Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
DOCUMENT

H -- The Phoenix VA Health Care System Grease Trap Services - Attachment

Notice Date
6/15/2017
 
Notice Type
Attachment
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0539
 
Response Due
6/28/2017
 
Archive Date
7/13/2017
 
Point of Contact
Sheri Eiri, Contract Specialist
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a request for quotation (RFQ) VA258-17-Q-0539. The solicitation document an incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998 - All Other Miscellaneous Waste Management Services with a small business size ($7.5M). This requirement is being competed as a total small business set-aside. The Phoenix VA Health Care System located at 650 E. Indian School Road in Phoenix, Arizona has a requirement to obtain services of grease trap, interceptor and sewage maintenance. The Contractor shall be responsible for periodic maintenance to pump, clean and dispose of waste from grease traps and lift stations. Site Location: The Phoenix VA Health Care System 650 E. Indian School Road Phoenix, Arizona 85012-1839 The government intends to award a firm fixed price award base with four (4) potential option years. Basis of Award: Lowest Price Technically Acceptable Past Performance, Technical Capability, and Price. Site Visit A site visit will be held Wednesday, June 21, 2017 at the Phoenix VA Health Care System at promptly at 8:00 am Mountain Standard Time. Please contact Sheri Eiri at (602) 795-4524 for site visit registration and instructions. The Phoenix VA Health Care System located at 650 E. Indian School Road in Phoenix, Arizona has a requirement to obtain services of grease trap, interceptor and sewage maintenance. The Contractor shall be responsible for periodic maintenance to pump, clean and dispose of waste from grease traps and lift stations. Statement of Work The contractor shall furnish all labor, equipment, materials, tools, supervision and all necessary items or services to pump out grease and residues from the grease trap/ interceptor. Services include pumping, removal of waste and grease build-up from trap walls and all associated equipment within the trap. The trap area shall be high pressure washed and cleaned and any remaining residue pumped out. After cleaning is complete water must be higher in the trap than the lower outlet pipe. The grease trap shall be pumped on the first week of each month between the hours of 4:00 AM and 6:00 AM. Contractor is to clean the walls of grease trap with contractor provided pressure washer. Contractor is NOT to enter the grease trap. Contractor shall clean the interceptor removing grease cap (floating grease) and sludge pocket (settled solids), and perform high pressure washing and cleaning. Contractor shall coordinate pumping schedule with Contracting Officer s Representative (COR) prior to beginning work. Contractor shall furnish all labor, equipment, materials, tools, supervision and all necessary items to perform High Pressure hydro jetting Service to clear sewer pipes and remove debris, sludge and accumulation of grease in the Dietetic and Canteen grease lines on a quarterly schedule. Service to be completed in the first week of November, February, May and August. Contractor shall coordinate jetting schedule with COR, prior to beginning work. Contractor to provide all labor, equipment (includes pump truck) and incidentals necessary to skim debris off the surface of the main sewage ejection lift station located on the south side of the ACC Building # 8 on semi-annual schedule. Approximately 1500 gallons of waste water will need to be removed to adequately clean the sump. Skimming services are to be performed between the hours of 4:00 AM and 6:00 AM. Service to be completed in the first week of November and May. Contractor shall coordinate pumping schedule with COR, prior to beginning work. Quarters per Year Quarter 1 - October November December Quarter 2 - January February March Quarter 3 - April May June Quarter 4 - July August September Disposal: The contractor shall transport and dispose of all excavated, or otherwise removed liquid and/ or semi-solid, or solid waste materials fully in accordance with all applicable Federal Environmental Protection Agency ( EPA), county, state and local liquid and solids waste pollution abatement Statutes, Executive Orders, Resolutions, Ordinances, Codes, criteria and requirements. Possible Liquid Waste Exception: If the contractor uses equipment that filters the grease and other waste from the wastewater pumped from the grease traps, the filtered water may be returned to the grease trap. The solid waste may then be disposed of as stated in Paragraph 3. The filtration process exception shall be allowed for equipment that is EPA approved only, and this exception shall not relieve the contractor of obligations to remove waste materials from the walls and floors of the grease traps. Reporting procedures: All contractor personnel must report to the Engineering Department, Plumbing and Mechanical office prior to performing any work and to sign-out after completion of services. The contractor shall furnish a detailed field report, or equivalent showing work completed before leaving the facility. If contractor in on station prior to VA work shift, contractor shall report to Plant Operations for temporary badges and leave field service report with plant operator when returning temporary badges. Limitations: Contractor shall not replace any parts or perform any service that will result in additional charges without prior approval from the COR at the specific site. Utilities: Water and electricity are available at the facility and may be utilized by the contractor at no cost in quantities necessary to perform the work herein. The contractor shall be responsible for all temporary connections necessary for operations and for removal prior to final acceptance of work. OSHA: The contractor shall comply with the standards in the Occupational Safety and Health Act (OSHA). The contractor is responsible for conduct of employees while on VA grounds including any accidents while performing the service. Contractor is responsible for ensuring employees are wearing VA Contractor badges in a visible location while performing contracted duties on VA property. Work Hours, Emergency Services and Federal Holidays: Normal Work Hours: 5:00 AM through 3:00 PM mountain standard time Monday through Friday. Emergency Services: Contractor shall be available 24 hours / 7 days a week; 365 days to respond to emergency maintenance as needed. Response time for emergency service for blocked or plugged grease lines shall be no more than two (2) hours after the emergency call is placed and communicated. The contractor must provide an emergency telephone number for purposes of accepting service calls 24 / 7 days a week. The contractor must acknowledge receipt of notification by calling who COR within two hours of the originating call. Contractor is responsible for clearing and removing blockage and restoring to full performance. Federal Holidays: The ten holidays observed by the Federal Government are: New Year s Day Martin Luther King s Birthday President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas Day or any other day specifically declared by the President of the United States to be a federal holiday. General requirements: Contractor s employees: Vehicle operations shall observe and abide by all signage, speed limits, and pedestrian right-of-ways, emergency vehicle right-of-ways and designated roadways to collection sites. Interruption of work: Contractor s personnel shall be required to interrupt the performance of the services of this contract at any time to prevent the interference of operations of the Medical Center, to include the right-of-way passage for fire systems, emergency vehicles and utility services. The C & A requirements do not apply, and that a Security Accreditation Package is not required. The Contractor shall not perform work that is outside the SOW unless directed in writing by the COR. Any work performed by the Contractor outside the SOW without authorization from the COR or Contracting Officer will be at the Contractor s own risk and at no cost to the PVAHCS. Contractor shall be responsible to ensure Contractor employees providing work on this contract are fully trained, qualified and completely competent to perform the required work. Schedule of Services /Base Year CLIN 0001 Monthly Pumping and Cleaning Quantity 12 @ _______ = ______ CLIN 0002 Hydro Jetting of Grease Lines Quantity 4 @ _______ = _______ CLIN 0003 Semi-Annual Removal and Skimming Quantity 2 @ _______ = _______ Option Year 1 CLIN 1001 Monthly Pumping and Cleaning Quantity 12 @ _______ = ______ CLIN 1002 Hydro Jetting of Grease Lines Quantity 4 @ _______ = _______ CLIN 1003 Semi-Annual Removal and Skimming Quantity 2 @ _______ = _______ Option Year 2 CLIN 2001 Monthly Pumping and Cleaning Quantity 12 @ _______ = ______ CLIN 2002 Hydro Jetting of Grease Lines Quantity 4 @ _______ = _______ CLIN 2003 Semi-Annual Removal and Skimming Quantity 2 @ _______ = _______ Option Year 3 CLIN 3001 Monthly Pumping and Cleaning Quantity 12 @ _______ = ______ CLIN 3002 Hydro Jetting of Grease Lines Quantity 4 @ _______ = _______ CLIN 3003 Semi-Annual Removal and Skimming Quantity 2 @ _______ = _______ Option Year 4 CLIN 4001 Monthly Pumping and Cleaning Quantity 12 @ _______ = ______ CLIN 4002 Hydro Jetting of Grease Lines Quantity 4 @ _______ = _______ CLIN 4003 Semi-Annual Removal and Skimming Quantity 2 @ _______ = _______ Wage Determination Wage Determination No: 2015-5469, Revision No.: 3, Date of Revision: 12/30/2016 applies. (see attached WD) In accordance with FAR 52.204-7, contractor must be registered in the system for award management (www.sam.gov) prior to award. Contractors to provide at least three (3) references for currently or recently completed contracts. The past performance evaluation considers each offeror has demonstrated recent (within the past three [3] years) and relevant record of performance in supplying services that meet the requirements described in the RFQ. Past performance must include name of federal agency or company, address, city and state, service dates, name of point of contact, telephone number and email address. All quotes are due Wednesday, July 5, 2017 at 5:00 pm EST. All offerors shall submit their quotations electronically by email to sheri.eiri@va.gov. Please reference the RFQ number VA258-17-Q-0539 Phx Grease Trap in the subject line of email communications. Offerors quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. The Department of Veteran Affairs has mandated electronic invoice submission to the Veterans Affairs Financial Services Center (VAFSC). VAFSC has partnered with Tungsten Corporation e-Invoicing Network for submissions of all electronic invoices to Veteran Affairs. Tungsten Network electronic invoicing is free to all VA vendors. In order to submit electronic invoices, all Veteran Affairs vendors must register with Tungsten Network by submitting an email to Tungsten Network VA.Registration@tungsten-network.com or calling (877)752-0900, option 2 for Enrollment. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ or at https://www.acquisition.gov/ or http://www.va.gov/oal/library/vaar/index.asp
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0539/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-Q-0539 VA258-17-Q-0539.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3588651&FileName=VA258-17-Q-0539-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3588651&FileName=VA258-17-Q-0539-000.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: The Phoenix VA Health Care System (644);650 E. Indian School Road;Phoenix, Arizona
Zip Code: 85012
 
Record
SN04545563-W 20170617/170615234819-63082b14ae51c0deeb417f7ecd9db1f3 (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.