J045--Brine Tank Maintenance and Salt Delivery

expired opportunity(Expired)
From: Federal Government(Federal)
36C26221Q0510

Basic Details

started - 23 Mar, 2021 (about 3 years ago)

Start Date

23 Mar, 2021 (about 3 years ago)
due - 30 Mar, 2021 (about 3 years ago)

Due Date

30 Mar, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C26221Q0510

Identifier

36C26221Q0510
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103495)VETERANS AFFAIRS, DEPARTMENT OF (103495)262-NETWORK CONTRACT OFFICE 22 (36C262) (6164)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Brine Storage Tank Maintenance and Salt Delivery 1.b. Description: VA Greater Loma Linda Healthcare System is seeking a contractor to maintain the underground storage tank and deliver 15 tons of bulk salt quarterly to soften water for the Boiler. 1.c. Project Location: VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26221Q0510. 1.e. Set Aside: This solicitation is issued as a Small Business set aside. 1.f. Applicable NAICS code: 238220, Plumbing, Heating, and Air-Conditioning Contractors. 1.g. Small Business Size
Standard: $16.5 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 1 year 1.j. Wage Determination applicable to this project: SCA WD 2015-5629 revision 14 1.l. Request for Information (RFI) should be submitted via email no later than 1pm Thursday, March 25th, 2021 to Ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Greater Loma Linda Healthcare System is seeking a contractor to maintain the underground storage tank and deliver 15 tons of bulk salt quarterly to soften water for the Boiler. 2.2. Background. Preventive maintenance required on a 35ton, 20000 gallons underground briner tank which consists of inspecting, cleaning foreign debris and rinsing all gravel in tank. 15tons of bulk salt is to be delivered quarterly not to exceed 60 tons. This salt is used to produce soft water for the hospital boilers and cooling towers. 2.3. Scope. All work shall be performed on the Boiler Plant at the VA Loma Linda Healthcare facility. Contractor is to furnish all labor, materials, supplies, tools, equipment, and qualified personnel to maintain the tank and deliver the salt as per below scope: . Contractor is required to properly secure working area by setting a safety zone perimeter. Contractor will provide proper personal equipment. Contractor will complete a confine space test before entering underground brine storage tank. Contractor will perform preventive maintenance on the 20,000gallon underground storage brine salt tank. Contractor will provide with before pictures and after pictures of the underground storage tank. Contractor will filtrate and clean gravel bed in brine tank by removing and washing the gravel. Contractor will dispose of all brine waste properly. Contractor will be required to put clean gravel back into underground storage tank. Contractor will test tank for any leaks. Contractor will inspect all floats and pipping in underground storage tank. Contractor will make sure bulk salt is delivered as required when plant operators place order. Contractor will deliver 15tons of bulk salt quarterly. Contractor will inform operators on date of delivery, to prep underground storage tank. Contractor will provide quote of any gravel required to be replaced Equipment Information 35 TON UNDERGROUND BRINE STORAGE TANK, UNDERGROUND FIVER GLASS TANK 20000 GALLON WATER CAPACITY DIMENSIONS-96X312.5 INCHES MODEL# FRPUG35 Facility Requirement Contractor will check in with boiler plant personnel daily Contractor will provide with daily work schedule to boiler plant Contractor will set up safety barrier around working area. Contractor will set up confine space equipment. Contractor will properly lock-out and tag out electrical/water. Contractor will remove all gravel from underground brine tank and wash. Contractor will clean and inspect underground brine tank. Contractor will provide fire watch to monitor worker inside the tank. Contractor will insert clean gravel back into underground brine tank. Contractor will inspect vents and pipping on underground brine tank. Contractor will order bulk salt 15 tons quarterly. Contractor will inform plant personal when salt will be delivered. 2.4. Licensing Requirements Potential vendors must possess a State of California contractor license for C36 (Plumbing Contractor) Potential vendors must possess a confine space permit The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.). Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card 2.5. Specific Tasks Schedule with the Contracting Officer Representative (COR) or Designee five (5) business days in advance prior to start of work. All personnel are required to have a valid Loma Linda contractor badge prior to start of job. All energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. Workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant prior to work each day. Potential Vendor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or federal guidelines that are listed here OSHA Regulations, www.osha.gov NFPA, www.nfpa.org 2.6. Performance Monitoring. The Contracting Officer Representative (COR) or Designee will monitor contractor performance. 2.7. Period of Performance. The period of performance will be 1 year. Normal working hours at the sites are 6 am 3:30 pm, excluding National holidays. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. c. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.8. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.9. Contractor Personnel Background Requirements. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.10. Contractor Personnel The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager: Company Name: Address: Phone No: Email: 2.11. Contractor Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. Parking: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.12. Insurance Coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03, dated 01/14/2021. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Tuesday March 30, 2021 to Ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with DUNS number and copy of C36 License 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

VA Loma Linda Healthcare System  ,
  92357  USALocation

Place Of Performance : VA Loma Linda Healthcare System

Country : United StatesState : CaliforniaCity : Loma Linda

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J045Maintenance, Repair and Rebuilding of Equipment: Plumbing, Heating, and Waste Disposal Equipment