM D 4060 Standard Test Method for Abrasion Resistance of Organic Linings by the Taber Abraser ASTM D 4285 Standard Test Method for Indicating Water or Oil in Compressed Air ASTM D 4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method ASTM D 4414 Standard Practice for Measurement of Wet Film Thickness by Notch Gages ASTM D 6944 Standard Test Method for Resistance of Cured Coatings to Thermal Cycling ASTM F 1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride International Concrete Repair Institute (ICRI): Concrete Surface Profiles (CSP). National Association of Corrosion Engineers (NACE) NACE SP0188 - Standard Practice, Discontinuity (Holiday) Testing of Protective Coatings on Conductive Substrates NACE SP0198 - The Control of Corrosion Under Thermal Insulation and Fireproofing Materials A Systems Approach NACE 1 - Surface Preparation Standard for White Metal Blast Cleaning NACE 2 - Surface Preparation Standard for Near-White Metal Blast Cleaning NACE 3 - Surface Preparation Standard for Commercial Blast Cleaning NACE 4 - Surface Preparation Standard for Brush-Off Blast Cleaning NACE 12 - Specification for the Application of Thermal Spray Coatings (Metallizing) of Aluminum, Zinc, and Their Alloys and Composites for the Corrosion Protection of Steel NACE SP0178 Design, Fabrication and Surface Finish of Metal Tanks and Vessels to be Lined for Chemical Immersion Service NACE SP0188 Discontinuity Holiday Testing of Protective Coatings NACE RP 6F-164 Curing of Interior Tank Linings NACE RP 6F-166 Recommended Practice for Inspection of Linings on Steel and Concrete SSPC SSPC-SP 1 - Solvent Cleaning SSPC-SP 2 - Hand Tool Cleaning SSPC-SP 3 - Power Tool Cleaning SSPC-SP 6 - Commercial Blast Cleaning SSPC-SP 10 - Near-White Metal Blast Cleaning SSPC-SP5 - White Metal Blast Cleaning SSPC-SP 13 - Surface Preparation for Concrete SSPC-SP 16 - Brush-off Blast Cleaning of Galvanized/Stainless Steels, and Non-Ferrous Metals SSPC-VIS 1 Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning SSPC PA 2 - Measurement of Dry Film Thickness with Magnetic Gages DEFINITIONS **Note to Specifier** Add all required project-specific definitions. Delete as required. Definitions of Painting Terms: ASTM D 16, unless otherwise specified Dry Film Thickness (DFT): Thickness of a coat of cured paint measured in mils (1/1000 inch). VOC: Volatile Organic Compound Installer or Applicator: Personnel performing product installation onsite. Approved Factory Finish: Product in compliance with the finish stated in the applicable Specification Section, or in Specification Section 11005. **Note to Specifier** Final determination on environmental exposure (mild vs. moderate vs. Severe shall be made by the owner or engineer on the project. The following definitions are intended to be used as guidelines. Exposed Exterior Surface: Area which is exposed to exterior weathering, but not necessarily UV exposure. Finished Area: An area that is listed in or has finish called for on Room Finish Schedule or is indicated on Drawings to be painted. Immersion Service: Any surface immersed in water or other aqueous solutions. Surface of any pipe, valve, or any other component of the piping system subject to condensation including the pipe support system. Buried substrates shall be considered immersion service. SUBMITTALS **Note to Specifier** - Article 1.5 is intended to outline procedure for project submittals. Modify as required for the project. Product Data: Manufacturer's data sheets on each product to be used, including: Surface preparation instructions and recommendations. Storage and handling requirements and recommendations. Application/Installation methods. Qualifications: Manufacturer: Minimum 50 years experience manufacturing high performance coatings with sufficient capacity to produce and deliver materials to meet project schedule, and capable of providing field quality control services during construction. Contractor: The personnel performing the work shall be knowledgeable and have the required experience and skill to adequately perform the work for this project, in accordance with SSPC-PA1, Shop, Field and Maintenance Painting . Single Source Responsibility Products shall be from a single manufacturer Materials used within a system shall be compatible QUALITY ASSURANCE **Note to Specifier** - Article 1.6 is intended to define requirements for project Quality Assurance. Modify as required for the project. Single Source Responsibility: CARBOLINE is listed in as basis of design in this specification and shall be considered the minimum standard of quality for products selected. Obtain all materials, including primers, resins, hardening agents, finish coats, linings, and thinners from Carboline unless otherwise approved. Installer Qualifications: Minimum 10 years experience installing similar products and certified by the manufacturer. Experienced in application of specified coatings on projects of similar size and complexity to this work. Applicator s Quality Assurance: Submit list of a minimum of 5 completed projects of similar size and complexity to this Work. Include for each project: Project name and location. Name of owner. Name of contractor. Name of engineer. Name of coating manufacturer. Approximate area of coatings applied. Date of completion. Installer Quality Control Plan: Applicator shall maintain an in-house quality assurance program that monitors surface preparation, coating application, and quality control testing for coating and lining operations. Level of experience, quality assurance program, and quality control testing by the applicator shall meet the minimum requirements specified herein, the coating manufacturer s instructions, and related government regulations. Installer Personnel: Employ persons trained for application of specified coatings The Contractor is solely responsible for quality control inspection and testing. Contractor shall monitor and be responsible for all environmental, surface preparation, application and quality control testing compliance at the locations where coating work is undertaken. Surface Preparation: Surface preparation shall be based upon comparison with: Pictorial Surface Preparation Standards for Steel Surfaces: SSPC-VIS 1 publication NO. 02-12 Dry Abrasive Blast Cleaning SSPC-VIS 2 "Standard Method of Evaluating Degree of Rusting on Painted Surfaces, SSPC-VIS 3 Power and Hand-Tool Cleaning , as well as ASTM D4417-19 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel, or Method A and/or Method C or NACE Standard SP0287-2016 Measuring Surface Profile of Blast-Cleaned Steel Surfaces Using a Replica Tape. In all cases the written standard shall take precedence over the visual standard. NACE Standard SP0178 Standard Practice, along with the accompanying Visual Comparator, shall be used to verify the designation of surface finishing of welds. Coating Thickness: Thickness of coatings and paint shall be measured checked according to the procedures outlined in SSPC-PA 2 Procedure for Determining Conformance to Dry Coating Thickness Requirements . Pass/fail criteria shall be agreed upon by owner s engineer, contractor and manufacturer prior to job start. **Note to Specifier: ** Include a mock-up if the project size and/or quality warrant taking such a precaution. The following is one example of how a mock-up on a large project might be specified. When deciding on the extent of the mock-up, consider all the major different types of work on the project. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. Mock-Up Requirements Required for coating systems over 1,000 square feet in area Contractor, Engineer, and Coating Manufacturer shall be present during mockup Mock-Up Procedure Finish areas designated by engineer. Do not proceed with remaining work until workmanship is approved by Architect. Refinish mock-up area as required to produce acceptable work. Approved mock-up may remain as part of finished work and shall set the standard of acceptance for remaining work. Corrosion protection lining Work that proceeds without approved mock-ups shall be stopped, and mock-ups prepared for approval. PRE-INSTALLATION MEETINGS **Note to Specifier** - Modify paragraph A & sub-paragraphs as project requires Conduct pre-installation meeting at the Project site minimum two weeks prior to beginning work to verify project requirements. Pre-installation meeting shall include the engineer, contractor, installer, supplier, manufacturer's technical representative, and concrete finisher (where applicable). Review the following, at minimum: General project requirements and contract documents Environmental requirements, including project conditions and procedures to handle unfavorable conditions. Protection of surfaces not scheduled to be coated. Status of substrate work, including approval of surface preparations. Application Procedures for each specified coating system Repair procedures for each specified coating/lining system Field quality control, including QC testing and required inspection points Cleaning; both daily and end of job contract Protection of coating systems. One-year inspection. Coordination with other work trades Pre-Installation meeting notes shall be recorded DELIVERY, STORAGE, AND HANDLING Article 1.8 is intended to define requirements for material delivery, storage, and handling. Modify as required for the project. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: Coating or material name Manufacturer Color name and number Batch or lot number Date of manufacture Mixing and thinning instructions Storage: The Installer shall provide a dry storage enclosure. Material must be out of direct sunlight and stored in accordance with the Manufacturer's recommendations and relevant health and safety regulations. Refer to the specific Product Data Sheets for additional information. Handle materials with care to avoid damage. PROJECT CONDITIONS Article 1.9 is intended to define suitable conditions for project work to commence Add, delete, or modify as required for the project. Site Requirements: Air, material and substrate temperatures shall remain within the Manufacturer s recommended Application Conditions, providing the substrate temperature is above the dew point. Do not apply coatings when environmental conditions are outside of limits recommended by manufacturer. Relative humidity in application areas shall be no higher than the maximum stated on the product data sheets. Utilities, including electric, water, heating and air conditioning, and finished lighting to be supplied by General Contractor. Ventilation: Provide ventilation during coating application and curing stages in confined spaces or enclosed areas. Environmental Conditions Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer s instructions. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew point. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer s instructions. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. Dust and Contaminants: Schedule coating work to avoid excessive dust and airborne contaminants. Protect work areas from excessive dust and airborne contaminants during coating application and curing. Concrete Conditions: Concrete shall be cured for a minimum of 28 days prior to the application of the coating system pending moisture tests specified below. Concrete surfaces shall have either a flat rubbed finish, floated or light steel trowel finish (a hard steel trowel finish is neither necessary nor desirable as long as surface is even and planar). Do not use sealers, release agents, or curing membranes on concrete surfaces. Concrete surfaces on grade shall have been constructed with a vapor barrier below the slab to protect against the effects of vapor transmission and possible delamination of the system. COORDINATION Coordinate surface preparation of substrates to avoid later difficulty or delay in performing the Work of this Section. Review installation procedures under other Sections and coordinate the installation of items that must be installed prior to application of the protective lining. All substrate surface preparation and lining application, including concrete resurfacing, to be completed by manufacturer s approved Applicator. The CONTRACTOR shall coordinate with ENGINEER regarding the availability of work areas, completion times, safety, access and other factors which can impact plant operations. PRODUCTS GENERAL Only compatible materials from a single manufacturer shall be used within any given system All coatings and linings must meet federal, state, and local requirements for volatile organic compounds (VOC s) Non-Slip Aggregates (for flooring): Type and quantity as recommended by coating manufacturer for specific application. COATING AND LINING SYSTEMS Material Quality: Manufacturer s highest quality products suitable for intended exposure Compatibility: Only compatible materials from a single manufacturer shall be used. PERFORMANCE CRITERIA **NOTE TO SPECIFIER** Add product/system testing requirements for the project below. If no specific testing is required, remove article 2.3. Testing Project Specific Testing **NOTE TO SPECIFIER** Include contact information for manufacturer s representative as appropriate. MANUFACTURERS **NOTE TO SPECIFIER** Include contact information for manufacturer s representative as appropriate. Acceptable Manufacturer: Carboline Company, 2150 Schuetz Rd, Saint Louis, MO; Tel: 314-644-1000; Email: request info (cbratsos@carboline.com); Web: www.carboline.com **NOTE TO SPECIFIER ** DELETE ONE of the following two paragraphs; coordinate with requirements of Division 1 section on product options and substitutions. Materials specified are those that have been evaluated for specific service. CARBOLINE products are listed as basis of design to establish a standard of performance and quality. APPROVED PRODUCTS AND COATING SYSTEMS **NOTE TO SPECIFIER ** : Article 2.5 A Coating System Summary Table should be completed last after all appropriate products have been selected/specified in Article 3.9 Coating Schedule Coating System Summary Table System # System Type Primer/Repair Single / Intermediate Coat Top / Finish Coat A-1 (Interior) High solids Phenoline epoxy Phenoline Tankshield FP Phenoline Tank Shield Phenoline Tank Shield A-2 (Exterior) Organic Zinc Rich Epoxy / Aliphatic Polyurethane / Fluorourethane Carbozinc 859 (or) Carboguard 60 Carbothane 133 HB Carboxane 950 EXECUTION EXAMINATION Article 3.1 is intended to outline procedure project examination/inspection. Add, delete, or modify as required for the project. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for coating application, and other conditions affecting coatings installation or performance. Notify Do not begin surface preparation or application until unacceptable areas or conditions have been corrected. GENERAL Article 3.2 is intended to outline general execution instructions. Modify as required for the project. All surface preparation, coating and painting shall conform to applicable standards of the Society for Protective Coatings, and the manufacturer's printed instructions. Material applied prior to approval of the surface by the Engineer, shall be removed and re-applied to the satisfaction of the Engineer at the expense of the Contractor. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. Continuity of personnel shall be maintained, and transfers of key personnel shall be coordinated with the Engineer. The Contractor shall provide a supervisor at the work site during cleaning and application operations. The supervisor shall have the authority to sign change orders, coordinate work and make decisions pertaining to the fulfillment of the contract. Thinning shall be permitted only as recommended by the manufacturer and approved by the Engineer. Dust, dirt, oil, grease, or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. The Contractor's equipment shall be subject to approval of the Engineer. Application of the first coat shall follow immediately after surface preparation and cleaning and stripe coat, if applicable, before rust bloom occurs or the same day, whichever is less. Any cleaned areas not receiving first coat within this period shall be recleaned prior to application of first coat. Use of dehumidification equipment shall be first reviewed by the Engineer and coatings manufacturer prior to deviating from this provision. Prior to assembly, all surfaces made inaccessible after assembly shall be prepared as specified herein and shall receive the coating or paint system specified. PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED **NOTE TO SPECIFIER** Article 3.3 is intended to outline procedures for protection of surfaces not scheduled to be coated. Modify as required for the project. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and application of coatings. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. PRE-CONSTRUCTION INSPECTION **NOTE TO SPECIFIER** Article 3.4 is intended to outline requirements for pre-construction inspection. Modify as required for the project CONTRACTOR shall examine the areas and conditions under which the protective coating Work is to be performed in accordance with SSPC-SP13/NACE No. 6 and notify ENGINEER in writing of conditions detrimental to the proper and timely completion of the Work. CONTRACTOR shall examine and report the presence of a positive side waterproofing on the exterior of the concrete structure. Commencement of the Work of this Section shall indicate that the substrate and other conditions of installation are acceptable to the CONTRACTOR and his Applicator and will produce a finished product meeting the requirements of the Specifications. All defects resulting from accepted conditions shall be corrected by CONTRACTOR at his own expense. Stopping Active Leaks: After surface cleaning, any visible leaks or other water ingress shall be reported to the ENGINEER. Any water infiltration through minor leaks must be stopped using a polyurethane grout manufactured by Euclid Chemical, Cleveland, Ohio (800-321-7628), or approved equal. Surface and grouting material may require additional surface preparation prior to application of protective coating. SURFACE PREPARATION **Note to Specifier** - Delete surface preparation instructions for any substrate not included in the project. Surface Preparation of Steel Prepare steel surfaces in accordance with manufacturer s instructions. Fabrication Defects: Correct steel and fabrication defects revealed by surface preparation. Remove weld spatter and slag. Round sharp edges and corners of welds to a smooth contour. Smooth weld undercuts and recesses. Grind down porous welds to pinhole-free metal. Remove weld flux from surface. Ensure surfaces are dry. Immersion or Below Grade Steel Surfaces Prepare steel surfaces for immersion conditions in accordance with SSPC-SP 10/ NACE No. 2. Create a surface profile as required by the coating manufacturer. Exterior Exposed or Interior Exposed Steel Surfaces: Prepare exterior exposed or interior exposed steel surfaces in accordance with SSPC-SP 6/ NACE No. 3. Create a surface profile as required by the coating manufacturer. Abrasive Blast-Cleaned Surfaces: Coat abrasive blast-cleaned surfaces with primer before visible rust forms on surface. Do not leave blast-cleaned surfaces uncoated for more than 8 hours. Shop Primer: Shop primed steel shall receive a field sweep blast in accordance with SSPC- SP 7/ NACE No. 4 prior to the application of subsequent coats. Prepare shop primer to receive field coat in accordance with manufacturer s instructions. Remove all unknown shop primers and re-prime in accordance with this specification. Surface Preparation of galvanized steel and nonferrous metal Ensure surfaces are dry and free of visible oil, grease, dirt, dust, rust, corrosion products, zinc salts, and all other foreign matter. Prepare galvanized steel and nonferrous metal surfaces in accordance with SSPC-SP 16 and the coating manufacturer s instructions. Test galvanized surfaces for chromate treatments and remove as required by SSPC-SP 16, or other Engineer approved method Surface Preparation of Ductile or Cast Iron Ensure surfaces are clean, dry, and free of oil, grease, dirt, dust, and other contaminants in accordance with NAPF 500-03-01 (Solvent Cleaning). Prepare ductile or cast-iron surfaces in accordance with NAPF 500-03-04 and cast-iron fittings in accordance with NAPF 500-03-05 for "Abrasive Blast Cleaning of Cast Ductile Iron Fittings DI Fitting Blast Clean # 2 , with the exception that ALL rust and mold coating be removed. Only tightly adherent annealing oxide may remain. Bituminous and/or asphaltic coatings shall not be permitted if field painting is required. COATING SYSTEM APPLICATION Article 3.6 is intended to provide general instruction for coating system application. Modify as required for the project. General Application: After completion of surface preparation as specified for the specific system, materials shall be applied as specified herein. Apply all coatings in accordance with manufacturer s instructions Keep containers closed when not in use to avoid contamination Do not use mixed coatings beyond pot life limits Use application equipment, tools, pressure settings, and techniques in accordance with manufacturer s instructions. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of coating systems. Stripe paint with brush critical locations on steel such as welds, corners, and edges using specified primer. Apply and additional strip coat of the intermediate coating material in immersion areas. Roll or back roll the first coat of epoxy or block filler applied to concrete or interior block substrates to work the material into the substrate. Mixing: Thoroughly mix coatings until homogeneous following manufacturer s instructions. Mix only components furnished by coating manufacturer. Terminations: For coatings exposed to wastewater or vapor space above wastewater liquid levels, terminate leading edges in saw cuts 1/4-inch wide by 1/4-inch to 3/8-inch deep, or as required by the coating manufacturer. Prime and extend coating material into the saw cut. Do not fill saw cut with epoxy surface filler. Care shall be taken so as to eliminate overspray and dry spray. Where such conditions are encountered, the surface shall be cleaned of all over spray and dry spray prior to the application of the succeeding coat. Areas rendered inaccessible after erection shall receive the full coating system prior to erection and/or assembly. Repair of Damaged Coatings/Linings: Damaged coatings, pinholes, and holidays shall have the edges feathered and repaired in accordance with the recommendations of the coating manufacturer. All finish coats, including touchup and damage-repair coats, shall be applied in a manner that will present a uniform texture and color-matched appearance. All visible areas of chipped, peeled, or abraded coatings shall be hand or power sanded. Prime and finish coat these in accordance with these Specifications and the manufacturer s recommendations. Unsatisfactory Application: If an item has an improper appearance or insufficient film thickness, the surface shall be cleaned, prepared, and top-coated as required to achieve proper appearance and/or thickness. APPROVED PRODUCTS TABLE The following products specified herein have been evaluated for specific service. CARBOLINE products are listed as basis of design to establish a standard of performance and quality. The Following products are approved for use: **NOTE TO SPECIFIER** Add, delete, or modify approved products table on a project basis. FAMILY PRODUCT DESCRIPTION Carboguard Carboguard 60 Epoxy polyamide Carboguard 891 VOC High solids Polyamine epoxy Carbothane Carbothane 133 HB Aliphatic Polyurethane Carboxane Carboxane 950 series Fluorourethane Carbozinc Carbozinc 859 series Organic Zinc Rich Epoxy Carbozinc 8703 In organic Zinc silicate (self-cure) Phenoline Phenoline PF Solvent-free, high Solids primer Phenoline Tank Shield Hi-Solids Phenolic epoxy novolac finish coat COATING SCHEDULE **NOTE TO SPECIFIER** - 3.9 Coating Schedule - Delete paragraphs for any substrate/asset not included on the project. For substrates included in project, select one system (good, better, or best) and delete remaining sub-paragraphs as required. Add substrates as required. **NOTE TO SPECIFIER** - Paragraph A Retain Paragraph if substrate/asset is part of project. Delete paragraph if substrate/asset is not part of project. COATING SCHEDULE SUMMARY TABLE Area Substrate System Description System # Elevated Water Storage Tank Interior Concrete/Steel Phenoline Tank Shield A-1 Exterior Concrete/Steel Organic Zinc Rich Epoxy / Aliphatic Polyurethane / Fluorourethane A-2 COATING SYSTEMS FOR STEEL STRUCTURAL, TANKS, PIPE, EQUIPMENT, AND MISCELLANEOUS A1 - Interior (Good Mild Exposure) System Type: Phenoline Tank Shield /High solids Phenolic epoxy novolac Surface Preparation: SSPC-SP 10 Primer (DFT): Phenoline FP (3.0-5.0 mils) Stripe Coat: (DFT): Phenoline Tank Shield (20-40 mils) Finish coat (DFT): Phenoline Tank Shield (20-40 mils) Total (DFT): (23.0 45.0 mils) Finish Color: As indicated on the color schedule A2 - Exterior Exposed (Better Moderate Exposure) System Type: Organic Zinc Rich Epoxy / Aliphatic Polyurethane / Fluorourethane Surface Preparation: SSPC-SP 6 Primer (DFT): Optional Carboguard 60 (or) Carbozinc 859 (2.5-3.5 mils) Intermediate (DFT): Carbothane 133 HB (3-5 mils) Finish Coat: (DFT): Carboxane 950 (2-3 mils) Total DFT: (7.5-11.5 mils) Finish Color: As indicated on the color schedule FIELD QUALITY CONTROL **NOTE TO SPECIFIER** Article 3.10 is intended to provide an overview of field quality control requirements on the project. Add, delete, or modify as required on the project. Contractor shall utilize Tru-QC, or equal, for quality control documentation *NOTE TO SPECIFIER** Consult Carboline for project-specific field quality control recommendations for field service documentation. Required Inspection and Documentation Contractor shall supply NACE Certified inspections as directed. Verify coatings and other materials are as specified. Verify environmental conditions are as specified. Verify surface preparation and application are as specified. Verify DFT of each coat and total DFT of each coating system are as specified using wet film and dry film gauges. DFT s shall be measured in accordance with SSPC-PA 2. Coating Defects: Check coatings for film characteristics or defects that would adversely affect performance or appearance of coating systems. Check for holidays on interior steel immersion surfaces using holiday detector in accordance with NACE SP0188 or SSPC-TU 11 using a safe blue light inspection lamp if OAP technology is used. Reporting Contractor shall utilize Tru-QC, or approved equal, for quality control reporting Reports shall include the following, at minimum: Daily Inspection reports, including inspections made and actions taken to correct non-confirming work Report non-conforming work not corrected Submit Tru-QC copies of report to Engineer and Contractor Holiday Testing All lined surfaces over shall be electrically checked with high voltage holiday test equipment to determine the location of discontinuities: Provide suitable electrical contact to reinforcing steel. Verify conductivity of electrical contact by touching the second, ungrounded, electrode to another metallic ground connected to the concrete structure. Do not perform electrical inspection until linings is sufficiently cured, as determined by the manufacturer. All electrical inspection testing shall be performed in accordance with NACE SP0188. Perform all electrical tests at 100 volts/mil for the minimum approved thickness of the lining material. Repair all lining defects in accordance with the manufacturer s written instructions. After repaired and recoated areas have dried sufficiently, retest each repaired area. Final tests may also be conducted by Engineer Solvent Vapor Removal All solvent vapors shall be completely removed by suction-type exhaust fans and blowers before placing closed structures in operating service. All solvent vapors will be exhausted both during and after coating application as per AWWA D102 to allow the proper curing of the coating material. Ventilation shall be continued until such time as the coating has reached full cure as specified by the coating manufacturer. Independent / 3rd Party Inspector The services of an independent coating inspector may be retained and paid for by the Owner to inspect the surface preparation and application of the specified coatings. Contractor shall cooperate with inspector to provide safe access for inspection and shall conduct thorough inspection of substrates or linings to ensure that work is done in accordance with the contract documents. Applicator and Contractor shall be responsible to provide a minimum of 48 hours of notice to inspector for inspection points identified at the start of the lining work. Should the Contractor not be ready for a mutually agreed upon date for an inspection and the inspector shows up on site, the Contractor shall be responsible to pay for the inspector s time for any wasted inspection trips At completion of project when tank is completely full of water it is required for the VA s water treatment consultant to collect samples and verify water quality before the tank goes back into service. Contact the Utilities Manager to schedule water sampling by 7 days in advance to schedule consultant that must be ASSE 12080 Certified - Legionella Water Safety & Management. Manufacturer s Field Services: Manufacturer s representative shall provide technical assistance and guidance for surface preparation and application of coating systems. Manufacturer s representative shall visit the project site at the following intervals: On the first day of application of any CRC system. As necessary during surface preparation and application to ensure installations are made in accordance with the manufacturer s recommendations. As required to resolve field problems attributed to or associated with manufacturer s product. CLEANING & PROTECTION **NOTE TO SPECIFIER** Article 3.11 is intended to outline requirements for site cleaning and protection. Add, delete, or modify as required. Upon completion of the work, all staging, scaffolding and containers shall be removed from the site or destroyed in a manner approved by the Engineer. Coating or paint spots, oil or stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Engineer at no cost to the Owner. Touch-up, repair or replace damaged products before Substantial Completion ONE YEAR INSPECTION **NOTE TO SPECIFIER** Article 3.12 is intended to outline requirements for post project inspection. Add, delete, or modify as required. Owner shall set date for one-year inspection of coating systems. Inspection shall be attended by Owner, Contractor, Engineer, and manufacturer s representative. Repair deficiencies in coating systems as determined by Engineer in accordance with manufacturer s instructions. 3. Working hours that consist of abnormal noises are permitted between 8am and 8pm Monday through Sunday. Contractor is required to check in and out with the Energy Center upon arrival and dpearture each day. All items to be delivered and work completed by June 1, 2023 after notice-to-proceed. Subject: Compliance with 13 C.F.R. 125.6 DATE: Contractor Point of Contact Business Name DUNS #: Solicitation Number: 36C24823Q0677 Offerors are required to comply with 13 C.F.R. 125.6. Offerors are to check which block applies: [ ] I certify that no subcontractors are anticipated in performing services under this contract. [ ] I certify that my company and those anticipated subcontractors that are similarly situated, are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted. Contractor DUNs Number Description of Work COST of work in % ____________________ _______________ _ ____________________________ ____________ ____________________ _______________ _ ___________________________ ____________ ____________________ _______________ _ _____ ____________ ____________ ____________________ _______________ ______________________________ ____________ Total % of value of contract by Prime Contractor ____________ Total % of value of contract by similarly situated subcontractors ____________ WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed. IAW 1001 of Title 18, I certify the above representations are true and correct to the best of my knowledge. _________________________________________________ ____________ (Contractor) Date Return this certification via email to: Sylvia.Nobles@va.gov
Show All
Overview
Response Deadline
March 15, 2023, 4:00 p.m. EDT
Past Due
Posted
March 13, 2023, 2:11 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
PSC
Place of Performance
West Palm Beach VA Medical Center 7305 North Military Trail
United States
Source
Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 2 days, below average for the VISN 8: Sunshine Healthcare Network. 92% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 3/13/23 VISN 8: Sunshine Healthcare Network issued Synopsis Solicitation 36C24823Q0677 for Domestic Water Tower servicing- chemically clean, prep, sandblast and recoat the inner lining per ASTM, VHA, SSPC, NACE, ASTM and AWWA standards due 3/15/23.
The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 811210 (SBA Size Standard
$34 Million) and PSC J065.
Primary Contact
Documents
Posted documents for Synopsis Solicitation 36C24823Q0677
Question & Answer
Incumbent or Similar Awards
Contracts Similar to Synopsis Solicitation 36C24823Q0677
Potential Bidders and Partners
Awardees that have won contracts similar to Synopsis Solicitation 36C24823Q0677
Similar Active Opportunities
Open contract opportunities similar to Synopsis Solicitation 36C24823Q0677
Additional Details
Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 248-NETWORK CONTRACT OFFICE 8 (36C248)
FPDS Organization Code
3600-00248
Source Organization Code
100167097
Last Updated
April 14, 2023
Last Updated By
Sylvia.Nobles@va.gov
Archive Date
April 14, 2023