Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
DOCUMENT

J -- Fuel and oil management - Attachment

Notice Date
5/10/2018
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q0283
 
Response Due
5/25/2018
 
Archive Date
7/24/2018
 
Point of Contact
Henderson, Samantha
 
E-Mail Address
Contracting Officer
(Samantha.Henderson2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Document Type: Combined Solicitation Solicitation Number: 36C24218Q0283 ACTION TYPE: N/A Original Response Date: May 25,2018 Classification Code: J NAICS CODE- 562910 Contracting Office Information: Department Of Veterans Affairs Network Contracting Office 3 130 W. Kingsbridge Road Rm. 9b-16 Bronx NY 10468 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. The solicitation number is 36C24218Q0283 and is issued as a request for quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 562910 with a small business size standard of 20.5 million. This requirement is [SDVOSB SET-ASIDE] and only qualified offerors may submit bids. The solicitation pricing on www.FBO.com will start on the date this solicitation is posted and will end on May 25, 2018 3:00Pm. Eastern Time. FOB Destination shall be Multiples shipping information. Delivery will be made within 60 days ARO to Northport VAMC 79 Middleville Road ATTN: Oscar Prue Engineering Service, Northport, NY 11768. If there are any questions regarding this solicitation, please contact Samantha.Henderson@va.gov by email or 718-836-6600. This procurement is for the service for Fuel and Oil Management. Fuel and Oil Management (Spill prevention and reporting) Base plus 4 Option Year The Contractor will be responsible for, but not limited to, tasks including providing labor, management, supervision, equipment, materials, and, weekly / monthly reports and/or documentation for 92 fuel and oil containment structures at the VAMC-Northport facility. These include: 17-USTs 20-ASTs 5-Stationary Generators with on-board fuel tanks 9-Portable Generators with on-board fuel tanks 27-Transformers containing Di-Electric-fluid 10-Elevator hydraulic-fluid filled tanks 4-Oil containing drums Tasks include all services required for the safe, reliable, effective, efficient, and compliant operations and maintenance (O&M) at VAMC-Northport under normal, abnormal, and emergency conditions. VAMC-Northport is a Government-owned, Government-operated facility and the Government will remain accountable for all performance of work. The Contractor, in turn, is directly accountable to the Government for performance under this contract. Direct VAMC-Northport oversight of the Contractor s performance will be minimized through reliance on the Contractor s outstanding project management capabilities coupled with their comprehensive, robust, and credible Quality Management Program. VAMC-Northport seeks assistance in achieving the following four overarching Goals with this contract: Provide Outstanding Service to the Hospital Protect People, Property, and the Environment Be a Trusted and Valued Neighbor and Employer Implement Sound Business Practices 2.0. BACKGROUND 2.1. OVERVIEW The VAMC-Northport has responsibility for the safe, reliable, secure, efficient, and compliant operations of a Hospital which is located in Northport, Long Island, New York. The main campus is a 268-acre, multiple building campus style facility. The physical and operational infrastructure are, in many respects, similar to what would be required to support a small town; including, but not limited to: potable water supply, wastewater treatment, steam generation, and back-up power supply. A General Site Plan which also shows oil container locations is provided as Figure-1. 2.2. FACILITIES DESCRIPTION The campus has gross square footage equal to 1,400,000 square feet. A variety of activities requiring petroleum bulk storage (PBS) occurs across this facility for the following: The boiler plant houses high pressure vessels to develop steam for sterilization and other operational needs. Boilers are operated by combined heat and power (CHP), primarily using natural gas, that is backed up by diesel fuel. Ultra-Low Sulfur Diesel (ULSD) fuel is stored in six (6) 30,000-gallon capacity tanks. Emergency electrical power is provided by numerous generators across the facility fueled by ULS-Diesel stored in underground petroleum storage tanks (USTs), above-ground petroleum storage tanks (ASTs). These include: Primary USTs and ASTs Day-Tanks Mobile and fixed generators having on-board internal tanks Electrical power for on-site equipment and systems including: Electrical transformers containing di-electric fluid Potable water supply well motors and associated equipment Hydraulic fluid storage for selected elevators at the facility that are hydraulically operated. Motor vehicle fueling: ULS Diesel operated vehicles Gasoline operated engines, Waste oil storage for oils generated during equipment and vehicle maintenance Waste vegetable and cooking oil storage from food and nutrition operation at the facility. 3.0. SCHEDULED SERVICE REQUIREMENTS Petroleum, Fuel, Oil, and Lubricant Management (Spill Prevention and Reporting) The Government purchases and stores various petroleum products to fuel vehicles, fire boilers, operate generators, equipment, and motors. The Contractor is responsible for all aspects of petroleum fuel management including establishing and implementing a schedule for inspecting, maintaining, and repairing all petroleum storage facilities and systems, consistent with applicable Federal, State, County, and Local regulatory requirements to ensure safe and reliable delivery, transfer, storage, and use for regulatory compliance to facilitate continuous fuel service to boilers, heating systems, and emergency generators at VAMC-Northport 24 hours a day, every day of the year. 3.1. DESCRIPTION OF FUEL AND OIL STORAGE AT THE FACILITY Oil storage at the facility consist the following: Seven (7) Underground Storage Tanks (UST) utilized for diesel storage to fuel the facility boilers for the purpose of heat generation subject to technical requirements of 40 CFR Part 280 Seven (7) USTs utilized to store fuel for emergency generators under 40 CFR § 280 which (were previously deferred from by 40 CFR Part 112), though are now subject to Release Detection requirements under Subpart D of 40 CFR Part 280. Three (3) Underground Storage Tank (UST) for vehicle or other motor fuels subject to technical requirements of 40 CFR Part 280 20 Aboveground Storage Tanks (AST) subject to 40 CFR Part 112. Four (4) portable 55-gallon drums subject to 40 CFR Part 112. Five (5) stationary aboveground emergency generators which include diesel storage containers and meet the qualifying criteria for Oil-filled Operation Equipment as defined in 40 CFR § 112.2. Nine (9) portable aboveground emergency generators which include storage containers and meet the qualifying criteria for Oil-filled Operation Equipment as defined in 40 CFR § 112.2. 27 Di-electric fluid-filled aboveground transformers which include oil storage containers and meet the qualifying criteria for Oil-filled Operation Equipment as defined in 40 CFR § 112.2. Ten (10) hydraulic fluid-filled aboveground elevators which include oil storage containers and meet the qualifying criteria for Oil-filled Operation Equipment as defined in 40 CFR § 112.2. The capacities and construction of the oil containers present at the facility are listed below in Table 1 All containers with a capacity of 55 gallons or more are included. Table 1: Oil Storage Containers Storage Tank Identification No. Storage Tank Location or Building Proximity Type of Tank (Underground or Aboveground) Tank Construction Tank Installation Date Design Capacity (Gallons) Contents Underground Storage Tanks (UST) for heating oil which are excluded from definition of UST under 40 CFR § 280.12 and subject to 40 CFR Part 112 TANK 42 203 (Boiler Plant) Underground DW FRP 1989 30,000 Diesel TANK 43 Underground DW FRP 1989 30,000 Diesel TANK 44 Underground DW FRP 1989 30,000 Diesel TANK 45 Underground DW FRP 1989 30,000 Diesel TANK 46 Underground DW FRP 1989 30,000 Diesel TANK 47 Underground DW FRP 1989 30,000 Diesel TANK 70 Underground Concrete/Steel 1989 25,000 Diesel Underground Storage Tanks (UST) for emergency generators §280.10(d) are presently deferred from Release Detection requirements under Subpart D of Part 280 and subject to 40 CFR Part 112(Note: Deferral will be rescinded October 13, 2018) TANK 48 203 Underground DW FRP 1989 2,500 Diesel TANK 52 210 Underground DW FRP 1989 1,000 Diesel TANK 53 200 Underground DW FRP 1991 8,000 Diesel TANK 59 218 Underground DW FRP 1986 1,000 Diesel TANK 60 212 Underground DW FRP 1986 1,000 Diesel TANK 61 215 Underground SW FRP 1986 1,000 Diesel TANK 62 219 Underground SW FRP 1986 1,000 Diesel Underground Storage Tanks (UST) subject to all of the technical requirements of Part 280 and therefore exempt from this Plan under 40 CFR § 112 TANK 49 T-127 Underground DW FRP 1991 4,000 Gasoline TANK 50 32 Underground DW FRP 1991 550 Gasoline TANK 51 30 Underground DW FRP 1991 550 Diesel Aboveground Storage Tanks (AST) subject to 40 CFR Part 112 TANK 54 16 Aboveground SW Steel, SC 1996 1,000 Used Oil TANK 74 Aboveground SW Steel Unknown 120 Motor Oil TANK 75 Aboveground SW Steel, SC Unknown 120 Motor Oil TANK 76 Aboveground Steel Unknown 100 Solvent TANK 90 27 Aboveground SW, Steel Unknown 250 Diesel TANK 71 92 Aboveground Convault, DW Stl Unknown 1,000 Diesel TANK 55 T-127 Aboveground Steel 1996 1,000 Diesel TANK 66 200N Aboveground SW, Steel, SC Unknown 100 Diesel TANK 82 200 Aboveground Steel Unknown 250 Veg. Oil TANK 84 210 Aboveground Steel Unknown 75 Diesel TANK 32 212 Aboveground Steel 1979 100 Diesel TANK 79 213 Aboveground Steel Unknown 1,000 Diesel TANK 40 Aboveground Steel 1972 100 Diesel TANK 80 214 Aboveground Steel Unknown 1,000 Diesel TANK 35 Aboveground SW Steel, SC Unknown 100 Diesel TANK 34 215 Aboveground SW Steel, SC Unknown 100 Diesel TANK 81 216 Aboveground Steel Unknown 1,000 Diesel TANK 33 Aboveground SW Steel, SC Unknown 100 Diesel TANK 31 218 Aboveground SW Steel, SC 1979 100 Diesel TANK 65 219 Aboveground Steel Unknown 100 Diesel Table1: Oil Storage Containers (Continued) Storage Tank Identification No. Storage Tank Location or Building Proximity Type of Tank (Underground or Aboveground) Tank Construction Tank Installation Date Design Capacity (Gallons) Contents able 55-gallon drums subject to 40 CFR Part 112 DRUMS 16 Aboveground Steel Unknown Installation Date 4 @ 55-G Lubrication Oil Stationary Oil-Filled Aboveground Emergency Generators as defined in 40 CFR § 112.2 TANK 36 200 Aboveground SW Steel, SC 1972 275 Diesel TANK 69 203 Aboveground SW Steel 1989 175 Diesel TANK 84 12 Aboveground SW Steel Unknown 300 Diesel TANK 85 203 Aboveground SW Steel 2008 400 Diesel STATIONARY 8 38431 S/N PE6068L176606 B-13 (Laundry)-STNDBY Aboveground SW Steel 2000 300 Diesel Portable Oil-Filled Aboveground Emergency Generators as defined in 40 CFR § 112.2 TANK 63 16 Aboveground SW Steel Unknown 200 Diesel TANK 64 16 Aboveground SW Steel Unknown 100 Diesel PORTABLE 127656/ S/N:4695432 Pharmacy Aboveground SW Steel 2010 200 Diesel PORTABLE 2 33226/ S/N:46969751 Well House 3 Aboveground SW Steel 2000 200 Diesel PORTABLE 3 40367/ S/N:1408532 STNDBY Aboveground SW Steel 2014 342 Diesel PORTABLE 4 40368/ S/N:1408530 STNDBY Aboveground SW Steel 2014 342 Diesel PORTABLE 5 40371/ S/N:1409607 STNDBY Aboveground SW Steel 2014 459 Diesel PORTABLE 6 40369/ S/N:1403085 STNDBY Aboveground SW Steel 2014 342 Diesel PORTABLE 7 40370/ S/N:1403084 STNDBY Aboveground SW Steel 2014 342 Diesel Oil-Filled Aboveground Transformers as defined in 40 CFR § 112.2 TRANSFORMER 1 Aboveground SW Steel Unknown 171 Di-Electric Fluid TRANSFORMER 2 Aboveground SW Steel Unknown 318 Di-Electric Fluid TRANSFORMER 5 Aboveground SW Steel Unknown 145 Di-Electric Fluid TRANSFORMER 6 Aboveground SW Steel Unknown 175 Di-Electric Fluid TRANSFORMER 7 Aboveground SW Steel Unknown 175 Di-Electric Fluid TRANSFORMER 8 Aboveground SW Steel Unknown 229 Di-Electric Fluid TRANSFORMER 9 Aboveground SW Steel Unknown 310 Di-Electric Fluid TRANSFORMER 11 Aboveground SW Steel Unknown 318 Di-Electric Fluid TRANSFORMER A 12 Aboveground SW Steel Unknown 371 Di-Electric Fluid TRANSFORMER B 12 Aboveground SW Steel Unknown 171 Di-Electric Fluid TRANSFORMER 17 Aboveground SW Steel Unknown 225 Di-Electric Fluid TRANSFORMER 20 Aboveground SW Steel Unknown 225 Di-Electric Fluid TRANSFORMER 23 Aboveground SW Steel Unknown 145 Di-Electric Fluid TRANSFORMER 26/27 Aboveground SW Steel Unknown 116 Di-Electric Fluid TRANSFORMER 36 Aboveground SW Steel Unknown 150 Di-Electric Fluid TRANSFORMER 65 Aboveground SW Steel Unknown 225 Di-Electric Fluid TRANSFORMER 89 Aboveground SW Steel Unknown 170 Di-Electric Fluid TRANSFORMER A 92 Aboveground SW Steel Unknown 280 Di-Electric Fluid TRANSFORMER B Aboveground SW Steel Unknown 280 Di-Electric Fluid TRANSFORMER B1 200 Aboveground SW Steel Unknown 334 Di-Electric Fluid TRANSFORMER B2 Aboveground SW Steel Unknown 380 Di-Electric Fluid Table1: Oil Storage Containers (Continued) Storage Tank Identification No. Storage Tank Location or Building Proximity Type of Tank (Underground or Aboveground) Tank Construction Tank Installation Date Design Capacity (Gallons) Contents TRANSFORMER C1 200 Aboveground SW Steel Unknown 334 Di-Electric Oil TRANSFORMER C2 Aboveground SW Steel Unknown 380 Di-Electric Oil TRANSFORMER E Aboveground SW Steel Unknown 319 Di-Electric Oil TRANSFORMER Aboveground SW Steel Unknown 496 Di-Electric Oil TRANSFORMER 203 Aboveground SW Steel Unknown 177 Di-Electric Oil TRANSFORMER 210 Aboveground SW Steel Unknown 229 Di-Electric Oil Oil-Filled Aboveground Elevators as defined in 40 CFR § 112.2 ELEVATOR 5 Aboveground SW Steel Unknown 75 Hydraulic Oil ELEVATOR 6 Aboveground SW Steel Unknown 190 Hydraulic Oil ELEVATOR 7 Aboveground SW Steel Unknown 190 Hydraulic Oil ELEVATOR 8 Aboveground SW Steel Unknown 190 Hydraulic Oil ELEVATOR 9 Aboveground SW Steel Unknown 190 Hydraulic Oil ELEVATOR 10 Aboveground SW Steel Unknown 150 Hydraulic Oil ELEVATOR 11 Aboveground SW Steel Unknown 140 Hydraulic Oil ELEVATOR 12 Aboveground SW Steel Unknown 200 Hydraulic Oil ELEVATOR P6 200N Aboveground SW Steel Unknown 275 Hydraulic Oil ELEVATOR P7 200N Aboveground SW Steel Unknown 275 Hydraulic Oil Facility Total Oil Container Volume Storage: 246,315 GALLONS 3.2. APPLICABLE DOCUMENTS, STANDARDS, LAWS AND/OR REGULATIONS: This work is required to keep the facility within Federal and State compliance regulations of all Joint Commission Accreditation of Healthcare Organizations (JCAHO) requirements. The Contractor shall inspect, maintain, and repair all petroleum fuel and oil storage containers, performing the work in accordance with, but not limited to, the following: EPA's Underground Storage Tanks (USTs) Laws and Regulations Energy Policy Act of 2005 40 CFR 280 (USEPA); 6 NYCRR Part 613, Petroleum Bulk Storage Oil Pollution Act of 1990 (OPA 90) including 40 CFR 112 et al; Article 12 of the New York State Navigation Law; Title 6 New York Codes, Rules and Regulations Part 610 (6 NYCRR 610); Suffolk County Department of Health Services Articles 12 and 18; New York State Department of Environmental Conservation (NYSDEC) Petroleum Bulk Storage/ Major Oil Storage Facility requirements Petroleum Bulk Storage (PBS) Law - Article 17, Title 10, of the Environmental Conservation Law Spill Prevention, Control, and Countermeasures (SPCC) Plan as required by EPA's 40 CFR 112; 33 CFR 154 (United States Coast Guard or USCG); and All other applicable Local, County, State, and Federal laws / regulations. This above list is not an all-inclusive; therefore, it is the responsibility of the Contractor to ensure all applicable standards, policies, regulations, and/or governing bodies not listed here are adhered to. Furthermore, Contractor is responsible to adhere to all current additions of applicable standards, policies, regulations, and/or governing bodies. 3.3. GENERAL REQUIREMENTS & SPECIFICATIONS: Contractor shall provide all labor, supplies, materials, supervision, and transportation required for the inspection of Government owned USTs, ASTs, Di-electric fluid filled Transformers, Stationary and Portable Generators having on-board fuel storage tanks, Elevator hydraulic fluid filled tanks, oil containing drums, and other listed oil containers at the facility. Contractor shall provide the following for inspection services, including but not limited to: The Contractor is responsible for visual inspection and minor operations and maintenance (O&M), of all tanks, piping, and appurtenances including, but not limited to: Visual Inspection of piping; Inspections of ASTs secondary containment structures. If water is present with no petroleum sheen, drain and resecure valve-locking mechanism. If fuel or oily water is observed: Evacuate fluids, Transport and recycle waste fluids as appropriate and provide documentation/ certification of proper handling and a Certificate of Recycling, and Investigate the origin of fluids, provide a report of findings to the Environmental Engineer (GEMS Coordinator) / Contract Officer Representative (COR) and effect repairs as necessary; Inspect tank anti-corrosion coatings, and maintain including but not limited to cleaning, rust-removal, and painting. Leak detection and Automatic Tank Gauging (ATG) systems ; Test Tank overfill alarm systems and repair as necessary; Immediate removal of fluids from USTs Tank-Top and Fuel Dispenser Containment Sumps; Immediate removal of fluid accumulation in secondary containment of piping or tanks. Any deficiencies identified during the visual inspection program must be repaired promptly repaired (not to exceed the following 30-Day Walk-through in cycle). Documentation of adequate response measures for all deficiencies identified during the visual inspection is maintained together with the completed inspection logs. In addition to response measures provided as a result of the monthly inspection program, discharges that result in a loss of liquid from tank walls, piping, or any other component must be repaired as soon as possible to prevent a larger spill or a discharge to the sanitary or storm sewer system. Pooled oil, contained liquids with an oil sheen, or stained soil must immediately be reported to the VAMC Environmental Engineer and COR. Written monthly inspection records are signed by the Class A and B UST Operator(s) and maintained for a period of three (3)-years. A copy of the monthly inspection checklist is attached. PBS facilities are inspected annually by Federal, State, and/or County regulators. The Contractor shall provide Daily measurements and 10-Day Inventory Reconciliation for selected USTs fuel storage tanks, the Class A / B UST certified Operator monthly inspections, monitoring system certifications, of all seventeen (17) Underground Fuel Storage Tanks through the ATG monitoring system. 3.3.1. DAILY SERVICE FOR FUEL AND OIL USTs: The Contractor is to perform on a daily basis release detection of USTs and associated piping according to 40 CFR Part 280, Technical Standards and Corrective Action Requirement for Owners and Operators of USTs, and 6 NYCRR Part 613. Field work must be conducted by personnel holding valid NYSDEC Classification A and B UST Operator Certification. 3.3.1.1. Daily monitoring of each facility UST to include the following: 3.3.1.1.1. Gallons of petroleum. 3.3.1.1.2. Gallons of petroleum consumed during each day. 3.3.1.1.3. Height of gasoline. 3.3.1.1.4. Height of water in each UST. 3.3.1.1.5. Presence of fluids in tank-top sumps. 3.3.1.2. Using the daily data gathered on a daily basis, calculate draw-down vs. consumption of fuel from the UST to determine if it equals the fuel draw from the tank. Prepare a 10-Day Petroleum Inventory Reconciliation Report consistent with 6 NYCRR Part 613. 3.3.1.2.1. Provide 10-Day Petroleum Inventory Reconciliation Report for all USTs to the COR and Environmental Engineer within three (3) business days of each completed 10-Day cycle. 3.3.1.2.2. 10-Day Petroleum Inventory Reconciliation Report cycles are to be concurrent for all USTs. 3.3.1.2.3. If determined the fuel level draw-down from USTs exceeds the consumption, or if significant discrepancies are measured / calculated potentially indicating an oil release has potentially occurred, immediately notify the COR, Engineering Chief, and Environmental Engineer. 3.3.2. WEEKLY) SERVICE FOR FUEL AND OIL USTs: Functional testing of containment and double-wall sensors is required through the use of fail-safe sensor designs that allow systems to self-detect and alert to sensor failure, manufacturers, including Veeder-Root, have maintained that properly installed systems need little inspection, provided that sensor status is routinely evaluated either remotely or through the collection of weekly leak detection system reports. Field work must be conducted by personnel holding valid NYSDEC Classification A and B UST Operator Certification. The Contractor is to perform on a weekly basis Automatic Tank Gauging (ATG) Leak Tank Status of Self-Testing Diagnostics and Leak Detection results for all USTs and associated piping systems according to 40 CFR Part 280, Technical Standards and Corrective Action Requirement for Owners and Operators of USTs, and 6 NYCRR Part 613. 3.3.2.1. Weekly testing of containment and double wall sensors is to be performed. Printouts of ATG Tank Status of Self-Testing Diagnostics and Leak Detection results for all USTs to be conducted and provided to the COR, and Environmental Engineer. 3.3.2.2. If ATG results indicate an oil release has potentially occurred, immediately notify the COR, Engineering Chief, and Environmental Engineer. 3.3.2.3. The following shall be applied to each ATG monitoring and Tank Overfill system (i.e. Veeder-Root, Omntec, and other brands), but not limited to: 3.3.2.3.1. Inspect the tank monitoring system to ensure all components are in optimum working order including hands-on functional testing of sensors and probes for damage and/or residue build-up by manufacturer licensed and certified technicians. 3.3.2.3.2. Verify calibration of the liquid level detections systems in accordance with manufacturer recommendations. 3.3.2.3.3. If repairs are necessary, Contractor shall notify the COR and document the repair required in the monthly inspection records. If the repair requires a minor adjustment or lubrication of part as scheduled maintenance, the Contractor will affect such a repair under this contract. 3.3.3. MONTHLY 30-DAY WALK-THROUGH VISUAL INSPECTIONS OF USTs, ASTs, TANKS, ELEVATOR HYDRAULIC TANKS, STATIONARY / PORTABLE GENERATOR TANKS, TRANSFORMERS, AND OTHER LISTED FUEL AND OIL CONTAINERS REQUIRED BY SPILL PREVENTION, CONTROL, AND COUNTERMEASURE (SPCC) PLAN: 3.3.3.1. A NYSDEC Classification A and B certified UST Operator shall conduct mandatory 30-Day Walk-through Inspections to visually evaluate tanks, fuel dispensers, and other oil containment systems detailed in Table 1. The monthly inspections are designed to incorporate all applicable elements and cover the following key features: Observe the tank fill and discharge pipes for signs of poor connection that could cause a discharge; Inspect the tank vent for obstructions and proper operation; Verify the proper functioning of overfill prevention and interstitial space monitoring systems; Document a status printout from the Veeder-Root and Omntec automatic tank gauging systems for each liquid sensor alarm; Check the integrity of manhole and sump covers for cracks, holes or bulges; Inspect all containment sumps for visual damage to the sump, for the presence of regulated substances or any indication that a release may have occurred, and that the sumps are free of water, product and debris; Inspect groundwater monitoring wells for presence of petroleum odor or visible sheen; Inspect emergency shutoffs, dispensers, hoses, breakaways, hardware, visible product piping, and other equipment for signs of deterioration, leaks, corrosion, and maintenance deficiencies; Verify that all required signs are fully visible and all communication systems are in place and operational; Check the inventory of discharge response equipment and restocking as needed. Inspect ASTs secondary containments for fluids, leaks, or debris and discharge valve-locking as applicable; Check for presence and condition of spill protection equipment damage; Ensure fill caps are securely fitted on fill pipes; Ensure tank identification signage is adequate; Generate report of conditions and send to the COR and Environmental Engineer (GEMS Coordinator). 3.3.3.2. The visual condition inspection will be documented on a form and format specified in the SPCC Plan. 3.3.3.2.1. If indications of oil release are detected through sensory perception or ATG equipment from oil containers, piping, within secondary containment, etc., during the monthly inspection, immediately notify the COR, Engineering Chief, and Environmental Engineer. 3.3.3.3. A Monthly Tank Inspection Report will be provided to the VAMC COR and Environmental Engineer within (seven) 7-business days of the inspection event. 3.3.3.3.1. Complete sets of inspection records to be maintained at Contractor s place of business and provided to the VAMC Environmental Engineer. 3.3.4. CONDUCT BI-ANNUAL GROUNDWATER MONITORING SAMPLING AND ANALYSES 3.3.4.1. Provide a schedule of groundwater sample collection activities to the COR a minimum of three (3)-business days prior to implementation. 3.3.4.2. Collect and analyze aqueous samples from Groundwater Monitoring Well Nos. GMW-1, GMW-2, and GMW-3R on a bi-annual basis. 3.3.4.3. Analyses and analytical methodologies shall be consistent with Spill Technology and Remediation Series - Memorandum No. 1 (STARS) for aqueous samples using a Standard Turn-Around Time (TAT). 3.3.4.4. Reporting of results summarizing sampling collection data (and including field notes, worksheets, etc.) will be provided to the VANC COR and Environmental Engineer within 30-day following sample collection. 3.3.5. ANNUAL SERVICE FOR FUEL AND OIL TANKS AND CONTAINERS: Field work must be conducted by personnel holding valid NYSDEC Classification A and B UST Operator Certification. 3.3.5.1. Perform Tank tightness testing using 6 NYCRR Part 613 Subpart 2 / Subpart 3 and Suffolk County Department of Health Services approved methods as applicable for all facility USTs detailed in Table 1, and provide reports of results. 3.3.5.2. Perform annual piping pressure tests for leak detection at all storage tanks and provide reports of results. 3.3.5.3 Certify Tank Overfill systems are fully functional and are in accordance with manufacturer recommendations. 3.3.5.4. Annual certification of tank monitoring system instrumentation. This will include additional systems installed (under a separate Contract), and made operational during the contract period. 3.3.5.5. Annual spill bucket testing certification. (Note: Not all Underground Storage Systems (USS) currently have spill buckets. As additional spill buckets are installed (under a separate Contract), VAMC notification will be made indicating that implementation of the testing / certification is required). 3.3.5.6. Annual USTs Tank-Top and Fuel Dispensers Containment Sumps Integrity testing. certification, and reporting. (Note: Not all Underground Storage Systems (USS) currently have spill buckets. As additional spill buckets are installed (under a separate Contract), VAMC notification will be made indicating that implementation of the testing / certification is required). 3.3.6. PARTS FOR MINOR REPAIRS NOT REQUIRING UNSCHEDULED MAINTENANCE / REPAIR SERVICE WORK ORDER: 3.3.6.1. Contractor shall only furnish new standard non-proprietary parts meeting the original equipment manufacturer specifications. 3.3.6.2. Contractor shall inspect, adjust, lubricate, replace parts, repair and ensure equipment is safe and reliable as required by manufacturer s specifications. All malfunctioning parts shall be replaced immediately to prevent undue down time and to ensure safe operation. 3.3.6.3. Parts incorporated into a minor repair become the property of the Government. Replaced parts are to be disposed of by the Contractor after obtaining approval from the COR. 3.3.6.4. Contractor shall dispose any hazardous materials resulting from the tank operation and maintenance in accordance with Federal, State, County, and Local guidelines. 3.3.7. ADDITIONAL REQUIREMENTS: 3.3.7.1. Contractor shall perform initial event of 3-year interval fuel dispenser containment sump integrity testing and reporting for 2-dispensers located near Building T-127 as consistent with 40 CFR Part 280. 3.3.7.2. Contractor shall perform initial event of 3-year interval USTs containment sump integrity testing and reporting at 15-locations from Table 1. for 2-dispensers located near provide two (2) annual training classes per contract period for VAMC employees in accordance with the UST Operator Classification C Training required by the NYSDEC. Training is to be conducted at the VAMC-Northport facility. The facility Engineering Service will determine which Attendees must be present, and make all necessary training arrangements for training implementation. 3.3.7.3. Contractor shall provide two (2) annual training classes per contract period for VAMC employees in accordance with the UST Operator Classification C Training required by the NYSDEC. Training is to be conducted at the VAMC-Northport facility. The facility Engineering Service will determine which Attendees must be present, and make all necessary training arrangements for training implementation. 3.3.7.4. Contractor shall provide documentation for all minor repairs conducted, forms, photos of repair and/or installation, warranties with installation date, and description of equipment in accordance with the Provisions of the Energy Policy Act of 2005 to the COR. 3.3.7.5. Contractor shall notify and coordinate monthly UST, AST, and other listed oil containers inspection dates and times with COR a minimum of three (3)-business days in advance of conducting the inspection. 3.3.7.6. Contractor shall ensure that all tanks, oil containers, and systems are in optimum working condition by testing the equipment after any repairs are completed. 3.3.7.7. Record-Keeping: 3.3.7.7.1. Contractor must demonstrate, prior to Project Award, that his/her firm has the organization, ability, and an existing and proven record-keeping system to provide and maintain regulatory-required records for large-scale, institutional clients with a variety of fuel and oil containment systems, including USTs and ASTs. 3.3.7.7.2. Contractor must demonstrate that his/her firm has sufficient licensed employees to service this contract. 3.3.7.7.3. Contractor will maintain a double set of records for tank inspections: one provided to the facility Environmental Engineer, and the second set is to be maintained at Contractor s office. 3.3.7.7.4. Records will be maintained and provided in both electronic and hard-copy forms. 3.3.7.7.5. Contractor must keep the last 30 days of leak monitoring results at the VAMC-Northport facility at all times. 3.3.7.7.6. All leak detection records must be available for at least three (3) years. Records of any maintenance, repairs alarms, calibration or investigations must also be available for three (3) years. 3.3.7.8. UNSCHEDULED MAINTENANCE: Contractor shall immediately report when significant repairs beyond Scheduled Maintenance are required to the VAMC COR, Engineering Chief, and Environmental Engineer. The category of significant repairs will be addressed as Unscheduled Maintenance, and will be outside the boundaries of this Scope of Work. 4.0 CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. Furthermore, Contractor and Contractor s employees performing on this contract shall have, but not limited to the following qualification, experience, licenses, and certifications: 4.1. Classification A and B UST Operator certificate issued by the NYSDEC. 4.2. Classification For Annual Tightness Testing and Monitoring Equipment Certifications, the Contractor must have a service technician with a current Tank Testers License for the testing process being used. 4.3. For leak detection and tank overfill systems work, the Contractor must use an employee or other entity that holds current manufacturers certification for work on the specific system being evaluated or repaired. The technician must provide proof of training and certification through the developer of the testing equipment or method being used, or through the manufacturer of secondary containment component being tested. 4.4. Certified New York State Classification A and B UST Operators shall submit to the County and State regulatory agencies statements of Classification A and B UST Operator Training and understanding of and compliance with the UST requirements on behalf of the VAMC-Northport. 4.5. The Contractor shall provide training certificates on the assigned USS equipment for their personnel. 4.6. A thorough knowledge of low voltage power electricity and instrumentation combined with a certification to repair UST instrumentation is required. 4.7. Confined Space Entry (CSE) Training certification and documentation of Annual Refresher Training must be provided to the VAMC-Northport Engineering Service Safety Manager a minimum of 2-business days prior to such work. CSE and Rescue Plans consistent with the facility s Confined Space Program (provided upon request). A CSE Permit prepared by the VAMC-Fire Department is required for all CSE work including entry into tanks vaults, pits, silos, etc. as detailed by Occupational Safety & Health Administration (OSHA) 29 CFR1910 when performing confined space tasks. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. 5.0 SAFETY REQUIREMENTS: 5.1. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VAMC-Northport shall comply with applicable Federal, State, County, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 5.2. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 5.3. For the duration of the repairs- no fuel deliveries are allowed. 5.4. Some contaminated water may be generated because of secondary containment testing. It will be responsibility of the facility to dispose any waste material. 5.5. Confined Spaces: 5.5.1 Contractor shall abide OSHA s standard for confined spaces (29 CFR 1910.146) which contains the requirements for the practices and procedures to protect employees in general industry from the hazards of entering permit spaces. 5.5.2. Confined Spaces: A confined space is a space large enough and so configured that an employee can bodily enter and perform assigned work. In addition, it has limited or restricted means for an entry and is not designed for continuous employee occupancy. Pits, excavations, tanks, vaults, boilers, storage bins, compartments, silos, vats, tubs, ducts, pipelines, sewers are typical confined spaces. 5.5.3. Contractor shall present a work plan and Health and Safety Plan must be submitted and approved prior to any work. Shall be in compliance with OSHA Requirements and VAMC Policy and Confined Space Program (Center Memorandum 138-043) regarding Confined Spaces. 6.0 CHECK IN/ OUT PROCEDURES & REPORT REQUIREMENTS: The Contractor shall check in and coordinate with the COR prior to performing work tasks. 6.1. For services to be performed during normal working hours, the Contractor shall report upon arrival to the Engineering Service Department, and sign in before proceeding to the job site. This check in is mandatory. 6.2. After the work is completed, the Contractor shall submit in writing, a report of service rendered to the Engineering Service Office, Bldg. 10, Room 216. As a minimum, this report shall contain a detailed description of any service performed and any recommendations necessary to meet regulations. A complete report shall be submitted to the COR by email within fifteen (15) working days. 6.3. For repairs or services required during other than normal working hours (8am to 4:30pm, Sunday through Saturday), the contract service technician is still required to report upon arrival to the COR prior to repairs. The contract service technician is also required to complete a report for service rendered and leave it with Safety Office. Both the check-in and check-out procedures defined above are mandatory and shall be strictly enforced. 7.0 CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 8.0. VA POLICY: Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 10.0. PARKING POLICY: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 11.0. IDENTIFICATION BADGES: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 12.0. SMOKING POLICY: Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas. 13.0. NORMAL WORKING HOURS: Contractor shall be performing services between the hours of 8:00am through 4:30pm Sunday through Saturday, with exceptions to National Holidays. 14.0. OVERTIME AND NATIONAL HOLIDAYS: Any overtime 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. When one of the holidays fall on a Sunday, the following Monday will be observed as a National holiday. When one of the holidays fall on a Saturday, the preceding Friday will be observed as a National holiday. The Contractor IS required to provide service on the following U.S. Government holidays and shall be paid for these days: New Year s Day January 1 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 4 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 15.0. MANAGEMENT PROGRAM REQUIREMENTS The following deliverables and components constitute the Government s requirements for Program Management: 15.1. DOCUMENT / PROCEDURE MANAGEMENT The Contractor shall develop, maintain, and implement procedures for the conduct of work performed under this contract for normal, abnormal, and emergency conditions. The specific procedures required shall be commensurate with the significance of activity to the mission, the protection of staff, the protection of the environment, and the security and protection of property. Development, administration, and management of the procedures shall conform to the requirements of the VAMC-Northport Document/Procedure Management Program. All documents and procedures generated as a result of performing work under this contract are the property of the VAMC-Northport. 15.2. RECORDS MANAGEMENT All records generated as a result of performing work under this contract are the property of the VAMC-Northport. Records shall be legible, readily identifiable, retrievable, and traceable to the activity for which they were generated. The Contractor shall develop, maintain, and implement a procedure for the control of such records. The procedure, which may be included in the Contractor s Quality Control Plan, shall be approved by VAMC-Northport and include at a minimum, requirements for storage, protection, retention. 15.3. MEETINGS In addition to meetings deemed appropriate by the Contractor s management team, the Contractor and staff shall participate and contribute in meetings as requested by VAMC-Northport. Minutes of meetings defined in the Contractor s Project Management Plan and/or Quality Management Plan shall be maintained by Contractor and provided to VAMC-Northport COR within one (1)-week of the conclusion of each event. 15.4. CONTRACT MANAGER The Contract Manager (CM) shall be technically qualified in the field of PBS facilities and systems management and should have, as a minimum, three (3) years of experience in PBS facilities and systems O&M. Before removing, replacing, or diverting the designated CM, the Contractor shall provide timely (nominally thirty (30) days) notification to the government. The written justification (including proposed substitutions) will be of sufficient detail to permit evaluation of the impact on this contract and on-going task performance. The Contractor shall make no change to the CM without the government s written consent. 15.5. REQUIRED AND PREFERRED TRADES/SUPPORT TEAM QUALIFICATIONS In addition to the CM, the entire on-site Contractor s trades/support team shall be considered as the Contractor once the contract is in place. The Contractor shall establish an organization and define qualification requirements based on VAMC-Northport operations and contractual requirements for those key personnel not defined above. To assist offerors in defining qualifications of their full team, qualifications that VAMC-Northport considers required versus preferred are included described below: Functional Managerial Role Required Qualifications Utilities 10 years PBS management and equipment O&M experience in an industrial facilities environment requiring a high degree of quality assurance and control. Health and Safety Minimum five (5)-years experience in developing and implementing safety and health programs in a similar PBS environment. Environmental Management Minimum five (5)-years environmental compliance experience in relevant operations (e.g. chemical storage and distribution, and hazardous waste management) 15.6. SUPERVISORY PRESENCE CM The Contractor shall have supervisory presence available during normal business hours, 8:00am-4:30pm. The on-site Operator shall have responsibility to communicate with both the off-site Supervisor/CM and VAMC-Northport Point of Contact at all times when on-site work is being conducted. If Contractor identifies condition(s) that are indicative of immediate environmental or safety hazard to Contractors, VAMC staff, the general public, communication of the condition or finding must be made directly to both the CM and the VAMC Point of Contact at the time of observation and discovery. Supervisor/CM shall direct all work being performed by Contractor employees at the time and shall be authorized to call in additional resources as necessary to address issues considered to be urgent (e.g. conditions that compromise the operability or reliability of critical systems; etc.). 15.7. TRAINING AND QUALIFICATIONS All Contractor personnel shall be qualified to perform the work they are assigned under normal, abnormal, and emergency conditions. The Contractor shall define and implement an effective and efficient program to systematically determine training and qualification needs/requirements and assure that the requirements are satisfied for all staff on an on-going basis. Training and qualification requirements shall meet applicable regulatory requirements and standards adopted by VAMC-Northport management and are commensurate with the importance, complexity, and risks associated with the work performed. All on-site Contractor Technicians and workers must successfully complete and be certified for New York State Department of Environmental Conservation (NYSDEC) Class A and B UST Operator Training and examination. The Contractor shall ensure that testing and repairs are implemented by workers and/or technicians who are manufacturer certified and qualified (where applicable) for specific tasks and processes being implemented. All licenses and certifications are kept current, maintained on file, and provided proactively to the Government in advance of conducting work. 15.8. DRUG AND ALCOHOL TESTING No Contractor personnel are permitted on VAMC-Northport property under the influence of alcohol or drugs. The Contractor shall define and implement a drug and alcohol testing and evaluation program for: Random testing of all personnel involved in motor vehicle operations Testing of personnel directly involved in a significant accident to determine if drug or alcohol impairment contributed to the accident. 15.9. WORK PLANNING AND CONTROL The Contractor shall assure that potential environment, safety, health, and security issues/risks are identified and appropriately controlled. The Contractor shall solicit and address worker feedback to understand and prioritize work that is and will be conducted, what functional areas, equipment, and ancillary services should be involved in work planned, and to address drawing updates and of additions to equipment maintenance records. While VAMC-Northport will provide all oversight and management of projects such as Upgrades-related activities, the input and views of the Contractor management and technical staff are important to assure the effectiveness and efficiency of designs and construction approaches. Engineering Support, small scale construction, repairs, and alterations, and Task Management duties will be supplied by the Contractor to support normal equipment and systems maintenance and repair functions. 15.10. CONTRACTOR PROPERTY / GOVERNMENT FURNISHED PROPERTY The Contractor is responsible for the control and accountability of Government property on behalf of VAMC-Northport. Contract property is all property, both real and personal, that is used in performing a contract. It includes facilities, material, special tooling, special test equipment, and agency-specific property and data (such as electronic documentation, system passwords, etc.). Contract property includes both Contractor-Acquired Property (CAP) and Government-Furnished Property (GFP) in the possession of Contractors. 15.10.1. Control and Accountability of Contract Property: Effective control and accountability must be maintained for all contract property as an integral part of VAMC-Northport contracts. 15.10.2. Contractor Responsibilities: Contractor responsibilities, as they relate to contract property, are detailed in the contract provision and include the following specific requirements: Use Contract Property as it was authorized and for the purpose intended Account for all contract property in workers possession, whether Contractor Acquired Property (CAP) or Government Furnished Property (GFP) Establish and maintain a property control system to control, protect, preserve, maintain and disposition of all contract property 15.10.3. Property Control System: The Contractor will provide a property management system that effectively manages materials, equipment, spare parts, and general property assets that are provided to them as GFE, or are procured by them. Life cycle management considerations and minimization of storage space are ongoing concerns. 15.11. EMERGENCY / INCIDENT PREPARDNESS AND RESPONSE The VAMC-Northport relies heavily on the capabilities of the Contractor to safely and effectively respond to PBS environmental emergencies. In this regard, all staff personnel are considered emergency response personnel and have roles commensurate with their knowledge and skills. In addition to technical program requirements for Emergency Preparedness and Response, Contractor staff will support the implementation of VAMC-Northport s PBS environmental emergency/incident response plans. The Contractor will also be responsible for participating in exercises and drills to test the preparedness of emergency response. The Contractor shall develop and keep current, contact information including home phone numbers and cell phone numbers for use in PBS environmental emergency preparedness / response plans. 15.12. PUBLIC AFFAIRS AND EXTERNAL COMMUNICATIONS The Contractor shall coordinate with the COR prior to any and all communications with VAMC-Northport, regulators and other authorities related to VAMC-Northport operations. The Contractor shall not represent VAMC-Northport management in any communications (oral or written), and shall not discuss VAMC-Northport operations to any media outlets, unless authorized by VAMC-Northport. 15.13. AUDITS The Contractor shall cooperate fully and openly with Federal, State, County, and Local authorities conducting reviews or audits of VAMC-Northport PBS operations. Upon completion of audits, the Contractor shall review the results of the audit and assist the Government with developing Corrective Action Reports and implementing and managing actions and due dates until completed. The Contractor shall also assist the Government to incorporate preventive measures within PBS processes to ensure permanent resolution to either internally or externally identified issues. 15.14. COMPLIANCE Throughout this SOW, specific VAMC-Northport policies and procedures etc. are referenced. The Contractor shall also be responsible to follow the requirements of other procedures applicable to PBS operations that are developed (or improved) by, or on behalf of, VAMC-Northport. Depending on resources required to implement such procedures VAMC-Northport will consider the need to authorize a change request to the project baseline. 15.15. STAFFING PLAN The Contractor shall develop and implement a staffing plan. The preliminary plan shall be provided with the proposal. The staffing plan shall: Define who is an employee or a subcontractor, and who will be based primarily on site or at an off-station location. Include position descriptions and minimum qualifications for each position within the contract. Define, and proactively provide documentation of regulatory (OSHA, NYSDEC) and technical discipline (American Petroleum Institute, Leak Detection Systems) certifications, training, and qualification requirements for all Contractor and Subcontractor staff to perform their PBS inspection, O&M, and repair duties under normal, abnormal, and emergency conditions. 15.16. SAFETY, HEALTH, AND ENVIRONMENTAL MANAGEMENT Contractor staff and subcontractors shall be protected from illness or injury during the course of their work conducted under this contract. In addition, work conducted under this contract shall be conducted in a manner that demonstrates commitment to reduction or elimination of PBS pollution and integration of environmental stewardship. The Contractor shall develop and implement their operations as consistent with the environmental program defined by VAMC-Northport. The Contractor shall submit a Site-Specific Health and Safety Plan (SSHASP) with its proposal that comprehensively addresses the range of potential exposures and hazards expected to be experienced by Contractor staff during performance of this contract. The SSHASP shall be consistent with the Federal Occupational Safety and Health Administration (OSHA), Applicable Code Rules for the state of New York and Local Safety Requirements, and based on 29 CFR 1910 and AIHA/ANSI Z-10. Within 45 days after contract award, the Contractor shall submit a final SSHASP to the Contracting Officer for Government approval. The plan shall be implemented and maintained by the Contractor throughout the course of the contract. The Plan shall be reviewed and updated at a minimum of once a year and shall be resubmitted to the Contracting Officer for Government approval. The Contractor shall submit an Environmental Management Plan with this proposal based upon the range of environmental risks associated with VAMC-Northport operations and maintenance for which they have responsibility. This plan shall meet Federal, state, county, and other local environmental regulations, meet the requirements of Executive Order (EO) 13423 and EO 13514, and be consistent with ISO 14001. Within 45 days after contract award, the Contractor shall submit a final environmental management plan to the Contracting Officer for Government approval. The plan shall be implemented and maintained by the Contractor throughout the course of the contract The plan shall be reviewed and updated at a minimum of once a year and shall be resubmitted to the Contracting Officer for Government approval. 16.0. PERFORMANCE 16.1. CONTRACT TYPE: Firm Fixed Price 16.2. PERIOD OF PERFORMANCE The period of performance shall be for one (1) year from the date of award. This will be a base and up to four (4) one (1) year option renewals. 16.3. PLACE OF PERFORMANCE The primary place of performance will be the Government s facility at the VAMC-Northport located in Northport on Long Island, New York. The address for the VAMC-Northport is 79 Middleville Road, Northport, NY 11768. 16.3. HOURS OF OPERATION Work shall be performed during a normal week, Sunday through Saturday, with core hours from 8:00 am and 4:30 pm EST. Supervisory presence shall be provided by the Contractor during normal duty hours as well as emergency response capabilities. The Contractor s Support personnel shall be on-call to provide 24 hours a day, 7 days per week coverage to support for outages and other major problems and/or emergencies. The following protocol shall be followed and response times are listed below for use in establishing adequate staffing for response: EMERGENCY: WITHIN TWO (2) HOURS FROM NOTIFICATION URGENT: WITHIN EIGHT (8) HOURS STANDARD: WITHIN TWENTY-FOUR (24) HOURS ROUTINE: WITHIN FORTY-EIGHT (48) HOURS PERIODIC MAINTENANCE: +/- FIFTEEN (15) DAYS FROM DUE DATE OF SERVICE Bid MUST be good for 60 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q0283/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0283 36C24218Q0283_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4293954&FileName=36C24218Q0283-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4293954&FileName=36C24218Q0283-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Northport VAMC;79 Middleville Road;Northport, NY
Zip Code: 11768-2200
 
Record
SN04918900-W 20180512/180510230918-96c0f2e9585dcff12b9fa3a3c04c5fb3 (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 |
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.