DOCUMENT
S -- Clean Catch Basins - Attachment
- Notice Date
- 7/27/2011
- Notice Type
- Attachment
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- Department of Veterans Affairs;Contracting Officer (10F-ACQ);VA Puget Sound Healthcare System;9600 Veterans Drive SW, Bldg 17;Tacoma WA 98493
- ZIP Code
- 98493
- Solicitation Number
- VA26011RQ1349
- Response Due
- 6/10/2011
- Archive Date
- 6/12/2011
- Point of Contact
- Alisha Joyce
- E-Mail Address
-
3-2518<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Boise VA Medical Center (BVAMC) anticipates entering into a procurement for the annual cleaning of catch basins and floor drains. The Government will award a firm fixed price contract resulting from this solicitation. The reference/solicitation number is VA-260-11-RQ-1349 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. 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 Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). North American Industry Classification System (NAICS) code is 562119 (size standards is $12.5M) applies to this solicitation. This Procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and these services will be performed under the Service Contract Act Wage Determination 2005-2159, Rev. 12 (6/13/2011). STATEMENT OF WORK: 1.0 Background The Boise VA Medical Center (BVAMC) Facilities Management Service (FMS) staff does not have the manpower or equipment necessary to complete yearly cleaning of catch basin and floor drains. This work is necessary to maintain a sanitary and safe environment and to ensure proper drainage of buildings and grounds. 2.0 Scope The Contractor shall provide all labor, equipment, tools, materials, transportation and supervision necessary to provide the annual cleaning of catch basins and manholes, catch basins with pumps, and floor drains. All work under this contract is to be performed at the Boise VA Medical Center, 500 W Fort St, Boise ID 83702-4599. The approximate locations are indicated on the site drawing in Section D. 3.0 General Tasks The Contractor shall complete cleaning out and removing all debris, including, but not limited to, sand, dirt, mud, decaying organic material, leaves, trash, seed pods, sticks, etc, from the following sites listed below: (a) Seventy-two Catch Basins and Manholes (b) Three Catch Basins with Pumps (c) Twelve Floor Drains (d) Street gutters within 20' from each direction of the above sites 4.0 Specific Tasks 4.1 The Contractor shall provide all labor, equipment, tools, materials, transportation and necessary supervision to complete all jobs. 4.2 Once debris is removed, each catch basin shall be rinsed thoroughly with clean water only. 4.3 Clean water in the drains may be pumped on to the VA grounds. No water with oil and/or debris shall be pumped on to the grounds. 4.4 Contractor shall remove all debris generated by the cleaning operation, dispose of all debris and organic materials collected during the cleaning process and transport it off VAMC grounds for proper disposal. 4.5 Contractor shall remove all debris, generated by the cleaning operation, repair any damage to lawns or facility caused by the contractor's actions and dispose of all debris and organic materials collected during the cleaning process and transport it off VAMC grounds. Disposal of any waste products shall comply with city, county, state and federal codes. 4.6 Contractor shall adhere to all OSHA standards; in particular for accessing and working in confined spaces. Contractor must have appropriate equipment for removal of all standing water and soil with adequate lift capability to ensure through cleaning. 4.7 Unless specifically authorized by the designated Point of Contact (POC), the Contractor shall not use VA controlled dumpsters or trash receptacles for debris disposal. 5.0 Government Responsibilities 5.1 The POC will notify the contractor of the sites that will be unavailable for servicing within the specified period of performance. 6.0 Performance Monitoring 6.1 Contractor shall notify the POC at the completion of each catch basin, manhole or floor drain. 6.2 The POC will inspect and record each catch basin, manhole or floor drain, as the work is accomplished. Any deficiencies in the work will be noted and a copy furnished to the contractor. 6.3 The Contractor shall promptly and appropriately respond to deficiencies noted in the POC inspection report by correcting the issue or proposing an action plan for improvement. 7.0 Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) 7.1 Unless specifically authorized by the POC, the Contractor shall not use VA controlled dumpsters or trash receptacles for debris disposal. 7.2 The POC is responsible for ensuring that work done under this contract is performed to time and standard. 7.3 The Contractor and POC will work together to resolve deficiencies. Work not completed or not acceptable under general industry standards cannot be certified for payment. 8.0 Security Requirements When arriving on station, the Contractor is required to sign in at the FMS office, Building 50. During non-business hours, the Contractor is required to sign in with the AOD in Room 112, Building 85. All contractor employees will be issued a temporary badge. Badges must be returned at the end of each work day. 9.0 Risk Control 9.1 The Contractor shall comply with all applicable Federal, State, and local laws and regulations, to include responsibility to conform by current Occupational, Safety, Health Administration (OSHA) & Environmental Protection Agency (EPA) regulations, while working on this facility. 9.2 Contractor shall comply with all applicable OSHA requirements for working in Permit Required Confined Spaces and/or Confined Spaces. 9.3 Contractor shall provide and use appropriate safety equipment to include: confined space air monitors, Personal Protective Equipment and other required or necessary equipment to access below grade confined spaces normally associated with catch basins. 9.4 Prior to breaking the plane of any manhole or catch basin, the contractor must test the air to assure the manhole contains breathable air. 9.5 Without additional expense to the Government, Contractors shall obtain all licenses, and permits required to perform work under this contract. 9.6 Contractor is responsible for all reports required or requested by Federal, State and Local ordinances that pertain to any duties contained in the contract. 9.7 All equipment operators shall yield to all pedestrians and traffic. All carts, ATV's and low speed vehicles must have Slow Vehicle Signs/symbols prominently displayed on them. 9.8 Due to the limited road access to the VA grounds, the Contractor shall place warning signs in all working areas that would affect the flow of traffic. Traffic restrictions due to Contractor's services shall be coordinated with the POC or BVAMC Police Service in the POC's absence. 9.9 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 any personal or public property that occurs during the performance of this contract that is caused by the Contractor's fault or negligence. 9.10 All damage done by the Contractor shall become the Contractor's responsibility. 10. Period of Performance 10.1 Work shall commence each year during the specified period of performance identified in B.2 Price/Cost Schedule. Contractor must contact the POC seven days in advance of scheduled work. 10.2 Normal working hours are defined as Monday through Friday 7:00AM through 4:30 PM. If the scheduled workday is a Federal holiday, the Contractor shall reschedule that day with the POC. 10.3 Contractor is expected to perform all tasks during regular duty hours. If the Contractor wishes, for the Contractor's convenience, to work Saturday, Sunday, holidays, or outside the VA's regular working hours, the Contractor shall submit a written request to the Contracting Officer for approval. If the Government approves the Contractor's request to work outside regular hours, the Contractor shall reimburse the Government for Governments inspection at the prevailing overtime rate. 11.0 Site Visit Offerors are encouraged and expected to visit and inspect the site where services are to be performed, prior to submitting their proposal. FAR Provision 52.237-1 "Site Visit" is part of this solicitation. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits may be scheduled by contacting the contract specialist in writing during the solicitation period. PRICE SCHEDULE: BASE YEAR: 8/15/2011 through 8/30/2011 0001 1.00 JB ___________________ ____________________ Catch basin cleaning service in accordance with the statement of work and Delivery Deduction Schedule. FIRST OPTION YEAR: 8/15/2012 through 8/30/2013 1001 1.00 JB ___________________ ____________________ Catch basin cleaning service in accordance with the statement of work and Delivery Deduction Schedule. SECOND OPTION YEAR: 8/15/2013 through 8/30/2014 2001 1.00 JB ___________________ ____________________ Catch basin cleaning service in accordance with the statement of work and Delivery Deduction Schedule. THIRD OPTION YEAR: 8/15/2014 through 8/30/2015 3001 1.00 JB ___________________ ____________________ Catch basin cleaning service in accordance with the statement of work and Delivery Deduction Schedule. FOURTH OPTION YEAR: 8/15/2015 through 8/30/2016 4001 1.00 JB ___________________ ____________________ Catch basin cleaning service in accordance with the statement of work and Delivery Deduction Schedule. ____________________ GRAND TOTAL --- ==================== All offerors must include a copy of 52.212-3 (Representations and Certifications), three (3) references for similar work preformed, and a quote for all items listed in the Price Schedule. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. This procurement will be a cascading set-aside. If only one responsive offer is received from any of the designated set-aside categories, the offer will be held for evaluation within the next eligible category it would fall into. The preferences for Set-Asides are noted in descending order: Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, and HUBZone Small Businesses, Small Businesses. If none of the set-asides can be utilized it will be moved to Full and Open Competition. The Buy American Act applies to SDVOSB, VOSB, HUBZone SB and SB. All offerors, regardless of business size, are encouraged to submit proposals for each contract line item. However, recognizing VA's commitment to the service-disabled veteran-owned small business, veteran-owned small businesses, HUBZone small business, and small business community, this solicitation will be cascaded to ensure that these small businesses are given every opportunity to participate under this procurement. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors- Commercial Items (June 2008), 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009), 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (July 2010); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards (Jul 2010), 52.216-18 Ordering (Oct 1995), 51.216-19 Order Limitations (Oct 1995), 52.216-21 (Requirements)(Oct 1995), 52.217-3 Evaluation Exclusive of Options, 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-4 Notice of Total Small business Set-Aside (June 2003)(15 U.S.C. 644)(ii), 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2)and (3), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-41 Service contract Act of 1965, 52.223-9 estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008), 52.225-1 Buy American Act-Supplies (Feb 2009), 52.225-3 Buy American Act-Free Trade Agreements (June 2009), 52.222-50 Combating Trafficking in Persons (Feb 2009) (Applies to all contracts). 52.225-3 Buy American Act--Free Trade Agreements-- Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.232-36 Payment by Third Party (Feb 2010)(31 USC 3332), 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 USC 552a), 52.226-6 Promoting Excess Food Donation to Nonprofit Organization (Mar 2009), 52.249-4 Termination for Convenience and the following VAAR clauses: 852.203-70 Commercial Advertising, 852.215-70 SDVOSB AND VOSB Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.270-1 Representatives of Contracting Officers, Warranty 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. RESPONSES ARE DUE Wednesday August 3, 2011, by 4:00 p.m. Pacific Daylight time. Use electronic mail to submit quotations with a scanned electronic signature to Alisha.joyce@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to Alisha.joyce @va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26011RQ1349/listing.html)
- Document(s)
- Attachment
- File Name: VA-260-11-RQ-1349 VA-260-11-RQ-1349 CATCH BASIN CLEANING.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223780&FileName=VA-260-11-RQ-1349-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223780&FileName=VA-260-11-RQ-1349-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-260-11-RQ-1349 VA-260-11-RQ-1349 CATCH BASIN CLEANING.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223780&FileName=VA-260-11-RQ-1349-000.doc)
- Place of Performance
- Address: Boise VA Medical Center;500 West Fort Street;Boise, ID
- Zip Code: 83702
- Zip Code: 83702
- Record
- SN02511830-W 20110729/110727234659-ba8b5f5e34a2f3dc99902baf3b15605f (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 |