Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOURCES SOUGHT

J -- Grease Trap Cleaning Services for Huntington VA Medical Center

Notice Date
2/1/2024 7:27:57 AM
 
Notice Type
Sources Sought
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0242
 
Response Due
2/17/2024 8:00:00 AM
 
Archive Date
03/18/2024
 
Point of Contact
Ethan Mauzy, Contract Specialist, Phone: (410) 642-2411 Ext.22819
 
E-Mail Address
Ethan.Mauzy@va.gov
(Ethan.Mauzy@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs vendor to provide grease trap cleaning for the facility. A.2 BACKGROUND Building 4 (Canteen) and building 2 (In-patient kitchen) require grease trap cleaning monthly. A.3 SCOPE OF WORK Vendor will provide all services, parts, or equipment to provide grease trap cleaning. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will provide all parts or equipment to perform grease trap cleaning which includes the following services: Clean/Service 50 gallon inside grease trap at the Canteen (Building 4) monthly. Clean/Service two 5 gallon inside grease traps at the In-patient kitchen (Building 2) monthly. Provides opening trap, pumping out and resealing lid. Vendor will clean up area after servicing. Vendor will provide documentation as outlined in B.2 Documentation. Work is to begin as soon as possible but no later than fifteen calendar days after the receipt of the purchase order. Vendor will ensure compliance with all Federal, State, and local regulations, including Huntington City Ordinance Section 933. (Note: Currently section 933.56 but should this change the vendor will be responsible for following the ordinance as outlined in any new section). The vendor is prohibited from introducing additives, bacteria, or enzymes for the purpose of emulsifying the grease in the grease traps. The vendor will schedule all visits 48 hours prior to coming onsite. Scheduling can include a simple notification of the date/time of the visit to the Engineering Program Support Assistant (PSA). Vendor will be accompanied by an employee of the Engineering Service of the medical center for each clean-out. All services shall be brought to 1540 Spring Valley Drive, Huntington, WV. Delivery vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use. Approved work times for this job shall be after 4:15 pm, Monday through Thursday, of normal business weeks. Vendor will not be permitted to work in Building 2 prior to 4:30 pm due to the potential for contamination of tray assembly. Vendor will not work onsite on Federal holidays: New Years Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas Day. Vendor will ensure scheduling and weather do not cause the for a month to be skipped. B.2 Documentation Vendor will provide a written report for each instance of cleaning that includes, at a minimum, the information below: Date and time cleaning was performed. Volume removed. The inches and percent of total liquid depth removed during the cleaning. If this is an estimate, it needs to be noted as an estimate. No less than one (1) month per quarter will be an actual measurement. Name of personnel performing the cleaning Each grease trap will be reported separately, although one report with all three traps separately reported is acceptable. Grease traps in the same building cannot be combined for reporting purposes. Vendor will provide documentation that defines the method and location of disposal for the grease removed. This includes the name, location, and any certifications or licenses the final disposition site has that state it is legally allowed to receive the waste. This will be provided to the GEMS Manager before any waste is removed from the medical center. Vendor will provide receipts showing the waste has been transferred to the final waste disposal facility. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. C.2 Period of Performance The Program Office is looking for a Base Plus 4 Option Year Contract, structed in the following format: Base Year: May 16th, 2024 May 15th, 2025 Option Year One: May 16th, 2025 May 15th, 2026 Option Year One: May 16th, 2026 May 15th, 2027 Option Year One: May 16th, 2027 May 15th, 2028 Option Year One: May 16th, 2028 May 15th, 2029 C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manager is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The medical center is a smoke free facility. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. Interested & Capable Responses NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your: 1. Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address) with proof of a System for Award Management (SAM.gov) registration. 2. Applicable GSA contract number; if you have one. 3. Capability statement and summary of relevant experience performing the duties related services requested in the Request for Information for VHA and other healthcare entities. 4. Ballpark cost estimate and suggested price schedule of what VHA could expect to pay your company to perform the work described above. See Attached Cost Price Schedule Line Item Sheet for suggested Price Schedule. Responses to the information requested above must be submitted via email to ethan.mauzy@va.gov, by February 16th, 2024 NLT 11:00hrs EST. This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c768aedffa9d4d60ad86439420da6123/view)
 
Place of Performance
Address: Hershel ""Woody"" Williams VA Medical Center 1540 Spring Valley Drive, Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN06952843-F 20240203/240201230044 (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.