SOLICITATION NOTICE
J -- Underground Storage Tank (UST) and Fuel Cleaning
- Notice Date
- 5/11/2022 9:36:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0584
- Response Due
- 5/18/2022 9:00:00 AM
- Archive Date
- 08/16/2022
- Point of Contact
- John McCallum, Contracting Officer, Phone: 734-222-7157
- E-Mail Address
-
john.mccallum3@va.gov
(john.mccallum3@va.gov)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation 36C25022Q0584 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04 eff. 01/30/2022, and VAAR Update 2008-32 eff. 11-01-2021. The North American Industry Classification System (NAICS) number is 238220 and the business size standard is $16.5 Million in annual sales. STATEMENT OF WORK UST FUEL TANK CLEANING SCOPE OF WORK: The John D. Dingell VA Medical Center (JDDVAMC), 4646 John R, Detroit, Michigan 48201 requires a contractor to perform fuel oil treatment and circulation services of the diesel fuel oil in five underground fuel oil storage tanks labeled as UST 1,2,3,4 and 6 that are required for the proper system operation of 4 Cleaver Brooks boilers and 8 emergency generators at this facility. UST Details: TANK CAPACITY FILL LEVEL ON 3/24/2022 UST 1 28,000 gallons 22,458 gallons UST 2 30,000 gallons 25,664 gallons UST 3 30,000 gallons 22,324 gallons UST 4 30,000 gallons 15,128 gallons UST 6 28,000 gallons 21,019 gallons Locations of USTs at JDDVAMC Campus: Health and Safety There must be at-least one Class A/B operator on site for repairs made to the Underground Storage Tanks. All work shall be in accordance with 40 CFR 280 TECHNICAL STANDARDS AND CORRECTIVE ACTION REQUIREMENTS FOR OWNERS AND OPERATORS OF UNDERGROUND STORAGE TANKS (UST). All contractors must follow 40 CFR 280.53b to report, investigate, and clean up any spills. Documentation All records shall show your compliance in following the guidelines and recommendations with 40 CFR Part 280.34b of the technical standards and corrective action requirements for underground storage tanks (UST). WORK REQUIRED Fuel Oil Treatment and Circulation 1. Mobilize to the John D. Dingell facility with the equipment and materials necessary for the removal and circulation of the fuel oil in a manner that minimizes the spread of contamination of the fuel for five tanks requested for service. 2. The selected contractor shall remove all water accumulated in the fuel oil tanks. 3. The selected contractor shall clean the bottom of the tank by using an exterior, non-invasive tank cleaning system. 4. The selected contractor shall use a tank cleaning process that passes the product through a filter cleaning system and sent back into the tank. 5. Final tank samples will be collected for review by the COR. The Contractor shall report to the COR before work begins. The Contractor shall submit a field service report detailing work done, possible causes of failure, OEM parts (including model, manufacturer details) used, status of the tanks after services were performed, and if further actions will need to be performed on said equipment. NOTE: Any proposed additional charges for parts and services shall be communicated to the COR prior to work being done. Any additional work shall be approved by in writing by the Contracting Officer prior to servicing said equipment. Perform all work without disruption to Medical Center operations. Normal administrative hours: 8:00 a.m. - 4:30 p.m. Monday thru Friday (Excluding Federal Holidays). The eleven holidays observed by the Federal Government are: New Year's Day, Dr. Martin Luther King, Jr. Day, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. Also, any other day declared by the President of the United States to be a national holiday. Normal working hours shall be between 7:00 a.m. 5:00 p.m. Authorization to work other than normal working hours will be requested in advance for evaluation and approval by the COR and Contracting Officer. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Amended October 25, 2021) Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. The proposed contract listed here is SET-ASIDE for Small Businesses (SB s) only. FOB: Destination Worksite: John D. Dingell VA Medical Center 4646 John R Detroit, MI 48201 THE FOLLOWING CONTRACT CLAUSES AND PROVISIONS APPLY TO THIS ACQUISITION: Offerors shall comply with all instructions contained in the following provision ADDENDUM to FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021), as well as the following clauses apply to this acquisition: 52.204-7; 52.204-16; 52.223-4 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES OFFER SUBMISSION: Offerors shall submit their offer via email to John McCallum at john.mccallum3@va.gov for receipt by the date and time identified at the bottom of this document. All offers must be viewable using Microsoft Office products or Adobe Reader. Offers shall be assembled by the following Sections; each section shall be easily identified. OFFER: Bidder shall submit an itemized proposal breaking down materials and labor hours and labor costs to complete job. Quote shall include SAM.gov Unique Entity Identifier (UEI) number with the offeror name, address, phone number, contact name and email address. PRICE: Total price will be evaluated by the Government. Bidder shall submit lowest price proposal to complete the requirement. THIS IS A FIRM FIXED PRICE CONTRACT. This procurement is being conducted under FAR Part 13.5, post-award debriefings in accordance with FAR 15.506 will not be conducted. TECHNICAL CAPABILITY: Provide enough information so that the quotation may be evaluated to the extent to which it can meet and/or exceed the Governments requirements as outlined in the above Statement of Work (SOW). Offerors shall submit a quote that addresses all aspects of the SOW. The offeror shall identify any subcontractors proposed under this solicitation. All technical elements applicable to the utilization of subcontractors must be addressed in the technical quote and detail provided. The technical submission should be as detailed as necessary to fully explain the proposed methods and rationale. PAST PERFORMANCE: The Past performance evaluation will assess the relative risks associated with the quoters likelihood of success in fulfilling the solicitations requirements as indicated by the quoters record of past performance. The past performance evaluation may be based on Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Contractor shall provide details of previous contracts, within the last year of similar scope and size of this acquisition, including government contracts. Contractor shall include contract number, Point of Contact, Title, email, phone number, description of services, length of contract, and contract cost. AWARD BASIS: Note that FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services will be used. The Government intends to award a firm fixed priced contract to the responsible offeror whose offer, conforming to the requirements in this request for quote, will be most advantageous to the Government, price and other factors considered. An award based on FAR 13.106-2 comparative analysis will be made based upon Price, Technical Capability and Past Performance. 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2021), a completed copy of this provision shall be submitted with the offer, unless SAM registered with current SAM UEI number which shall be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Products and Services (NOV 2021). The following additional clauses apply: 52.222-19; 52.232-40; 852.242-71 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020); The following additional clauses apply: 852.203-70; 852.215-70; 852.232-72; 852.270-1 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.219-6; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-13; 52.232-33; 52.222-62, 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) applies based upon WD 2015-4839 for Wayne County, MI 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 23311 Fuel Distribution System Mechanic $37.10/HR 23312 Fuel Distribution System Operator $32.01/HR NO QUESTIONS WILL BE ANSWERED AND SITE VISIT REQUESTS WILL NOT BE ACCOMMODATED. RESPONSES ARE DUE: WEDNESDAY, MAY 18, 2022, BY NOON 12:00 EDT. E-mail your lowest price proposal to: John McCallum, Contracting Officer john.mccallum3@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92c03620ecca4bbf99557c0285ce4686/view)
- Place of Performance
- Address: Department of Veterans Affairs John D. Dingell VA Medical Center Engineering (138) 4646 John R, Detroit 48201-1916, USA
- Zip Code: 48201-1916
- Country: USA
- Zip Code: 48201-1916
- Record
- SN06323845-F 20220513/220511230059 (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 |