Sources Sought Title V Emissions and Boiler Tuning Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 05, 2023 04:55 pm EDT
- Original Response Date: Oct 20, 2023 05:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Oct 21, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J044 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: Washington , DC 20024USA
Description
This is a Sources Sought Notice intended for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.
Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate contractors for the following proposed procurement.
The NAICS code applicable to this proposed procurement is 561210 and the size standard is $41.5 million.
The United States General Services Administration Heating Operation and Transmission District (HOTD) operates the Central Heating and Refrigeration Plant (CHRP). This plant produces chilled water and steam to comfort nearly 90 quasi-government buildings in the District of Columbia. This is a major source plant that is required to comply with the DC Department of Energy and Environment (DOEE) and the EPA Federal environmental regulations. These regulations required that HOTD complies with the DOEE-issued Title V operating permit using a fully functioning and certified Continuous Emissions Monitoring System (CEMS) while burning only natural gas as primary fuel and No. 2 grade low-sulfur fuel oil as back-up fuel during an interrupt of natural gas supply by our supplier, Washington Gas.
The GSA-HOTD CHRP operates five (5) high pressure steam-generating boilers and a cogeneration system – heat recovery steam generator (HRSG) unit 5C. Units 1, 2, and 6 are rated at 250 MMBtu/hr. Units 3 and 4 are rated at 500 MMBtu/hr. Unit 5C is rated at 326 MMBtu/hr. Because the plant is a major source for NOx with an history of previous boiler modifications, the plant is required to comply with the New Source Performance Standard, 40 CFR Part 60. Additionally, Boiler Nos. 3, 4 and 5C are required to comply with 40 CFR Part 75, the NOx Budget Program – this is due to each boiler heat input exceeds 250 MMBtu/Hr.
Due to the applicable requirements of the Title V Permit, 40 CFR Parts 60 & 75, the plant operates and maintains a continuous emissions monitoring system (CEMS) and a continuous opacity monitoring system (COMS) to continuously monitor NOx, O2 and opacity during boiler operation. The CEMS is also used to monitor the time, dates, fuel quantities and fuel type burned.
The environmental software/database, Stackvision, that runs on the CEMS makes it possible to comply with these complex environmental air regulations. It is a proprietary software produced by the Environmental Systems Corporation Spectrum (ESC Spectrum). ESC Spectrum maintains, updates, and consistently upgrades the software/database with current and applicable environmental air regulations as they are finalized by the EPA.
Each of the three contracts included in the consolidated contract specification, is intended to provide compliance pathways with all the applicable Title V, 40 CFR, Parts 60 and 75 environmental regulations.
The purpose of this statement of work (SOW) is to identify and retain a contractor for the purpose of providing a single point for a combined contact which includes the following three requirements:
1. Relative Accuracy Test Audit – RATA
This contract performs test audits and validation on the performance of HOTD’s CEMS. During the annual audit/validation processes, data from HOTD 's CEMS are compared to a simultaneously collected reference method test data to assess the accuracy of the CEMS readings. To maintain annual RATA, the difference between data from HOTD’s CEMS and those from the reference CEMS cannot exceed ten percentage (10%). If it exceeds 10%, then RATA will be performed twice per year.
2. Preventive Maintenance and Linearity Testing Services for the CEMS and Opacity Monitors
This contract is performed on a quarterly basis to assess how closely the analyzers and opacity monitors read the actual values of NOx, O2, CO and opacity within the effective span/ranges. Where problems are found, the necessary repairs/replacements are made to ensure the systems are functioning in accordance with manufacturer’s specifications.
3. Annual Boiler Tuning
This contract performs annual tune-up by adjusting critical setpoints to optimize boiler air-fuel mixture combustion performance with reference to the following:
✔ Excess air.
✔ Combustion efficiency.
✔ Reference Oxygen (O2).
✔ Optimization of all other applicable boiler operating conditions and emissions to be within range of the boiler manufacturer’s specifications and the existing Title V Permit.
The Contractor shall also provide management, labor, supervision, vehicles, equipment, and materials to perform administration and technical support for inspections, preventive maintenance, and is responsible for the efficient, effective, economical, and satisfactory scheduled and unscheduled maintenance, and minor repairs/replacement of equipment and systems located within the property line of the Central Heating and Refrigeration Plant (CHRP).
Response to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Disadvantage Business and Small Business contractors are encouraged to submit responses, using the format described below:
- Corporate Information Identification
- Company name and company address
- Point of contact, phone, and email address
- The firm’s business type and size for NAICS Code 561210 (Facilities Support Services)
- Confirmation of registration in System for Award Management (Provide UEI)
2. Capabilities Narrative
- Please indicate the area(s) of Washington, DC or in the National Capital Region portion of the Washington Metropolitan Area, your firm currently performs these services. If services are not currently performed throughout Washington, DC, please indicate your firm’s capability to do the above listed work. If you do not have experience in The National Capital Region portion of the Washington Metropolitan Area, please describe your approach for assimilating into this market, including recruiting for staffing and subcontractor needs.
- Indicate if your firm would be interested in these opportunities as a prime contractor, or a Contractor Teaming Arrangement (CTA)?
- Provide information in sufficient detail regarding previous experience on Title V Emissions and Boiler Tuning Services requirements. Detailed information must include the following:
- Capability statement
- Description of the services performed.
- Identify the number of buildings and location of the buildings covered by the contract.
- Indicate which services were self-performed and which were subcontracted.
- Provide square footage of individual buildings and aggregate building square footage.
- Identify if the project was a government or commercial requirement.
- Include the type of space within the building(s).
- Identify the term of contract, including start and end date.
- Annual and aggregate contract value.
- Indicate how long you have performed this type of work - linearity, RATA and Boiler tuning.
- Indicate the size of boiler, type of boiler and the type of fuel it used.
- Indicate whether you are familiar with DC major source environmental air compliance regulations, including Title V, and the Ozone - NOx Budget programs?
- Do you have a regulatory support team to answer critical regulatory questions?
- Do you have support back-end office/shop to provide quick, within 24 hours, equipment repairs and maintenance services on CEMS equipment, if and when needed?
Please limit responses to no more than fifteen (15) pages and submit in either Microsoft Word or PDF file format. It is recommended to submit the information in the format as outlined above to minimize the effort of the respondent and structure the responses for ease of analysis by the Government.
Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published in the BETA SAM Contract Opportunities or via the Federal Supply Schedule (FSS) in the Governmentwide point of entry: GSA eBuy. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.
Responses must be submitted by email to Walter Kalista at walter.kalista@gsa.gov and Ingrid Blair at Ingrid.blair@gsa.gov on or before October 20, 2023, at 5:00 PM, EST.
Attachments/Links
Contact Information
Contracting Office Address
- PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
Primary Point of Contact
- Ingrid J. Blair
- ingrid.blair@gsa.gov
- Phone Number 202-379-8333
Secondary Point of Contact
- Walter Kalista
- walter.kalista@gsa.gov
- Phone Number 202-322-0904
History
- Oct 21, 2023 11:55 pm EDTSources Sought (Original)