Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
DOCUMENT

91 -- BIOMASS BOILER PLANT WOOD CHIPS Amendment - Attachment

Notice Date
2/27/2012
 
Notice Type
Attachment
 
NAICS
321999 — All Other Miscellaneous Wood Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC Togus;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA24112Q0272
 
Response Due
3/15/2012
 
Archive Date
5/14/2012
 
Point of Contact
Kevin LaBrie
 
E-Mail Address
Contracting Specialist
(kevin.labrie@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTINUATION PAGE STATEMENT OF WORK for wood chip Procurement A.GENERAL INFORMATION 1. Title of Project: Woods Chips for Biomass Combined Heating and Power plants serving Togus and White River Junction VA Hospitals. 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. TOGUS Togus VA is installing a CHP (combined heat & power) energy trigeneration boiler plant that will require the use of wood chips to combust. The size is targeted at 2"x2"x1/4", no larger than 2.5"x2.5"x3/4" and no smaller 1/8" x 1/8" x 1/8". Chips must have moisture content between 15 and 50%. Up to 5% Bark is allowed but must be chip size. To be delivered as in the range of 30 to 35 or so ton load (certified scaling slip required) in floating (walking bed) tractor trailer rig to the Togus CHP chip storage unload point. Payment will be based on certified scaling slip weight ($/ton). No rocks, gravel, dirt, ice, water, paint, nails, or other miscellaneous materials will be allowed. If load has improperly sized chips or contains unwanted material it will be rejected on the spot to be carried away by supplier. Any spilled chips must be cleaned up by the supplier. The Togus campus route to be taken (unless otherwise directed) is from route 226 to Gate Road to Knox Road and making a right hand turn around the gas dispense tanks and back up to the chip unload gate. The weight of the load maybe measured, the chip size, cleanness of chip, presence of miscellaneous materials, and/or moisture content by the boiler plant supervisor or boiler operators for acceptance or rejection. Each load must be checked in (phone number TBD) and may be watched by CCTV by VA personnel during unload. Delivered is to be between the hours of 9AM to 3PM week days unless otherwise directed. For first time plant commissioning there are special requirements, about 100 loads with controlled moisture content of 37% and of which a few loads of 50% and 20% as these will be required to commission the plant. White River Junction White River Junction VA is installing a CHP (combined heat & power) energy trigeneration boiler plant that will require the use of wood chips to combust. The size is targeted at 2"x2"x1/4", no larger than 2.5"x2.5"x3/4" and no smaller 1/8" x 1/8" x 1/8". Chips must have moisture content between 15 and 50%. Up to 5% bark is allowed but must be chip size. To be delivered as in the range of 30 to 35 or so ton load (certified scaling slip required) in floating (walking bed) tractor trailer rig to the CHP chip storage unload point. Payment will be based on certified scaling slip weight ($/ton). No rocks, gravel, dirt, ice, water, paint, nails, or other miscellaneous materials will be allowed. If load has improperly sized chips or contains unwanted material it will be rejected on the spot to be carried away by supplier. Any spilled chips must be cleaned up by the supplier. The White River Junction campus route to be taken (unless otherwise directed) is in the back road (Patriot Drive), around the chip storage area and back up to the chip unload gate. The weight of the load maybe measured, the chip size, cleanness of chip, presence of miscellaneous materials, and/or moisture content by the boiler plant supervisor or boiler operators for acceptance or rejection. Each load must be checked (phone number TBT) in and may be watched by CCTV by VA personnel during unload. Delivery is to be between the hours of 9AM to 3PM week days unless otherwise directed. For first time plant commissioning there are special requirements, about 100 loads with controlled moisture content of 37% and of which a few loads of 50% and 20% as these will be required to commission the plant. 3. Background: The VA central office has funded the design and construction of Combined Heating and Power (CHP) plants at Togus VA and White River Junction VA which will burn wood chips for fuel. These plants will produce steam, electricity, and chilled water for facility use. 4. Performance Period: The period of performance is April 2012 to March 2016. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Type of Contract: Firm-Fixed Price 6. Place of Performance: To be delivered to the VA sites as listed above (A.2) in the location given, within the times given, and in the manner given. 7. Performance Based Contract: N/A This contract requires the application of an Earned Value Management System that is compliant with the American National Standards Institute /Electronics Industries Alliance (ANSI/EIA) Standard-748, Earned Value Management Systems. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting. Kick off date is TBD. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed project management plan (PMP). 2. All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 30 calendar days from date of receipt. The contractor shall have 15 calendar days to deliver the final deliverable from date of receipt of the government's comments. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task One: The contractor shall provide a detailed PMP and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. At a minimum, the PMP shall include the risk, quality and technical management approach, work breakdown structure (WBS), detailed schedule, cost requirements, and proposed personnel. The contractor shall keep the PMP up to date throughout the period of performance. Deliverable One: A detailed PMP and briefing E. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. REPORTING REQUIREMENTS - N/A 1. The contractor shall provide the Task Order Project Manager (TOPM) with monthly written progress reports (original plus _1__ copies). These are due to the TOPM by the second workday following the end of each calendar month throughout the project's duration. 2. The progress report will cover all work completed during the preceding month and will present the work to be accomplished during the subsequent month. This report will also identify any problems that arose and a statement explaining how the problem was resolved. This report will also identify any problems that have arisen but have not been completely resolved with an explanation. H. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and option. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO and TOPM. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel being replaced. Requests to substitute personnel shall be approved by the TOPM and the CO. All requests for approval of substitutions in personnel shall be submitted to the TOPM and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. I. SECURITY - N/A Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor's firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VBA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Contractor Personnel Security - P. CONFIDENTIALITY AND NONDISCLOSURE - N/A It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Q. Earned Value Management System - N/A 1. An Earned Value Management System (EVMS) is required for major acquisitions for development, in accordance with OMB Circular A-11. The Government may also require an EVMS for other acquisitions, in accordance with agency policy contained in VA Directive 6061. Contractors that are required to have their own EVMS shall follow procedures contained in the VA EVMS Application Guide. 2. The following paragraphs reflect EVMS requirements and may be modified as necessary for selected use. a. Integrated Contractor Services. This contract requires that contractors providing direct support services to VA staff will be required to participate in the VA EVMS and submit timesheets. Contractor personnel integrated into VA Staff and providing direct support in the completion of VA project tasks as part of the Government Earned Value Management System must provide assigned task planning, executing, controlling, and closing information to government project management staff. Gathering this information would include having individual contractor resources enter their planned and actual work time against their assigned activities into the government project tracking/timesheet application. The contractor shall be responsible for ensuring all work information is correct. Or- a. Contractor Independent Deliverables. This contract requires the contractor to operate as a distinct entity to produce a deliverable(s). The contractor is required to have its own compliant EVMS, per VA Directive 6061, Table B-1, and provide EVM reports to the VA. (1). Non-Compliant EVMS. If the offeror proposes to use a system that has not been determined to be in compliance with the American National Standards Institute /Electronics Industries Alliance (ANSI/EIA) Standard-748, Earned Value Management Systems, the offeror shall submit a comprehensive plan for compliance with these EVMS standards. Offerors shall not be eliminated from consideration for contract award because they do not have an EVMS that complies with these standards. (2). EVMS Reports. As a minimum, contracting officers shall require contractors to submit EVMS monthly reports for those contracts for which an EVMS applies. (3). Subcontractors. EVMS requirements will be applied to subcontractors using the same rules as applied to the prime contractor. VA will decide the flow down of the EVM requirement to subcontractors. In all cases, the prime contractor is responsible for reporting EVM data. (4). EVMS Plan. When an offeror is required to provide an EVMS plan as part of its proposal, the contracting officer will determine the adequacy of the proposed EVMS plan prior to contract award. (5). Performance Measurement Baseline. Contractors are required to resource load schedules in order to set a performance measurement baseline. Resources do not have to be specifically named. (6). Program Management Reviews. The Contractor shall conduct Program Management Review (PMR) meetings at mutually agreed upon dates and locations. During these reviews, the contractor shall present integrated cost, schedule, and technical performance status. Government Integrated Product Team (IPT) leads or functional managers shall include cost information in discussions of schedule status, technical performance, and risk using earned value as an integrating tool. The following shall be addressed: Cost/schedule trends, significant cost/schedule/technical variances, projected impacts, quantified risk assessments, and corrective action plans. (7). Contractor Earned Value Management. The Cost Performance Report Description (VA-DI-MGMT-81466A), and Integrated Master Schedule Description (VA-DI-MGMT-81650) shall be developed, maintained, updated/statused and reported on a monthly basis per deliverable requirements, respectively. The contractor shall establish, maintain, and use in the performance of this contract, an integrated management system compliant with the Industry Guidelines for Earned Value Management Systems (EVMS) ANSI/EIA-748 as determined by the Government. An EVMS that has been formally validated and accepted by the cognizant contracting officer is required for all (fixed price, cost, or incentive) contracts, subcontracts, and other agreements valued at or greater than $50 million in then-year dollars. The application of these concepts shall provide for early indicators of contract cost and schedule problems. For contracts valued at or greater than $20 million but less than $50 million then-year dollars, the following statement applies: The contractor is required to have an Earned Value Management System that complies with ANSI/EIA-748; however, the government will not formally validate/accept the contractor's management system (no formal review). The contractor will submit an EVMS description and proof of prior certification with its bid. (8). Integrated Baseline Review (IBR). The contractor shall review its performance measurement baseline plan with the Government within six months of contract award or initiation of an Undefinitized Contract Action, and subsequently, when required, following major changes to the baseline. The Government will verify during the IBR, and follow-on IBRs when required that the contractor has established and maintains a reliable performance measurement baseline. The contractor will ensure that the baseline includes the entire contract technical scope of work consistent with contract schedule requirements, and has adequate resources assigned. The contractor will assure the Government that effective earned value methodologies are used to accurately measure work accomplished and determine contract cost, schedule, and technical performance. The IBR will be used to achieve a mutual understanding of the baseline plan, cost and schedule risk, and the underlying management processes used for planning and controlling the project. (9). Subcontract Cost/Schedule Management and Reporting. Subcontracts exceeding $20M in then-year dollars will apply the requirements of the Integrated Master Schedule Description (VA-DI-MGMT-81650) and the Cost Performance Report Description (VA-DI-MGMT-81466). For contracts valued at or greater than $20 million but less than $50 million, the following statement applies: The contractor is required to have an Earned Value Management System that complies with ANSI/EIA-748; however, the Government will not formally validate/accept the contractor's management system (no formal review). EVMS flow down to contracts of less than $20M in then-year dollars or Firm Fixed Price contracts that exceed 12 months duration is a risk-based decision and will be as mutually agreed between the contractor and the Government. (10). Contract Work Breakdown Structure (CWBS). The contractor shall develop and maintain the CWBS and CWBS dictionary. (11). over Target Baseline (OTB)/Restructure. The contractor may conclude the baseline no longer represents a realistic plan in terms of budget/schedule execution. In the event the contractor determines an OTB/Restructuring action is necessary, the contractor must obtain Government approval prior to implementing an OTB/Restructuring action. The request should also include detailed implementation procedures as well as an implementation timeframe. The contractor will not implement the OTB/Restructuring prior to receiving written approval from the Contracting Officer. (12). Award Fee Criteria. For contracts that include an award fee, the contractor will demonstrate the use of Earned Value Management (EVM) as a tool for cost and schedule control and as a basis for communicating with the Government. The Government will determine the eligibility for of and amount of any award fee granted. In addition to demonstrating the use of EVM award fee criteria for the contractor will include the following: (a). Maintain timely detail planning as far in advance as practical; (b). Ensure the system provides accurate cost/schedule performance status, reliable and timely cost/schedule projections, and quantified risk assessments; (c). Provide clear and comprehensive explanations of performance problems and associated impacts, and establish and carry out effective recovery plans; (d). Control and minimize changes to the baseline particularly in the near term; (e). Ensure all subcontractor-authorized effort is detail planned into measurable objective work packages to the extent possible; (f). Provide program-level Estimate at Completion (EAC) assessments that include consideration of potential risks and cost containment plans; and (g). Demonstrate responsiveness regarding management system and cost/schedule performance questions and issues/concerns raised by the Government. Attachment A Schedule of Deliverables Deliverable No. OneItem A detailed PMP and briefing Quantity 1Delivery Date Within 15 calendar days after award Attachment B SECURITY BACKGROUND INVESTIGATION INFORMATION (Submit after award and prior to contract performance) Complete this form after contract award if contractor employee does not possess a NACI clearance. The completed form must be sent directly to the Contracting Officer within ten days of award. Vendor Name: ______________________ Cage Code No.______________ Address: _______________________________ City, State, and Zip Code: ______________________________ 1. Was the employee prescreened? _____ yes or _____ no 2. Is the employee a U.S. Citizen? _____ yes or _____ no 3. Can the employee read, write, speak and understand English language? _____ yes or _____no Information From Employee (Drivers) Requiring a Clearance _________________________ ______________________ Name Social Security No. ____________________________________________ Address ____________________________________________ City State Zip Code
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24112Q0272/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0272 VA241-12-Q-0272_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301118&FileName=VA241-12-Q-0272-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301118&FileName=VA241-12-Q-0272-001.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: Network Contracting Officer 1;1 VA Center;Augusta ME.
Zip Code: 04330
 
Record
SN02684002-W 20120229/120227235114-9438b0447899abe49cbe654406f5e3b9 (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  © 1994-2020, Loren Data Corp.