Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2019 FBO #6510
DOCUMENT

W -- Supply: A.D.A. Compliant Restroom Trailer Lease - Attachment

Notice Date
9/20/2019
 
Notice Type
Attachment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24819Q1579
 
Response Due
9/27/2019
 
Archive Date
10/27/2019
 
Point of Contact
Tony Rutledge
 
E-Mail Address
2-2000
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT This is a Sources Sought notice only and it is not a solicitation announcement. The purpose of this sources sought notice is to gain knowledge of qualified, potential contractors and their socio-economic size classification in accordance with NAICS Code: 562991 (Septic Tank and Related Services) responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this Sources Sought notice, a solicitation announcement may be posted. A response to this Sources Sought notice is not an adequate reply to a potentially forthcoming solicitation. The Department of Veterans Affairs, (NCO 08), 13000 Bruce B. Downs, Tampa, Florida 33612 is seeking authorized Services Disabled Veteran Owned Small Business (SDVOSB s), Veteran Owned Small Business (VOSB s), Small Business (SB) or Large Business (LB) that can provide an American Disabilities Act (ADA) Restroom Trailer Lease. GENERAL: James A. Haley Veterans Hospital (JAHVH), 13000 Bruce B. Downs Blvd, Tampa, Florida 33612, has a requirement for accessible Americans with Disabilities Act (ADA) compliant restroom trailers at the Freedom Parking Lot and the JAHVH Campus Parking Garage. PURPOSE: These portable restrooms will be located near the entrances to the Parking Garage and Freedom Parking Lot to provide service to both patients and employees that need to use facilities after long commutes or while waiting for the shuttles to VA buildings and remote clinics throughout the JAHVH campus. SCOPE: Each restroom trailer shall be a minimum of two (2) single stall unisex units. One (1) unit in each trailer shall be accessible with an ADA anti-slip wheelchair ramp system. PHYSICAL CHARACTERISTICS: These ADA compliant portable restroom trailers shall be fully capable of being utilized as normal, permanently installed toilets where sewer connection is not available. Restroom Trailers shall meet all of the accessibility and hygiene considerations of any of the other restrooms located on JAHVH campus. Each stall shall be required to have an easily accessible emergency pull cord switch that will activate an audible alarm and visual indicator beacon. FUNCTIONAL AND SALIENT CHARACTERISTICS: At a minimum, restroom trailers shall provide the following functionality/salient characteristics: Each Restroom Trailer shall have porcelain fixtures (commodes and sinks). A minimum of two (2) Waste Water Holding Tanks per Restroom Trailer. Each tank shall be outfitted with overflow switches that activate solenoids on the water supply lines to control the possibility of overuse and overflow as a result. Water shutoff device shall be located on the each holding tank to prevent overflow of the holding tanks into the restrooms between servicing or any discharge in the area around the holding tanks. One (1) ADA anti-slip wheelchair ramp system for each trailer to be provided. Wide steps, with deep landings and handrails for non-ADA restrooms ADA compliant entry door minimum 36 Wide Flat floor design which allows wheelchairs, walkers and canes to easily move in and out Handrails positioned throughout each restroom for ease of mobility Emergency pull cord switches that activate an audible alarm and visual indicator beacon. Climate control with air conditioning & heat Flushing porcelain toilets Cold running water porcelain sinks (Note: hot running water is not a requirement) Vanities with mirror Lighting Doors shall be lockable from the outside with keys provided to the government Soap and Sanitizer Dispensers Disposable hand towel holders or electric high speed hand driers Dual toilet tissue dispensers Large trash receptacle SITE PREPARATION: Electricity: The contractor shall provide and install all cabling, conduit and installation of temporary electrical services with final connection of cabling to government supplied 30-amp power panels. Installation with a minimum should be 100 linear feet and a maximum of 500 linear feet in the Parking Garage and a minimum of 50 linear feet and maximum of 250 linear at the Freedom Lot of conduit and cable to power the air conditioning, hand driers, and lighting in trailer. This temp electrical service shall be trenched and covered. Existing panels are located in the Parking Garage and Freedom Parking lot security booth. Water: The contractor shall provide and install all domestic water supply plumbing from with final connection of plumbing to government supplied water source. Parking Garage domestic water supply piping will be run from the parking garage water supply to the restroom trailers and connected to the overflow switches of all holding tanks and to the trailers. This temp domestic water supply will need to be trenched and covered Freedom Parking Lot domestic water supply piping will be run from the security booth (where existing hose bib is located) across the parking lot travel lane and connected to the trailer (trenching through asphalt required). This water supply to the trailer must be connected to the overflow switch of both holding tanks. This will require a cut, trench, and patch to the pavement in order to bring water and electric over to the trailer site. REMOVAL: At the end of the lease and upon the government s request for removal of the units, the contractor shall remove all wires inside conduit, cap conduit run for electrical below grade at both ends of the run with conduit to remain in place in the ground. The water service is to remain in place in a traffic rated junction box/green in color landscape box. The water shutoff is to be provided by the contractor at the supply source location within two feet of the connection point. SERVICE SCHEDULE: The Contractor shall be responsible for twice daily cleaning (Monday thru Friday), and the stocking and storage of all expendable items. Contractor shall ensure restrooms are serviceable, neat/clean, and fully stocked. Weekend and holiday cleaning shall be once daily but may increase as mission and weekend clinical services dicatate. Servicing of waste water holding tanks shall be a minimum of three times weekly on Monday, Wednesday, and Friday. Contractor s staff shall verify with each visit that holding tanks are not full and that restrooms remain in service at all times. INCIDENT RESPONSE & ADDITIONAL SERVICES: The contractor shall have conspicuous signage inside each restroom stall within the trailer with a toll-free phone number for customer comments, issues or concerns. When a call is received, the contractor shall immediately notify the Contracting Officer s Representative (COR) but no later than one-hour after receipt of phone call both by phone and by email. The contractor shall report the customer comment, issue, or concern and how the contractor shall respond to this incident. The COR or Alternate COR(s) will be the point of contact to notify the contractor of additional cleaning service requirements or incident response. This includes but is not limited to water is no longer on, waste water tanks full, electrical issues, catastrophic spills, supplies run out, or human waste accidents within a stall. COMMISSIONING/CODE COMPLIANCE/PERMITTING: The units will be verified to be 100% operational by company prior to any inspection by the VA. Prior to inspection of the units by VA FMS, the units must be secured to meet The State of Florida Building Code or area Building Code Requirements for temporary structures. There are no permitting requirements for these two units. Inspection of these units is to be done by VA FMS - Projects Section and per JAH VA Certificate of Occupancy prior to final approval of installation to the contractor. DELIVERY SCHEDULE: All items to be delivered and or installed within 120 days of purchase order processing and order placement. This is not a solicitation and in no way obligates the Government to award any contract. Additionally, a response to this Sources Sought notice is not a request to be added to a prospective bidders list or to receive a copy of any forthcoming solicitation. To respond to this Sources Sought you must include company name, contact person, phone number, email address and socio-economic size standard. Send information to Tony Rutledge, Contract Specialist, at tony.rutledge@va.gov. The closing date and time of this Sources Sought notice is September 27, 2019 at 2:00 PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24819Q1579/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24819Q1579 36C24819Q1579.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5164431&FileName=36C24819Q1579-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5164431&FileName=36C24819Q1579-000.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: James A. Haley Veteran Hospital;13000 Bruce B. Downs Blvd;Tampa, FL.
Zip Code: 33612
 
Record
SN05452947-W 20190922/190920230700-bc5f743e3aafc6a0507d47971075e12f (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.