Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2022 SAM #7656
SOURCES SOUGHT

J -- Pipe,Cleaning,& Inspection Camera and video Jackson, MS

Notice Date
11/14/2022 8:12:21 AM
 
Notice Type
Sources Sought
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0145
 
Response Due
11/17/2022 1:00:00 PM
 
Archive Date
12/02/2022
 
Point of Contact
Jennifer Adams, Contracting Officer, Phone: 601-206-6955
 
E-Mail Address
jennifer.adams7@va.gov
(jennifer.adams7@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Sources Sought Notice: DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to Jennifer.adams7@va.gov. Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS CODE: 562998 All Other Miscellaneous Waste Management Services. PRODUCT/SERVICE CODE: J085: Maintenance, Repair, and Rebuilding of Equipment Toiletries. The size standard is $14.5M. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Please read the Statement of Work carefully before responding to this RFI. Period of Performance: Base plus Four (4) Option Years. SPECIFIED REQUIREMENT: Network Contracting Office 16 (NCO16) is seeking sources for a potential contractor to perform the following type of service for Sewer Cleaning and Inspection with video system: This Statement of Work describes specific work activities and timelines for the selected Contractor to execute and perform the specified activities. The proposed time frame of the contract is 1 year plus 4 optional years. The client for this Statement of Work is: Facility Management Service at the G.V. (Sonny) Montgomery VA Medical Center located at 1500 E Woodrow Wilson Ave, Jackson, MS 39216-5116. CONTRACTOR shall be responsible to perform all requirements expressed in this Statement of Work and schedule. 1. TERMS The term ""OWNER or VA , as used throughout this document, refers to the Department of Veterans Affairs. The term ""CONTRACTOR"" as used throughout this document will mean the winning bidder to this Request for Price Proposal (RFPP). 2. INTENT The G.V. (Sonny) Montgomery VA Medical Center is looking to identify a CONTRACTOR to provide a turnkey process to periodically clean and inspect a section of sanitary sewer line on the North side of the Hospital campus. The site is located on exterior of the North side of the hospital near the Chilled Water-Cooling Tower at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. 3.SCOPE OF WORK 1)The selected CONTRACTOR shall be responsible to provide all necessary Project Management, Equipment, Materials, onsite Supervision, and Labor to complete the quarterly cleaning and annual inspection with report and videorecording of a section of sewer line as described herein. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning and inspection equipment. 2)The selected CONTRACTOR shall provide pressures cleaning of a section of sewer line basically running from the Canteen Kitchen area inside the Hospital toa manhole on the North side of the hospital, then from said manhole downstream to the next manhole east of the starting manhole, then north to the next manhole. This cleaning shall be provided on a Quarterly Schedule. Also, the CCTV inspection on an Annual basis for the same section of described sewer line. The annual inspection shall be completed immediately following the 3rd Quarterly Cleaning. 3)The Contractor will be provided access and work room in the driveway/parking area where the section of sewer line is located and as shown on the attached sitemap. Contractor will also have access to water for the cleaning operation from the Hospital water distribution system that is in the proximity to the work area. 4)The cleaning operation is intended to remove any debris, grease, clogs, FboNotices, or any other items inside the pipes within the described project area. The material removed from the sewer system may be disposed by the Contractor in waste bins located at the Hospital at no cost to the Contractor. 5)The specified section of sewer line shall be cleaned using hydraulically propelled, high-velocity jet or mechanically powered equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and clogs/obstructions from the sewer lines and manholes. 6) The CCTV inspection of the defined section of sewer line shall be performed by qualified personnel and recorded. The recorded data shall include all pertinent information related to the inspection including the date, time, and section of sewer being inspected. Each annual inspection shall be recorded and logged into a data base and submitted electronically on media storage devices. All inspection videos shall be delivered to the Owner on portable hard drive (USB). The video shall be direct from a live video source into a video file, MPEG -2 or Windows Media File format (640 x 480 resolution, minimum) or equivalent and, of good quality for viewing. The inspection report and CCTV video recording shall be submitted to the Owner within 5 working days following the inspection. 7) The Contractor shall utilize a camera with height adjustment so that the camera lens is always centered at one-half the inside diameter, or higher in the pipe being televised. The camera shall have color pan, tilt, and zoom features to facilitate the inspection of all service laterals, sewer line, manholes and any other features. The adjustment of focus and iris shall provide a minimum focal range of 3 inches in front of the camera s lens. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. 8) If any of the Contractor s equipment becomes stuck in the sewer line or manhole the Contractor shall be responsible for all costs associated with extracting the equipment. The repair of any excavation associated with the extraction including the replacement of sod, hard surface such as driveway, parking lot and any other feature shall be required by the Contractor at no additional cost to the Owner. 4. SCHEDULE OF DELIVERABLES 1) The digital file of the annual inspection report shall be delivered within 5 working days following the date of the inspection. 5. TENTATIVE DATES AND SCHEDULE 1) The first cleaning shall be completed within 14 days of the issuance of a notice to proceed for the contract. 2) The subsequent cleanings shall be completed 3 months following the first cleaning. 3) The annual inspection shall be completed during the 3rd cleaning of the annual contract. 4) Each cleaning and inspection shall be scheduled with the Contracting Officer Representative (COR) a minimum of 7 days prior to the selected date for the work. 6. METHOD OF EVALUATION AND AWARD 1) The Contract will be awarded the lowest and best bidder meeting the requirements of the bid documents. 2) Owner reserves the right to not award the contract if the requirements of the bid process are not followed or for budgetary limitations. 7. GENERAL REQUIREMENTS: 1) All bidders are responsible for completing a site investigation to review the project location and existing conditions prior to bid submission. 2) Each bidder shall schedule the site visit with the contracting officer representative (COR) prior to the bid submission date. 8. CONTRACT CONTACTS 1) Contracting Officer (CO) NAME: EMAIL ADDRESS: TELEPHONE NO.: 2) Contracting Officer Representative (COR) NAME: EMAIL ADDRESS: TELEPHONE NO: REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor, and experience to perform the scheduled and unscheduled pharmaceutical waste collection, transport and disposal as described above. Include experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the Beta.Sam.Gov at https://beta.sam.gov and/or the VetBiz Registry at https://vetbiz.va.gov , (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses shall be submitted to 36C25623Q0137 no later than 3PM CST, Thursday, November 17, 2022. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place ""Attention: Clean Sewer and Inspections Services Jackson, MS in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced later and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4935eec9093940939257c2ddee21623e/view)
 
Place of Performance
Address: Department of Veterans Affairs G.V. (Sonny) Montgomery VAMC 1500 East Woodrow Wilson Dr. 39216, USA
Zip Code: 39216
Country: USA
 
Record
SN06517311-F 20221116/221114230105 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.