Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

S -- SLUDGE MANAGEMENT AND TANK CLEANING

Notice Date
1/12/2021 4:36:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0387
 
Response Due
1/27/2021 1:00:00 PM
 
Archive Date
02/26/2021
 
Point of Contact
Evelyn Peguero, Contract Specialist, Phone: 914-727-4400
 
E-Mail Address
Evelyn.Peguero@va.gov
(Evelyn.Peguero@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION Sludge Management and Tank Cleaning at the New Jersey Health Care System- Lyons Campus. (i) 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, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24221Q0387. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 (eff.11/23/2020). (iv) This solicitation is Unrestricted open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of $8 Million. The FSC/PSC is S299. (v) This is a services contract to provide Sludge Management and Tank Cleaning for the Veterans Health Administration (VHA), at the Lyons Campus located at 152 Knollcroft Rd, Lyons, NJ 07939. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work Statement of Work VA New Jersey Healthcare System CONTRACT TITLE: Sludge Management and Tank Cleaning BACKGROUND: The VA New Jersey HealthCare System (VANJHCS) is requiring sludge management and tank cleaning at the Lyons VA campus. The VANJHCS operates an extended aeration, activated sludge wastewater treatment plant with a variable design capacity of 100,000 to 1,000,000 gallons per day (GPD), serving a medical center population of approximately 1,675 patient, staff and visitors. The plant process flows through and consists of two aeration tanks, two Clarifiers, two sand filters, a copper filtration system and an outflow where final disinfection is done by ultraviolet lights before discharge to a receiving stream. The VANJHCS requires periodic cleaning of the WWTP Aeration Tanks, Sludge Holding Tank, Sewer Well, Scum Pit and Influent Channels. The facility also requires removal of liquid sludge from the Sludge Holding Tank on a regular basis. All work is considered normal maintenance and will be required at specified times under tasks in the scope of work. SCOPE OF WORK: The contractor shall furnish all labor, materials, supplies, equipment, personnel and fees necessary to accomplish the services required of the task. The contractor shall provide a vacuum/pump truck for removal and transport of liquid sludge from the WWTP Sludge Holding Tank to a fully permitted sludge processing/treatment plant on a regular basis. This will be required on-call due to plant operating conditions but could be required one or more times per week. The contractor will also provide all equipment and manpower necessary to clean two (2) Aeration Tanks, one (1) Sludge Holding Tank, one (1) Sewer Well, one (1) Scum Pit and two (2) Influent Channels. The materials being cleaned out of the tanks will consist of grit, sludge, plastics and paper products that have accumulated over time. Task 1- Cleaning Base year- clean two (2) Aeration Tanks, one (1) Sludge Holding Tank, one (1) Sewer Well, one (1) Scum Pit and two (2) Influent Channels. Option year one- clean the Sludge Holding Tank, Sewer Well, Scum Pit and both Influent Channels. Option year two- clean the Sludge Holding Tank, Sewer Well, Scum Pit and both Influent Channels. Option year three- clean the Sludge Holding Tank, Sewer Well, Scum Pit and both Influent Channels. Option year four- clean both Aeration Tanks, Sludge Holding Tank, Sewer Well, Scum Pit and both Influent Channels. Task 2- Removal and Transport: Remove and transport liquid sludge from the Lyons WWTP Sludge Holding Tank as coordinated by the COR. This must be scheduled due to the plant operating conditions. The contractor shall provide a vacuum/pump truck for this service. The sludge shall be brought to a permitted sludge processing/treatment plant. VA Plant Operations personnel will notify contractor in advance of the requested pickup. This service shall be required a minimum of one (1) time per week as determined by plant operations personnel. Procedures: Contractor to provide detailed cleaning method in compliance with regulations. Contractor will provide all labor and equipment for completing the cleaning project. All grit, Sludge and other material accumulations shall be removed from the Aeration Tanks and disposed of offsite in accordance with local and state laws. Contractor will be allowed to dispose of decanted sludge into the plant sludge holding tank without interfering with plant operations. Any decanted sludge will be free of grit. The transported materials will not be allowed to drip on the roads inside or outside the plant. Water used for the cleaning process will be provided on-site. The contractor will be responsible to repair or replace any damaged diffusers or piping that they caused prior to completion of the job. All pricing will be for work performed during daylight hours, Monday through Friday. Federal Holidays included. Rates should be included in contractors original bid package to account for additional time needed to complete work and/or higher disposal amounts than what is originally expected. Contractor will load approximately 8000 gallons of sludge during each scheduled pick up on Monday through Friday only as directed by plant personnel for the duration of this contract including Federal Holidays. Additional pickups may be required due to plant operating conditions. Equipment used to pick up sludge must be capable of measuring and reporting the number of gallons removed. Truckload capacity shall be plainly marked on transport vehicles. Contractors' vehicles shall be in compliance with all laws, rules, regulations, and ordinances and shall possess all necessary permits and licenses. Vehicles shall be routed through major thoroughfares whenever possible and shall not be routed through residential areas immediately adjacent to the Lyons Campus. All sludge transported shall be by properly registered trucks. All vehicles shall be clean and shall be properly registered with the State Department of Motor Vehicles, the Board of Public Utilities, and the NJ Dept. of Environmental Protection. If sludge is to be transported out of the State of New Jersey vehicles shall be in compliance with all regulations pertinent to the area. The Contractor, to the satisfaction of the VANJHCS Facility Management Service, will be responsible for all cleanup due to spillage of any kind. The Contractor will be accountable for all cleanup costs and for all restoration costs required due to damage of VA property through neglect or accident. VA staff will inform contractor of when tanks will be ready for them to commence work. The contractor shall have 72 hours to complete each Aeration Tank and 48 hours to clean the additional tanks once prepared for them and they are on site. This time can be adjusted for unforeseen circumstances. Regulations: Contractor must perform work in compliance with: Solid Waste Management Act (N.J.S.A. 13:1E-1 et seq.) Water Quality Planning Act (N.J.S.A.58:11A-1 et seq.) Water Pollution Control Act (N.J.S.A. 58:10A-1 et seq.) NJDEP Regulations and Policies The Contractor will assume all responsibility for compliance with all Federal, State, and Municipal Laws, rules, and regulations governing the handling, transportation, and disposal of liquid sludge. Before commencing work the Contractor shall furnish copies of all required licenses and permits. In addition, evidence must be submitted that all receiving sites possess the required permits and licenses to accept treated sludge from the Contractor. SPECIFICATIONS: Approximate Tank and Channel Dimensions i) Aeration Tanks 75ft L x 25ft W (each) ii) Sludge Holding Tank 19ft L x 14ft W iii) Sewer Well 6.5ft L x 3.5ft W iv) Scum Pit 5.5ft L x 3.5ft W v) Influent Channels 10ft L x 2ft W (each) REPORTS: Contractor will provide a copy of service report to the COR. Report will include a manifest document showing date, time started, time finished, number of gallons hauled. Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. ESTIMATED PERIOD OF PERFORMANCE: 02/01/2021-01/31/2022 with four (4) provisional option years. This service contract will be started within two weeks of the award date and actual starting times coordinated with VANJHCS Staff. PLACE OF PERFORMANCE: VANJHCS Lyons Wastewater Treatment Plant Building 141 151 Knollcroft Road Lyons, New Jersey 07939 OTHER RELATED SERVICES (NOT INCLUDED IN THE SCOPE OF WORK): Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. (vii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) a. Solicitation number for this requirement as 36C24221Q0387. b. Name, address and telephone number of offeror. c. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. d. Terms of any express warranty. e. Price should be for all services detailed on the statement of work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate shall be separated from any other costs. Failure to do so will result in automatically being disqualified. f. Acknowledgement of any solicitation amendments g. Past performance information h. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. i. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) (viii) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applied to this acquisition. Award will be made to the offeror whose offer is determined to be the lowest price, technically acceptable (LPTA) after price is determined fair and reasonable. The offeror must be a responsible offeror and submit a package that meets all the technical and past performance requirements. Offeror must also meet the terms and conditions of all clauses and provisions. Once offerors are evaluated, the award will be made to the lowest price of responsible offerors, who meet technical criteria in response to this Request for Quotes. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ. The following factors will be assessed on a pass/fail basis. All complete quotes will be considered. However, if the lowest price quote is determined to be complete and acceptable under the Technical and Past Performance Factors, the award may be made to that offeror without further evaluation of higher priced quotes. Evaluation Factors: (1) Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. a) Technical Proficiency: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated. b) Contractor Experience: The offeror shall provide 3-5 instances of past experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged with working with WWTP aeration tanks, sludge holding tank, sewer well, scum pit and influent channels. As well as removing liquid sludge from the sludge holding tank for a healthcare facility. Their expertise and experience shall be of such extent so as to provide them the knowledge of conditions and the scope of maintaining and servicing of sludge and tank cleaning requirements of a health care facility. (viiii) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) 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. (x) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 The following clauses are incorporated into Addendum to FAR 52.212-4, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising. - 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. - 852.215-71 Evaluation Factor Commitments. - 852.232-72 Electronic Submission of Payment Requests. - 852.233-70 Protest Content/Alternative Dispute Resolution. - 852.233-71 Alternate Protest Procedure. - 852.270-1 Representatives of Contracting Officers. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-9 Small Business Subcontracting Plan (JUN 2020) 52.219-16 Liquidated Damages Subcontracting Plan (JAN 1999) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) (xii) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent to Evelyn Peguero at Evelyn.Peguero@va.gov This is an unrestricted open market for Sludge Management and Tank Cleaning as defined herein. The government intends to award a contract 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). Site Visit will be held on 01/19/2021 at 10:00am EST. See additional information attached. Submission shall be received not later than 4:00pm on 01/27/2021 at Evelyn.Peguero@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Evelyn Peguero at Evelyn.Peguero@va.gov. All questions must be submitted by 01/22/2021 at 12:00pm. Point of Contact Evelyn Peguero, Contract Specialist Evelyn.Peguero@VA.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2da6a56054fc4e68bbef50db7f27ffe6/view)
 
Place of Performance
Address: New Jersey Health Care System Lyons Campus 151 Knollcroft Rd, Lyons, NJ 07939, USA
Zip Code: 07939
Country: USA
 
Record
SN05890025-F 20210114/210112230109 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.