Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
DOCUMENT

S -- PORT HUDSON NC Septic tank - Septic Tank Pumping @ Louisiana National Cemetery - Attachment

Notice Date
3/8/2018
 
Notice Type
Attachment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
NCA;155 Van Gordon St;Ste 500;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
36C78618Q0220
 
Response Due
4/5/2018
 
Archive Date
6/4/2018
 
Point of Contact
Geraldine Herrera
 
E-Mail Address
ine.herrera@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 9 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0220 Posted Date: 03/08/2018 Original Response Date: 04-05-2018 Current Response Date: 04-05-2018 Classification Code: S Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 562991 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs National Cemetery Administration 155 Van Gordon Street Lakewood, CO 80228 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-94. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a size standard of 562991 Septic Tank and Related Services $7.5M The National Cemetery Administration is seeking quotes from qualified and eligible Service Disabled Veteran Owned Small Business concerns capable of providing equipment, for Septic Tank Pumping of the Vault Septic holding tanks and any other supplies in accordance with the Statement Of Work attached. ITEMS TO BE DELIVERED TO THE FOLLOWING ADDRESS: Louisiana National Cemetery 303 W Mount Pleasant Road Zachary, LA 70791 Ronald Stout Award shall be made to the quoter whose quotation offers the lowest-priced technically acceptable solution (LPTA). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (January 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System For Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) All quoters shall submit 1 (one) copy of their technical and price quote. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than April 5, 2018, @2.00PM. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. The Contracting Officer s address is: 155 Van Gordon Street Suite 520 Lakewood, CO 80228Here please state Administrate Contracting Officer (ACO) All quotations shall be sent to the Purchasing Agent via e-mail to Geraldine Herrera, 303-914-5703, Geraldine.herrera@va.gov Louisiana National Cemetery SCOPE OF WORK SEPTIC PUMPING Vault Septic Tank 1. Background: The National Cemetery, has a requirement for Septic Pumping of vault septic holding tanks located within Louisiana National Cemetery. This Scope of Work (SOW) describes the requirements for septic pumping. Location: Louisiana National Cemetery 303 West Mount Pleasant Road Zachary, LA 70791 2. Scope of Work: Septic Pumping of Vault Septic Holding Tanks; Contractor to pump, remove and dispose of sewage waste (liquid, semi-liquid, solid waste matter) and remove any debris and all other refuse found in vault septic tanks per this SOW. Upon request vendor will provide written proof that all waste, sewage sludge was disposed of in a certified facility. 2.1 Septic Pumping Information: Vault septic holding tanks is approximately 800 gallons and is located at the rear of the restroom trailer. Contractor shall enter the facility at the service gate located West of the main cemetery entrance: 2.2 Service Schedule: Time-frames requiring service during each trip and approximate waste amounts for vault septic pumping are to be determined depending on use, however; the cemetery expects the requirement to be approximately 75 trips during the year for approximately 500 700 gallons of sewage per trip. When required the Cemetery will contact the contractor and notify them of pumping requirements. Response time will need to be within 72 hours of request or notification by the Contracting office. Emergency requests are to be handled within 24 hours. Service will be for a base year plus up to four option years. Vault Septic Systems may be located in congested, highly visited areas, and services must occur during times that minimize impact to visitors, therefore scheduling must be closely coordinated with the Cemetery point of contact to ensure minimum impact to visitors. Services shall be performed on weekdays between the hours of 8:00am and 4:00pm. 2.3 Contractor Tasks: The contractor will furnish all labor, equipment, materials and transportation necessary to pump, remove and dispose of sewage from vault toilets and septic tanks at the specified sites. Coordinate schedule for pumping with the Contracting Offices Representative (COR) or Cemetery maintenance point of contacts provided. All sewage will be properly disposed of at an approved waste facility. Extreme care must be taken to not pollute any rivers, ground water or lakes. Remove and lawfully dispose of all sewage waste from each septic tank (vault) as directed. Be able to provide proof of lawful disposal if required, such as delivery ticket from licensed septic waste facility. While pumping visually inspect the interior of each septic tank (vault) and siphon box for damage or structural failure and report any discrepancies to the COR or Cemetery contact. During each pumping evolution keep area neat, orderly, and in a safe condition at all times. After holding tanks are emptied, provide necessary disinfectant to eliminate odors in and around the surrounding areas. Take all precautions necessary to ensure that no solids are introduced into the septic drain fields or into the ground or water. Perform final visual inspection and cleanup prior to departing each vault area to ensure no waste material is spilled or left behind. Thoroughly clean and disinfect all contaminated areas resulting from the pumping process. Either sweep or wash all waste that is deposited on the concrete surrounding the vault septic cover, back into the vault if possible. Each unit shall be available for immediate use after the pumping and final cleanup. The Contractor shall not leave until final cleanup is accomplished. Disposal of waste shall be the responsibility of the contractor and must be in compliance with all applicable State and County ordinances and local regulations and requirements for septic pumping and disposal and Industrial Safety and Health Act and OSHA requirements for confined space entry as required. Maintain records of specific amount of waste material pumped from the location (vault) for billing and record keeping purposes. Documentation of service will be annotated in a standard septic system pumping form or log provided by contractor and a copy will need to be provided to the (COR) or Cemetery Director upon request. Contractor is required to obtain a signature from the COR or Cemetery contact for each service provided and provide a copy to the COR or Cemetery contact. Contractor shall also provide a detailed invoice at the end of each month for billing and payment purposes. 3. Points of Contact: 3.1 Contacts at LNC: Louisiana National Cemetery 303 West Mount Pleasant Road Zachary, LA 70791 Phone: (225) 654-1988 Maurice Roan, Cemetery Director Levarn McCall, Work Leader 3.2 Contracting Serving Office Point of Contact: Geraldine Herrera, Purchasing Agent, Continental District Address: 155 Van Gordon St, Lakewood, CO 80228 Phone: (303-914-5703) Fax: (XXX) XXX-XXXX Email: geraldine.herrera@va.gov A.1 PRICE SCHEDULE OF SERVICES: BLOCK 19 AND BLOCK 20 Base Year: March 1, 2018 or Date of award through September 30, 2018 CLIN No. Description: Material/Product: Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 Servicing and Pumping Vault Septic Tank, XXXX gallons 52 WK $_________ $___________ 0002 Emergency Service Call Outs 2 MO $_________ $_________ Total Estimated Cost: $___________ NOTE: The emergency service call outs is due to a leaking septic holding tank and excessive rainfall. The average is approximately (2) emergency calls per month. Option Year 1: October 1, 2018 or Date of award through September 30, 2019 CLIN No. Description: Material/Product: Est. Qty Frequency/Unit Unit Cost Est. Total Cost 1001 Servicing and Pumping Vault Septic Tank, XXXX gallons 52 WK $_________ $___________ 1002 Emergency Service Call Outs 2 MO $_________ $_________ Total Estimated Cost: $___________ Option Year 2: October 1, 2019 or Date of award through September 30, 2020 CLIN No. Description: Material/Product: Est. Qty Frequency/Unit Unit Cost Est. Total Cost 2001 Servicing and Pumping Vault Septic Tank, XXXX gallons 52 WK $_________ $___________ 2002 Emergency Service Call Outs 2 MO $_________ $_________ Total Estimated Cost: $___________ Option Year 3: October 1, 2020 or Date of award through September 30, 2021 CLIN No. Description: Material/Product: Est. Qty Frequency/Unit Unit Cost Est. Total Cost 3001 Servicing and Pumping Vault Septic Tank, XXXX gallons 52 WK $_________ $___________ 3002 Emergency Service Call Outs 2 MO $_________ $_________ Total Estimated Cost: $___________ Option Year 4: October 1, 2021 or Date of award through September 30, 2022 CLIN No. Description: Material/Product: Est. Qty Frequency/Unit Unit Cost Est. Total Cost 4001 Servicing and Pumping Vault Septic Tank, XXXX gallons 52 WK $_________ $___________ 4002 Emergency Service Call Outs 2 MO $_________ $_________ Total Estimated Cost: $___________ A.2 PRICE SUMMARY TOTALS Total Cost Base Year date of award thru 9/30/18: $_______________________ Option Year 1 10/1/18 9/30/19: $ ______________________ Option Year 2 10/1/19 9/30/20: $ ______________________ Option Year 3 - 10/1/20 9/30/21: $ ______________________ Option Year 4 - 10/1/21 9/30/22: $ ______________________ Grand Total (Base + all Option Years): $ ______________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0220/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0220 36C78618Q0220.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4137900&FileName=36C78618Q0220-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4137900&FileName=36C78618Q0220-000.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: NCA;Louisiana National Cemetery;303 West Pleasant Road;Zachary, LA 70791
Zip Code: 70791
 
Record
SN04847396-W 20180310/180308231137-129ea1814b3a61aa45947d9732fda536 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.