DOCUMENT
H -- Phx Grease Trap Services - Attachment
- Notice Date
- 8/21/2017
- 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
- VA25817Q0788
- Response Due
- 8/25/2017
- Archive Date
- 9/9/2017
- Point of Contact
- Sheri Eiri, Contracting Specialist
- E-Mail Address
-
SHERI.EIRI@VA.GOV
(sheri.eiri@va.gov)
- Small Business Set-Aside
- N/A
- 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-0788. 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). 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: Past Performance and Price. 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, material, equipment and incidentals necessary 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. In addition, Contractor shall schedule this service in conjunction the Kitchen Hydro jetting service. Grease lines shall be jetted first as part of this contract. Contractor is to clean the walls of grease trap with contractor provided pressure washer. Contractor is NOT to enter the grease trap. To properly clean the interceptor, the contents must be removed including the grease cap (floating grease) and sludge pocket (settled solids), and high pressure washed and cleaned. Contractor will schedule pumping through Contractor s Officer Representative (COR) prior to beginning work. Contractor shall furnish all labor, equipment and incidentals necessary to perform High Pressure jetting Service of between 400 500 of grease waste line for the Dietetic and Canteen grease lines on a quarterly schedule. Lines to be jetted are: Canteen grill area line, accessed from the loading dock cleanout. Dietetic grease lines accessed from the floor cleanout near the disposer tray line, the main grease line from the outside 2-way cleanout, into the building and to the interceptor, and the main waste line from the west manhole into the building termination. Service to be completed in the first week of November, February, May and August. This service shall be scheduled in conjunction with and prior to the grease interceptor pumping and cleaning. Contractor, at any time shall respond within two (2) hours of being notified of plugged grease lines and be responsible for clearing the grease line/s as part of this contract. Contractor will schedule jetting through 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 sump station located on the south side of the ACC Building # 8 on a quarterly schedule. Approximately 1500 gallons of waste water will need to be removed to adequately clean the sump. Skimming to be done between the hours of 4:00 AM and 6:00 AM. Service to be completed in the first week of November and May. Contractor will schedule pumping through COR prior to beginning work. Disposal: The contractor shall transport and dispose of all materials removed, liquid and/ or semi-solid, or solid waste materials fully in accordance with all applicable Federal Environmental Protection Agency (EPA), 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 any work being performed 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 his employees while on VA grounds including any accidents while performing the service. Contractor is responsible for insuring his employees are wearing VA Contractor badges in a visible location while performing contracted duties on VA property. Work Hours: The following terms have the following meanings and are applicable to this contract: Normal Work Hours: 5:00 AM through 3:00 PM Monday through Friday. National 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, and Christmas or any other day specifically declared by the President of the United States to be a National holiday. Contractor Failure to Perform: If the contractor fails to perform the required services within the specified limitations, the Government may: Accept the service at a later date. Refuse to accept the service at a later date, in which case the government will bear no cost and make no payment for missed service. Procure the missed service under terms and conditions deemed appropriate by the Contracting officer from an alternative, responsible firm. In such case, the Contractor shall be liable to the Government for any excess cost incurred and to continue performance as required thereafter. Terminate the contract. General requirements: Contractor s employees: Vehicle operations shall observe and abide by all signage, speed limits, 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. 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. The C & A requirements do not apply, and that a Security Accreditation Package is not required. 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. Point of contact Sheri Eiri, Contract Specialist at (602) 795-4524 or sheri.eiri@va.gov. All quotes are due Friday, August 25, 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-0788 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/VA25817Q0788/listing.html)
- Document(s)
- Attachment
- File Name: VA258-17-Q-0788 VA258-17-Q-0788.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3746696&FileName=VA258-17-Q-0788-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3746696&FileName=VA258-17-Q-0788-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-17-Q-0788 VA258-17-Q-0788.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3746696&FileName=VA258-17-Q-0788-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Phoenix VA Health Care System;650 E. Indian School Road;Phoenix, AZ
- Zip Code: 85012
- Zip Code: 85012
- Record
- SN04638356-W 20170823/170821231721-1d6bc44b8ac2ec59763a8524cbfdae84 (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 |