Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2019 FBO #6513
DOCUMENT

J -- Grease Trap Cleaning Full and Open - Attachment

Notice Date
9/23/2019
 
Notice Type
Attachment
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q1485
 
Response Due
9/26/2019
 
Archive Date
10/11/2019
 
Point of Contact
Jamie L Johnston, Contractor, TAG
 
E-Mail Address
canum
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q1485 Posted Date: September 23, 2019 Original Response Date: September 26, 2018 Current Response Date: Product or Service Code: J073 Maintenance of Food Preparation and Serving Equipment Set Aside (SDVOSB/VOSB): NAICS Code: 562998 Grease Trap Cleaning Contracting Office Address Network Contracting Office (NCO) 10 Department of Veterans Affairs Dayton VA Medical Center 3140 Governor s Place Blvd, Suite 200 Kettering OH 45409 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 amended announcement constitutes the only solicitation; quotes 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998, with a small business size standard of $8M. The Department of Veterans Affairs, Dayton VA Medical Center, Network Contracting Office (NCO) 10, 3140 Governor s Place Boulevard, Suite 210, Kettering, OH 45409 is seeking to purchase grease trap cleaning at the Dayton VA Medical Center to provide a sanitary environment. This procurement is a full and open competition with no set-asides established. All interested Vendors shall provide quotations for the following: Service PERFORMANCE WORK STATEMENT 1) Contract Title: Grease Trap Cleaning Background: There are several grease traps on the facility, building 411 has two 1200-gallon tanks, building 320 has one 600-gallon tank, and Building 330 has one 35-gallon tank inside the canteen kitchen. These tanks need to be suctioned & emptied every month to prevent sludge, fats and grease from backing up. Scope: The intent of this contract is to solicit for one year, a service contract for cleaning grease traps. Contractor will provide all parts, material, labor, and supervision needed to clean grease traps on a monthly basis. All Services will be conducted at the Dayton VA Medical Center, 4100 W Third Street, Dayton, OH, 45428 Specific Tasks: Clean, suction and removal of sludge, fats, and grease from building 411 two 1200-gallon tanks, building 320 one 600-gallon tank, and building 330 one 35-gallon tank. This will be done on a monthly basis Performance Monitoring: All work shall have Government approval. Security Requirements: Contractor shall provide proper credentials allowing them to work in the United States. Contractor employees shall receive an VAMC issued Identification badge and wear it always while at the Dayton VAMC facility. Contractor shall make certain they notify COR (Julian Lindsey) before starting. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) N/A Other Pertinent Information or Special Considerations: Work Hours: Normal Work Hours: The service schedule will be developed between the contractor and COR prior to any service being performed. Generally, work will be performed during normal work hours Monday Friday 0800 1630. 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, Veteran s Day, Thanksgiving Day, Christmas Day and any other day declared by the President of the United States to be a national holiday. Risk Control: Contractor will comply with EPA guidelines for the collection and removal of grease. Place of Performance: All work will be conducted at the Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH, 45428 various buildings as specified below. Period of Performance: 10.1.19 09.30.20 (Monthly Basis) Delivery Schedule: GREASE TRAP CLEANING LISTING Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH 45428. 4 total grease trap tanks need cleaning. Following are the locations and sizes: Building 320 600 Gallon Tank 1 Building 330 35 Gallon Tank 1 Building 411 1200 Gallon Tank 2 FAR 52.212-2, Evaluation Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering technical capability, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability of the item offered to meet the Government requirement, (2) past performance (3 past performance references and CPARS/PPIRS will be utilized), and (3) price. Technical and past performance, when combined, are more important than price. Technical Ability to meet or exceed performance objective/threshold Ability to meet delivery schedule Past Performance Provide three relevant past performance references similar in size ad scope Price Can be determined fair and reasonable Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) 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 (OCT 2018) There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-16, Preventing Personal Conflicts of Interest (DEC 2011) FAR 52.203-17, Contractor Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016) FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (MAY 2014) FAR 52.213-2, Invoices (APR 1984) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-14, Limitations on Subcontracting (JAN 2017) FAR 52.219-6, Notice of Total Small Business Aside (NOV 2011) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37, Employment Reports on Veterans (FEB 2016) FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached) (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-2, Service of Protest (SEP 2006) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.237-3, Continuity of Services (JAN 1991) FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017) Other VA Acquisition Regulation Clauses VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70, Contractor Responsibility (APR 1984) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247.72, Marking Deliverables (OCT 2018) Other VA Acquisition Regulation Provisions VAAR 852.233-70, Protest Content/Alternate Dispute Resolution (JAN 2008) VAAR 852.233-71, Alternate Protest Procedure (JAN 1998) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. All vendors shall submit the following: One electronic copy of quote to include: Technical Capabilities on completing Performance Work Statement scope, requirements and performance objectives; Provide three (3) past performance references (to include company name, individual contact name, phone number, email, dates of service to company, description of service[s] provided) these companies will be contacted for past performance verification. Additionally, the Contract Performance Assessment Reports from past performance on other Government contracts will be reviewed and evaluated; Contractor shall complete, at a minimum, the attached pricing schedule for the base year All quotations shall be sent to the Contract Support Specialist, Jamie L Johnston, via email only to jamie.johnston@va.gov. This is an open-market combined synopsis/solicitation for services 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). QUOTES shall be submitted/received not later than 1300 hours on Thursday, September 26, 2019 via email as stated above for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Support Specialist, Donna Sizemore, donna.sizemore@va.gov Point of Contact Jamie L Johnston Contractor, The Arcanum Group in support of the Veterans Health Administration (937) 268-6511 ext. 2297 jamie.johnston@va.gov Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center Mary Jane Crim Contracting Officer (937) 268-6511 ext. 3065 maryjane.crim@va.gov Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q1485/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25019Q1485 36C25019Q1485.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5166729&FileName=36C25019Q1485-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5166729&FileName=36C25019Q1485-000.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: Department of Veterans Affairs;Dayton VA Medical Center;c/o EMS;4100 W Third Street;Dayton, OH
Zip Code: 45428-9000
 
Record
SN05454894-W 20190925/190923230923-8b183d0cc1e6e205009e8b50c69bf468 (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.