Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2015 FBO #5097
DOCUMENT

F -- Septic Pumping Service - Attachment

Notice Date
11/5/2015
 
Notice Type
Attachment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24616Q0104
 
Response Due
11/13/2015
 
Archive Date
2/20/2016
 
Point of Contact
Melisha Evans (Bradley)
 
E-Mail Address
8-7148<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-16-Q-0104 Septic Pumping Service (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (III)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (IV)The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price service contract for septic pumping service at the Asheville Department of Veterans Affairs Medical Center (VAMC), 1100 Tunnel Road, Asheville, NC 28805. (V)The North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $7.5 million. This procurement is set-aside to small businesses and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VI)Questions concerning this solicitation shall be addressed to Melisha Evans, Contracting Officer, and emailed to melisha.evans@va.gov. All questions or inquires must be submitted no later than 4:30PM Eastern Standard time on November 9, 2015. No phone calls will be accepted. (VII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements. Quotes are due by 4:30PM Eastern Standard time on an November 13, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Melisha.Evans@va.gov. (VIII)This combined solicitation/synopsis is for commercial services. See Statement of Work (SOW) below. Statement of Work (SOW): (1)General. Special Requirement -- The Contractor will provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to provide septic pumping service twice weekly at Building 71T, located at Charles George (Asheville) VA Medical Center, Asheville NC for one year from date of award. (2)Coordination. Maintenance and Operations Section (M&O) of Facility Management Services will serve as the focal point and the Point of Contact (POC) for this contract is the Plumbing Shop Supervisor. (3)Site Visits. Contractors may accomplish a site visit prior to submitting their proposal. To schedule site visit, please contact Loretta Kell, Maintenance & Operations Assistant, at (828)298-7911 ext. 5626. Unannounced site visits will not be honored. The Federal Government will not incur any cost associated with site visits. 3.1. The Contractor must pre -coordinate work and if needed, associated outages with the M&O POC. This work will be accomplished during NON-REGULAR work hours, between 6AM and 7:30AM, so access to Septic is not hindered by traffic and parked vehicles. The contractor will respond to Building 47, Room (BF129) EB22 on the prescheduled date/time, and make contact with the M&O POC. Contact must be made with the M&O POC prior to accomplishing the start of any work. 3.2. The M&O POC will be immediately notified whenever the pumping of the septic tank, or related activities interfere with normal VAMC operations. (4)Specific Requirements. The Contractors work shall include: "Vendor will provide twice weekly septic tank pumping of 1000 gallon holding tank located at Building 71T, Charles George VAMC, Asheville, NC. "This work will be accomplished during NON-REGULAR work hours, between 6AM and 7:30AM, so access to Septic is not hindered by parked vehicles and traffic. "Coverage period, one year from date of award. "Provide supervision, safety, and cleanup where needed. "NOTE: Work is being completed in a hospital environment. The Contractor must take all precautions to ensure all tools and materials are under continuous observation and accountability. At no time will tools be left unattended or unsecured. "When complete, notify the M&O POC to inspect and accept all accomplished work. "Provide the M&O POC all documentation and warranty information concerning installed components/equipment and work accomplished. "Ensure all invoicing documents are submitted in-accordance with the instructions provided in the formal contract. (5) Other Station Rules and Guidelines. The Contractor will adhere to the following station rules. 5.1. All work will be accomplished to industry standards and compliant with all current CODE requirements (Life Safety, NFPA, Electrical and Building). All Dept. of Veteran Affairs, Federal, Commonwealth of Virginia laws, regulations and codes will be complied with. 5.2. This is a hospital environment. The Contractor and his personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally. 5.3. This is a federal facility as well as a medical center. As such, there is NO tobacco usage allowed inside any federal building or on the grounds except in designated areas. The COR will brief the Contractor as to designated smoking areas prior to commencement of the contract. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate's ticket and fine. 5.4. Parking will be in designated lots. Consult with the M&O POC as to allowable parking and material drop-off. 5.5. Any work requiring a shutdown or utility outage will be requested in advance and scheduled by the M&O POC prior to the work being accomplished. 5.6. The Contractor will coordinate his activities with the M&O POC to identify any smoke or fire barriers that must be penetrated or disrupted as a result of this contract and will restore the fire barrier to its rating through the use of fire stopping. The Contractor and his personnel will be trained and certified to use and apply fire stopping prior to its application and at the Contractor's expense. 5.7. The Contractor will responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site. The Contractor will be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation 5.8. Since the incidents of September 11, 2001, the Federal Government has begun to implement new security measures to help protect federal facilities. The Contractor will provide to the M&O POC a list of employees expected to work on this contract. This list will be on company letterhead and contain the employees' name, driver's license number, address and nationality. This list will be verified and signed by a corporate officer. These personnel are subject to a background check and fingerprinting to be eligible to receive a security badge. 5.9. Identification Badges will be picked up from Work Order Desk Room BF129 (EB22) in the Basement of Building 47. 5.10. Prior to commencing work, general contractor shall provide proof that an OSHA designated "competent person" (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present". 5.11. Compliance Awareness Training shall be completed by vendor prior to access to Charles George VAMC. Vendor has responsibility for "Duty to Report" any fraud, waste and abuse witnessed while on VA premises to the Compliance Officer. 5.12. All employees of the general contractor or subcontractors shall have the 10-hour or 30-hour OSHA Construction Safety course and other relevant competency training, as determined by RE/COR acting as Construction Safety Officer with input from the Facilities Construction Safety Committee.. END OF STATEMENT OF WORK The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (APR 2014) 52.212-2 Evaluation-Commercial Items (OCT 2014) The government will award a firm-fixed price task order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (MAR 2015) 52.217-5Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement - 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24616Q0104/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-16-Q-0104 VA246-16-Q-0104.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2405133&FileName=VA246-16-Q-0104-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2405133&FileName=VA246-16-Q-0104-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Asheville VAMC;1100 Tunnel Road;Asheville, NC
Zip Code: 28805
 
Record
SN03939780-W 20151107/151105234903-69290db17039fec4e69d00b64cd78181 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.