DOCUMENT
J -- Grease Trap Cleaning Services - Attachment
- Notice Date
- 12/3/2015
- Notice Type
- Attachment
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24816Q0273
- Response Due
- 12/11/2015
- Archive Date
- 1/10/2016
- Point of Contact
- Annette Whitfield
- E-Mail Address
-
e.Whitfield@va.gov<br
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation number VA248-16-Q-0273 is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-83-3, effective 11-01-2015. This solicitation starts 12/3/2015 and will end 12/11/2015 at 4:00 pm EST and is being issued as 100% Small Business (SB) se-aside. Network Contracting Activity 8 - Service Area Office -East intends to award a Firm Fixed Price contract with Firm Fixed Price contract line items (CLIN) for a service contract for Grease Trap Cleaning located at C.W. Bill Young VAMC, 10000 Bay Pines Blvd., Bay Pines, FL. 33744. This procurement is being conducted under the FAR part 13 and simplified acquisition procedures apply. The intent is to award a Firm-Fixed Price service contract with an anticipated Period Of performance of December 16, 2015 to December 15, 2016 with two (2) one year options. The North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of $7.5 million. This procurement is restricted to any Small Business determined to be technically acceptable; and all eligible offerors may submit quotes. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov, if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their quotes via email to Annette.Whitfield@va.gov. Quotes shall be received 12/11/2015 at 4:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Annette Whitfield, Contracting Officer at Annette.Whitfield@va.gov. The deadline for Request for Information (RFI) is 12/8/2015. The following Contract Line Items (CLINS) are applicable to this requirement and contractors shall quote prices for all of the following Contract Line Item Number(s). Primary FOB is C.W. Bill Young VAMC, Bay Pines, FL. SCHEDULE OF SERVICES The Contractor shall furnish all labor, supplies, equipment and material capable of handling the pumping, cleaning, removal and transportation for disposal at the Bay Pines Veterans Affairs Healthcare System. The contractor is required to pump out and remove all water, grease, garbage and other matter that has accumulated from five (5) grease traps and four (4) lift stations in accordance with the schedule. Base Year: December 16, 2015 to December 15, 2016 CLINDESCRIPTIONFREQUENCYQUANTITYUNITTOTAL 0001Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 102. Service to be provided monthly.MONTHLY12JB 0002Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 37. Service to be provided monthly.MONTHLY12JB 0003**Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 3500 gallon secondary grease trap at Building 100. Service to be provided monthly.MONTHLY12JB 0004**Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 3500 gallon primary grease trap at Building 100. Service to be provided monthly.MONTHLY12JB 0005Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 101. Service to be provided quarterly.QUARTERLY4JB 0006Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 1. Service to be provided quarterly.QUARTERLY4JB 0007Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 46. Service to be provided quarterly.QUARTERLY4JB 0008Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at the Fisher House. Service to be provided two times per year SEMI-ANNUAL2JB 0009Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 107. Service to be provided two times per year.SEMI-ANNUAL2JB Base Year Total: $_____________________ Option Year 1: December 16, 2016 to December 15, 2017 CLINDESCRIPTIONFREQUENCYQUANTITYUNITTOTAL 1001Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 102. Service to be provided monthly.MONTHLY12JB 1002Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 37. Service to be provided monthly.MONTHLY12JB 1003**Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 3500 gallon secondary grease trap at Building 100. Service to be provided monthly.MONTHLY12JB 1004**Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 3500 gallon primary grease trap at Building 100. Service to be provided monthly.MONTHLY12JB 1005Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 101. Service to be provided quarterly.QUARTERLY4JB 1006Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 1. Service to be provided quarterly.QUARTERLY4JB 1007Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 46. Service to be provided quarterly.QUARTERLY4JB 1008Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at the Fisher House. Service to be provided two times per year.SEMI-ANNUAL2JB 1009Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 107. Service to be provided two times per year.SEMI-ANNUAL2JB Option Year 1 Total: $_____________________ Option Year 2: December 16, 2017 to December 15, 2018 CLINDESCRIPTIONFREQUENCYQUANTITYUNITTOTAL 2001Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 102. Service to be provided monthly.MONTHLY12JB 2002Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 37. Service to be provided monthly.MONTHLY12JB 2003**Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 3500 gallon secondary grease trap at Building 100. Service to be provided monthly.MONTHLY12JB 2004**Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 3500 gallon primary grease trap at Building 100. Service to be provided monthly.MONTHLY12JB 2005Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 101. Service to be provided quarterly.QUARTERLY4JB 2006Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 1. Service to be provided quarterly.QUARTERLY4JB 2007Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 2000 grease trap at Building 46. Service to be provided quarterly.QUARTERLY4JB 2008Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at the Fisher House. Service to be provided two times per year SEMI-ANNUAL2JB 2009Provide all Labor, Materials and equipment necessary to remove grease and garbage from one (1) 400 gallon lift station at Building 107. Service to be provided two times per year.SEMI-ANNUAL2JB Option Year 2 Total: $_____________________ Aggregate Total: $ __________________________ ***NOTE: ALL PUMPING FOR BLDG 100 GREASE TRAPS MUST TAKE PLACE DURING THE HOURS OF 4:00AM - 7:00AM The following clauses Federal Acquisition Regulation (FAR) AND Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Clauses/Provisions: 52.202-1 Definitions (Nov 2013) 52.203-3Gratuities (Apr 1984) 52.203-5 Covenant Against Contingent Fees (May 2014) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights (Apr 2014) 52.204-7 System for Award Management (Jul 2013) 52.204-8 Annual Representations and Certifications (Dec 2014) 52.212-1 Instructions to Offerors- Commercial Items (Oct 2015) QUOTATION SUBMISSION Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The Offerors quote shall consist of three (3) volumes: Volume I -Technical; Volume II - Past Performance; and Volume III - Price. Offerors responses shall be submitted in accordance with the following instructions: a)Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. Technical acceptability is rated as pass or fail based on the following factors: RatingDescription PassProposal clearly meets the minimum requirements of the solicitation. Fail Proposal does not clearly meet the minimum requirements of the solicitation. (a)Technical In order to be rated Technically Acceptable, the offeror shall demonstrate their ability to meet the minimum qualifications below in order to be evaluated. 1.Detailed planned to perform grease trap cleaning service for the BPVAHCS outlined in the SOW, to a full understanding of the scope and objectives. 2.Shall list equipment and supplies as required in the Scope of Work. 3.Submit a copy of liability insurance 4.If you plan to sub-contract out part of the work, include what you will do and what your sub-contractor will do and the anticipated percentages of each. You be must be able to comply with limitations on subcontracting clause in FAR52.219-14. (b) Past Performance Offerors shall provide a minimum of three (3) past performance references. Include the reference's name, phone/email and a description of the services provided. Emphasis will be on recent and relevant past performance. Recent is defines as work performed within the last three (3) years. Relevant is defined as work similar in size and scope of work described in SOW. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. (c) Price The offeror shall complete the Price/Schedule and submit a breakdown that shows the basis for pricing including labor, equipment, operating supplies and any additional costs. Offers must contain the following information which is required by the clause at Federal Acquisition Regulation FAR 52.212(b), which states that the respondents: a. Respondents shall utilize CLIN Tables (contained within this document) for quoting, and each CLIN page must clearly show the following information: "Unit Pricing, CLIN Total Pricing, and Grand Total Cost by CLIN for each CLIN Table; "Solicitation number; "Date of Quote; "Your company's active DUNS number; "Your Company's name, address, and telephone number; "A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of this solicitation (refer to SOW); "Discount terms if any; All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management (SAM) is mandatory. The lack of registration in SAM will make an offeror ineligible for contract award. 52.212-3 Certifications and & Representations (Nov 2015) 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 (Nov 2015) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52-219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-37 Employment Reports on Veterans (Oct 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation. 52.217-8Option to Extend Services (Nov 1999) 52.217-9Option to Extend Term of Contact (Mar 2000) 52.219-6FAR 52.219-6Notice of Total Small Business Set-Aside (Nov 2011) 52.232-39Unforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) 52.233-2 Service of Protest (Sep 2006) 52.233-4Protest After Award (Aug 1996) 52.237-3Continuity of Services (Jan 1991) 52.249-1Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-2Termination for Convenience of the Government (Fixed-Price) (Apr 2012) 52.252-2 Clauses Incorporated by Reference (Feb 1998) VAAR Clauses/Provisions: 852.203-70 Commercial Advertising (Jan 2008) 852.203-71Display of Department of Veterans Affairs Hotline Poster (Dec 1992) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Dec 2009) 852.215-71 Evaluation Factor Commitments (Dec 2009) 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements (Dec 2009) 852.228-71 Indemnification and Insurance (Jan 2008) 852.232-72 Electronic Submission of Payment Requests (Nov 2012) 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) 852.233-71 Alternative Protest Procedure (Jan 1998) 852.237-70 Contractor Responsibilities (Apr 1984) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) 852.270-1 Representatives of Contracting Officers (Jan 2008) 852.273-74 Award Without Exchanges (Jan 2003) See attached document: P09 - SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24816Q0273/listing.html)
- Document(s)
- Attachment
- File Name: VA248-16-Q-0273 VA248-16-Q-0273.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2446152&FileName=VA248-16-Q-0273-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2446152&FileName=VA248-16-Q-0273-000.docx
- File Name: VA248-16-Q-0273 P09 - SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2446153&FileName=VA248-16-Q-0273-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2446153&FileName=VA248-16-Q-0273-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-Q-0273 VA248-16-Q-0273.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2446152&FileName=VA248-16-Q-0273-000.docx)
- Place of Performance
- Address: C.W. Bill Young VAMC;10000 Bay Pins Blvd;Bay Pines, FL
- Zip Code: 33744
- Zip Code: 33744
- Record
- SN03959825-W 20151205/151203234315-a581acdec240894bc45a0c69e1ae4657 (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 |