Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2019 FBO #6454
SOURCES SOUGHT

W -- Recycling compactor

Notice Date
7/24/2019
 
Notice Type
Synopsis
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26119Q0927
 
Archive Date
10/22/2019
 
Point of Contact
916-923-4511
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Constitutes Market Research This is a Sources Sought Notice is to seek out Interested Vendors identified as Service Disabled Veteran Owned (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses interested on this requirement. If interested in bidding, vendors should notify the contract specialist by emailing Maria.Teodoro-Tanksley@va.gov by the due date indicated on the Sources Sought notice. Synopsis of Work: The Contractor shall provide all management, labor, equipment, supplies, and transportation to install, preventive maintenance, inspection, service and repair to a recycling compactor. See attached SOW for more details The VA intends to award a Firm-Fixed Price Contract for an estimated Period of Performance to begin on/about 01 Oct 2019. No formal solicitation document exists at this time. Responses to this source sought should be emailed to Maria.Teodoro-Tanksley@va.gov on 31 Jul 2019 no later than 1:00 PM, Pacific Standard Time. Include the following information: POC Name and address of company, economic status (e.g SDVOSB, SB, etc), phone numbers, DUNS number, and email address. Respond directly to Maria.Teodoro-Tanksley@va.gov. DO NOT SEND ANY PROPOSALS at this time. Submitting a capability statement is welcome. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. STATEMENT OF WORK SAN FRANCISCO VETERANS AFFAIRS MEDICAL CENTER (SFVAMC) RECYCLING COMPACTOR LEASE AND MAINTENANCE AGREEMENT 1.0 GENERAL INFORMATION 1.1 General: The Contractor shall ensure all work meets performance standards specified in this Statement of Work. The Contractor shall commence all operations required by the contract as of the first day of the contract period. The Contractor shall furnish all management, labor, equipment, supplies, and transportation to provide recycling compactor lease and maintenance agreement to the San Francisco Veterans Affairs Department located at 4150 Clement Street, San Francisco, CA 94121. 1.2 Type of Contract: This contract will be awarded on the terms of a firm-fixed price contract in accordance with FAR 16.202. Unless otherwise specified in the contract, the ceiling price or target price is subject to adjustment only by operation of contract clauses providing for equitable adjustment or other revision of the contract price under stated circumstances. 1.3 Period of Performance: One 1-year Base Period and four 1-year Option Years. 1.4 Schedule: The SFVAMC normal business hours usually operate between 8:00 AM to 4:30 PM PST, Monday through Friday, except Federal Holidays. 1.4.1 Federal Holidays: National holidays observed by the Federal Government are New Year s Day January 1 Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 1.5Payment and Invoices: 1.5.1 Vendor Electronic Invoice Submission Methods: Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please go to this website: http://ob10.com/us/en/veterans-affairs-us/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). 1.6.2 Vendor e-Invoice Set-Up Information: Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: OB10 e-Invoice Setup Information: 1-877-489-6135 OB10 e-Invoice email: VA.Registration@ob10.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov 2.0 SCOPE OF WORK 2.1 Description: The Contractor shall provide all management, labor, equipment, supplies, and transportation to install to a recycling compactor with the following specifications at the San Francisco Veterans Affairs Medical Center. Self-contained with a cart dumping system and a cart lifter toter Two cubic yard charge hopper capacity with open top charge hopper enclosure flared to rear to engage with a toter cart lifter Operating controls mounted on the power pack, to include push button start with master on/off switch, emergency stop, combined 75% and 100% advance full warning light Pressure gauge, multi-cycle capability Set up for power pack installation on the loading dock adjacent to the compactor s charge hopper Power pack set to operate 460 volts/three-phase power One set of steel full channel guide rails 2.2 Preventive Maintenance, Inspections, Service, and Repairs: Contractor shall perform preventive maintenance, inspections, service and repairs in accordance the manufacturer s recommended procedures as described in the manufacturer s official service manual(s). 2.2.1 A maintenance schedule will be determined 10-15 days after award for all preventive maintenance and inspections which will include semi-annual inspections. If the COR calls in for emergency servicing or repairs, the contractor must comply on-site within 48 hours of notification. 2.2.2 The Contractor shall submit a copy of the completed legible procedure/checklist upon completion of the scheduled preventive maintenance to the VA Engineering office. 2.2.3 In the event that the leased equipment cannot be repaired, the contractor must provide an immediate replacement within a minimum of 6 to 8 weeks of identifying and notifying the COR that the equipment has to be replaced. 2.2.4 Contractor is responsible to determine the nature and extent of any work required in restoring equipment to satisfactory condition and operation during routine preventive maintenance, inspections, servicing and repairs. 2.3 Parts: The contractor shall have a comprehensive inventory of parts and components for all equipment covered under contract, immediately, available for necessary repairs in order to limit equipment downtime. Contractor shall provide all resources required in performing these maintenance services and inspections, including, but not limited to; parts, materials, lubricants, hydraulic fluids, cleaning fluids, equipment, tools, safety barriers, shipping, travel, and labor required during routine preventative maintenance, inspections, service and repairs under this contract. 3.0 Contractor Qualifications Inspections can be performed by journeyman mechanics and may be assisted by qualified helpers in conformity with local trade practices. At a minimum, the journeyman shall perform the maintenance and inspection service. The industry standard is at least three (3) years experience and training in the inspection, testing, and maintenance of compactors and/or other related heavy-duty industrial equipment. The contractor shall obtain all necessary licensure and/or permits and insurance that is required to perform this work. Proof of licensure and/or permits and insurance is required. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any Contractor s representative, or others, as well as, for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. 4.0 Points of Contact 4.1 Contracting Officer (CO): The CO is responsible for the administration of this contract. The CO is the only individual authorized, to extent indicated in this contract, to take actions on behalf of the Government, which may result in changes in the contract terms, to include deviation from the statement of work, details, and performance schedules. The Contractor is advised that only the CO, acting within the scope of the contract and his/her duties and responsibilities and, with the advice and consultation with the Contracting Officer s Representative (COR), has the authority to make changes that affect contract prices, quality, quantity, delivery terms and conditions, term of contract. Under no circumstances shall any understanding or agreement, contract modification, change order, or other matters in deviation from the terms of this contract between the contractor and a person other than the contracting officer, be effective or binding upon the Government.   All such actions must be formalized by the proper contractual document executed by the contracting officer. 4.1.2 Authorize Services and Changes to Scope of Work: Only those services specified within are authorized under this contract. All references to the estimated amount of preventative maintenance, inspections, and services provided by the Government are for informational purposes only. Such references do not necessarily indicate the number of inspections, or related contractor duties will remain stable. Before performing any service or repairs of a non-contract nature, notify the Contracting Officers Representative (COR). The COR will request authorization from the Contracting Officer, if related to this contract. The contractor is cautioned that; only Contracting Officer may authorize additional services or repairs for respective contract; and that reimbursement will not be made unless prior authorization is obtained. Any changes to the Scope of Work will be affected by the Contracting Officer (CO) per FAR 52.212-4 Terms and Conditions of the Contract Commercial Items. 4.2 The Contracting Officer Representative (COR): Is the designee to represent the Contracting Officer in furnishing technical guidance and advice or generally administer the work being performed under this contract.   The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor(s) relative to financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. Those matters are the responsibility of the CO and shall not be delegated. The contractor shall respond only to calls for services place by the COR. For each visit to the facility, the contractor must report in person to the M&O Office or a pre-arranged location in the listed buildings as determined by the Chief of M&O, both upon arrival and prior to departure. This procedure is mandatory and the listed phone numbers are for informational purposes only. Contractor shall observe check-in/out procedures as described above so that the VA will be aware of the Contractor s presence at the facility at all times. Upon each departure, Contractor shall serve notice of disposition of work to the Engineering contact office. When a particular repair problem has been resolved, contractor shall provide a complete service report, containing the issue and resolution. 3.0 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: 3.1 Background Investigation: Upon contract award, all key personnel shall be subject to the appropriate type of background investigation or screening per VA/VHA directive 0710 and must receive a favorable adjudication from CCA Personnel Security Specialist or VA Security and Investigations Center (SIC) depending on investigation or screening required.  This requirement is applicable to all subcontract personnel.  If the investigation or screening is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Contract personnel who previously received a favorable adjudication as a result of a Government background investigation or screening may be exempt from this contract requirement. They must provide documentation to support the previous adjudication. Proof of previous adjudication must be submitted by the Contractor to the VA Contracting Officer. Proof of previous adjudication is subject to verification. Some positions maybe subject to periodic re-investigation/screening. Security Clause(s) Section 1: GENERAL a. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. b. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Section 2: VA INFORMATION CUSTODIAL LANGUAGE a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data General, FAR 52.227-14(d) (1). b. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. c. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. d. If a VHA contract is terminated for cause, the associated BAA must also be terminated, and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. Section 3: C&A a. The C&A requirements do not apply, and a Security Accreditation Package is not required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26119Q0927/listing.html)
 
Record
SN05379887-F 20190726/190724230026 (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.