DOCUMENT
J -- Pumping Grease Trap & Sewer Maintenance 589-18-1-5329-0011 - Attachment
- Notice Date
- 11/13/2017
- Notice Type
- Attachment
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25518Q0083
- Response Due
- 11/17/2017
- Archive Date
- 1/16/2018
- Point of Contact
- Janie Juszczak
- E-Mail Address
-
worth,
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- SOURCES SOUGHT ANNOUNCEMENT: The Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, 65201, is conducting a market survey to identify potential sources to provide maintenance on the sanitary waste facilities for food preparation and other domestic needs. To ensure reliable sanitary service, these facilities require regular maintenance at the Harry S. Truman Memorial Veterans Hospital facility in Columbia. This announcement is issued for informational planning purposes only and is not a request for proposal or announcement of a solicitation. Submitting information for this announcement is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide all materials, labor, supervision and technology to perform regular maintenance that includes sanitary waste facilities for food preparation and other domestic needs. To ensure reliable sanitary service, these facilities require regular maintenance for the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri. The selected contractor shall furnish all labor, equipment and incidentals necessary to clean hospital sewer mains located exterior to the main facility but within facility grounds. The cleaning work includes hydro jetting the mains within the hospital grounds to insure full flow of the mains. The contractor must have at least 300 feet of hydro jetting hoses, and water pressure to properly clean the sewer mains to include fittings in and around grease trap and connection to the building. Some sewer mains at the west side of the hospital are 25 feet deep. Facility staff will assist the contractor in locating sewer mains and access manholes. The contractor shall be responsible for cleaning any waste around the access manholes resulting from the contractor s work. The sewer mains will be considered clean when the hydro jet equipment is visible at the next access manhole after the insertion access manhole and when no debris or waste is observed being pushed ahead of the hydro jet equipment as it is advancing or behind the hydro jet equipment as the equipment is being retracted. The contractor shall provide services during the months of December, March, June and September between the hours of 8:00 a.m. 4:30 pm, Monday through Friday, excluding Federal Holidays. The contractor shall coordinate all work with Chuck Leeling at (573)814-6370 at least 24 hours prior to beginning work. The selected contractor shall furnish all labor, equipment and incidentals necessary to pump and clean an approximately 1500-gallon grease trap. The contractor shall be responsible for cleaning any waste around the grease trap resulting from the contractor s work. The grease trap shall be considered clean when all liquid and all accumulated grease has been removed. The grease trap shall be cleaned 3 week intervals, either after 5:00 pm or on Saturdays. The contractor shall coordinate all work with Chuck Leeling at (573)814-6370 at least 24 hours prior to beginning work and shall check in with the Engineering Control Center Operator on duty, Room D019, prior to commencing work. The Engineering Control Center Operator on duty shall verify completion of work, sign service ticket, and retain a copy for VA records. The selected contractor shall furnish all labor, equipment and incidentals necessary to provide a quarterly preventative maintenance inspection of the grease trap during the months of December, March, June and September. The inspection shall include a written report of condition of grease trap and associated piping. The report shall be provided within two weeks of the inspection. Preventative maintenance inspection and cleaning of the grease trap may be combined with approval of the COR. The contractor shall coordinate inspections with Chuck Leeling at (573)814-6370 at least 4 days prior to beginning work. Acts of God and Vandalism repairs will be done using a separate purchase order. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), the Joint Commission (JC), and VA Regulations. Contractor must provide the appropriate service documentation at no additional expense. Contractor shall provide hardcopy proof that entity is a certified manufacturer service provider and that technicians are current in device certification training. The North American Industry Classification System Code (NAICS) is 562998 and the small business size standard is $7.5 Million for this type of effort. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: 1. Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). 2. Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. 3. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. 4. Please indicate your company's size under NAICS Code 562998. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. Information regarding your firm's capacity and capability to provide such services are to be submitted electronically on or before Friday, 11/17/2017 prior to 4:30 pm (CST) addressed to Janie Juszczak, Contracting Officer: Janie.juszczak@va.gov. End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q0083/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518Q0083 36C25518Q0083.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904146&FileName=36C25518Q0083-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904146&FileName=36C25518Q0083-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518Q0083 36C25518Q0083.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904146&FileName=36C25518Q0083-000.docx)
- Record
- SN04738089-W 20171115/171113230823-02ca0a5bb85d1a019bd7933a156e0fe2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |