SOLICITATION NOTICE
H -- Diesel Fuel Maintenance Services
- Notice Date
- 6/12/2020 12:48:19 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0741
- Response Due
- 6/24/2020 1:00:00 PM
- Archive Date
- 08/23/2020
- Point of Contact
- maryjane.crim@va.gov, Mary Jane Crim, Phone: 937-268-6511
- E-Mail Address
-
MaryJane.Crim@va.gov
(MaryJane.Crim@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25020Q0741 Posted Date: June 12, 2020 Original Response Date: June 26, 2020 @4PM Current Response Date: June 26, 2020 @4PM Product or Service Code: H191 Set Aside: Small Business NAICS Code: Wage Determination: Revision Number: Date of Revision: 561210 2015-4731 9 12/23/2019 Contracting Office Address Department of Veterans Affairs Network Contracting Office 10 Dayton VA Medical Center 3140 Governor s Place Blvd Suite 210 Kettering, OH 45428 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210, with a small business size standard of $38.5 million. The Dayton, Ohio VAMC is seeking to purchase diesel fuel maintenance services. Statement of Work: Background: There are 17 large fuel tanks containing diesel fuel located on the Dayton VA Medical Center Campus. These tanks give campus facilities the capability of storing up to 210,000 gallons of diesel fuel needed to ensure emergency readiness in the case of a campus wide electrical power outage. Long term stored diesel fuel must be cleaned, and water removed. Additives must be used, after cleaning the fuel, to prevent the growth of biological organisms that destroy the integrity of the stored diesel fuel. Scope: Scope of Work for Stored Fuel Maintenance: Contractor shall provide all labor, tools, equipment and materials necessary to perform cleaning, filtration, decontamination and treatment of fuel for the following fuel tanks located at the Dayton VA Medical Center 4100 w. 3rd Street Dayton, Ohio 45428. VA ID STATION ID BUSRA ID CAPACITY (G) TYPE FUEL TYPE BUILDING DESCRIPTION U411 S-05 T00017 2500 UST Diesel 411 Outside U409 S-02 T00016 1000 UST Diesel 409 Outside U320 S-01 T00015 2500 UST Diesel 320 Outside U310 S-06 T00012 6000 UST Diesel 310 Outside U147 S-13 T00014 550 UST Diesel 147 Outside U135-2 S-04 T00011 1000 UST Diesel 135 Outside A330-2 S-15 10000 AST Diesel 330 Inside Containment Building A330-1 S-14 10000 AST Diesel 330 Inside Containment Building A302 S-16 2500 AST Diesel 302 Outside (Belly Tank) A330-6 S-22 4000 AST Diesel 330 Outside (Belly Tank) A330-7 S-23 4000 AST Diesel 330 Outside (Belly Tank) A147-6 S-12 30000 AST Diesel 147 Six unit set A147-5 S-11 30000 AST Diesel 147 Six unit set A147-4 S-10 30000 AST Diesel 147 Six unit set A147-3 S-09 30000 AST Diesel 147 Six unit set A147-2 S-08 30000 AST Diesel 147 Six unit set A147-1 S-07 30000 AST Diesel 147 Six unit set Specific Tasks: Provide fall protection for ASTs Provide primary and secondary spill containment Provide emergency spill kits Provide before and after samples of fuel straight from the tank for ASTM Bright & Clear Test Provide field report of service performed and condition of the fuel and tanks including conditions of caps, gaskets, fittings and vents Test fuel for condition of stability and microbial contamination using tests approved by ASTM international standards Chemically treat fuel with appropriate inhibitor to promote stability and biocides to control microbial contamination as necessary Mechanically remove water, microbiological growth and sludge contamination from diesel storage tanks by repeatedly dragging a flexible suction wand across the entire bottom of the tank Run fuel through a closed loop filter circulating system consisting of three 1 micron bag filters, a 0.5 micron canister filter, oil and water separation through a coalescing unit and two water absorption filters, then return fuel to the tank under pressure Contractor is responsible for capturing, containing, storing, transporting and disposal of all fuel/water contaminants that are generated from the performance of the job Provide EPA number and non-hazardous waste manifest for any waste removed Tag or label tank(s) noting date and description of service Provide Fuel Quality Assurance Program certificate for tanks upon completion of services All work shall be inspected by the Electric shop personnel during testing The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 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 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-01) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) VAAR 852.215-71, Evaluation Factor Commitments (SEP 2019) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)(DEVIATION) VAAR 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 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 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.222-41, Service Contract Labor Standards (Aug 2018) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (vii) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67). (xiii) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). __(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xviii)52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018) 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 quotes shall be sent electronically to Mary Jane Crim at maryjane.crim@va.gov. Evaluation Award shall be made to the Lowest Price Technically Acceptable (LPTA) vendor. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer shall not negotiate with any quoters other than those that represent the best value to the Government and shall not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price: The Vendor shall provide one electronic copy of quote Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Description and Scope. References shall include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure your company is capable of performing the required services. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. 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 shall 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 August 16, 2019 at 4 PM to maryjane.crim@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Mary Jane Crim, at maryjane.crim@va.gov. Point of Contact Mary Jane Crim maryjane.crim@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c082f06e28e1489e98b20b9e28c10fcd/view)
- Place of Performance
- Address: Department of Veterans Affairs Dayton VAMC 4100 W. Third St, Dayton 45428
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN05688566-F 20200614/200612230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |