Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
DOCUMENT

91 -- Tennessee Valley Healthcare System Fuel System Maintenance - Attachment

Notice Date
8/22/2018
 
Notice Type
Attachment
 
NAICS
213112 — Support Activities for Oil and Gas Operations
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9597
 
Response Due
8/29/2018
 
Archive Date
12/6/2018
 
Point of Contact
Stephen A. Clabough
 
E-Mail Address
edical
 
Small Business Set-Aside
Total Small Business
 
Description
Page 7 of 7 COMBINED SYSNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS (I) GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24918Q9561 Product or Service Code: 9140 Fuel Oils Set Aside: Small Business NAICS Code: 213112 Small Business Size Standard $38.5 Million Dollars This Combined Solicitation/Synopsis replaces solicitation number 36C24918Q9427 that was originally set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and 36C24918Q9561. (II) DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation is a Request for Quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2005-100, August 22, 2018. This combined/synopsis solicitation is set aside for Small Businesses in accordance with FAR 52.219-6. The acquisition will be made pursuant to the authority in FAR Part 13 to use simplified procedures for commercial items. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). (III) STATEMENT OF WORK All interested companies shall provide quotes for the following: Facility Fuel Maintenance TVHS Murfreesboro Campus 1. INTRODUCTION AND SCOPE OF WORK: Contractor shall furnish fuel filtration (polishing), inspection and treatment service as specified from October 1, 2018 through September 30, 2019. The services are required to ensure that diesel fuel in the generators, boiler plant holding tanks, and the fuel depot is maintained to an acceptable level to ensure constant readiness. 2. REQUIREMENTS: a. Diesel Fuel Tank Equipment Identification: Bldg. 2 generator 3800 gallons (Enclosure integral tank) Bldg. 5 generator 2600 gallons (Enclosure integral tank) Bldg. 7 generator 1000 gallons (UST), day tank Bldg. 8 generator 1000 gallons (UST), day tank Bldg.16 generator 1340 gallons (Enclosure integral tank) Bldg. 105 generator 3800 gallons (Enclosure integral tank) Bldg. 112 generator 3000 gallons (Enclosure integral tank) Fuel Depot 1000 gallons (UST) Bldg. 116 generator 500 gallons (AST) Boiler holding tank 1 30,000 gallons (UST) Boiler holding tank 2 30,000 gallons (UST) Boiler holding tank 4 30,000 gallons (UST) b. Polishing Requirements: Contractor shall polish fuel (minimum 3 cycles of total fuel volume filtered on all tanks other than the boiler plant holding tanks. Boiler plant holding tanks shall be filtered 1 cycle of total volume). Contractor shall polish fuel at 6-month intervals in the first year, in October and then again April. Contractor shall polish fuel once annually in April for each following option year. In terms of filtering equipment, the following minimums shall be performed: Must be able to filter particulate matter to a minimum size of 2 microns; Remove and separate water, free or dissolved to a minimum of 50PPM; and The Contractor will ensure fuel-pick up and return is separated at the fuel tank to prevent short circuiting of the fuel, preventing quality circulation within the fuel tank. c. Fuel Testing: Contractor shall test all fuel tanks quarterly using sampling bottles provided by the VA. Sampling bottles will be provided with specific instructions on how samples will be collected, sealed, and shipped. Fuel reports are to be returned to the VA within ten business days or as agreed to by the Contracting Officer Representative (COR). d. Fuel Maintenance Dosing: Contractor shall treat fuel tanks with maintenance dose additives provided by the VA on a quarterly basis. Schedule shall be Monday through Friday between the hours of 8:00 a.m. and 4:30 p.m. during the months of October, January, April, and July. Specific times and days will be coordinated with the COR. d. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. e. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment identified in paragraph 2a, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. f. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: (1) Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" Field Service Engineer (FSE) and a "fully qualified" FSE who will serve as the backup. (2) "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on fuel and fuel systems. (3) The Field Service Engineers shall be authorized by the Contractor to perform the inspection services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The Contracting Officer may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The COR and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. (4) If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. g. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of information related to the method and type of all test equipment which is to be used by the Contractor on VAMC's equipment. This information shall also be provided on a periodic basis when requested by the VAMC, or if the test equipment changes. 3. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest edition of the applicable NFPA Code, ANSI, CGA, USP and the Joint Commission on the Accreditation of Hospital Organizations (JCAHO) standards for Utility Maintenance Testing. 4. DELIVERY: a. Scheduled Maintenance (PM): This contract covers. b. REPORTING REQUIREMENTS: The Contractor shall be required to report to Engineering Office to log in for all services at the Murfreesboro Campus. This check-in is mandatory. The FSE shall be required to log out with the supervisor of the Equipment Shop after each visit. VA Contact Person(s): Rodney Borders, Maintenance Supervisor Location (Building/Room Number): Building 15, Murfreesboro Telephone Number & Extension(s): (615) 867-6000 extension 23972 Cell phone: 615-456-9805; FAX Number: 615-225-6411 5. PROGRESS AND COMPLIANCE DOCUMENTATION/REPORTS: Documentation is only required for above mentioned items. Documentation shall include: Time and volume of each filtration cycle. Amount and location of each maintenance dose of treatment. Time, date, and location of each test sample. Any deficiencies noted during the polishing or dosing cycles. b. PAYMENT: Invoices will be paid in arrears based upon receipt of service reports. Any additional charges claimed must be approved by the COR before the service is completed. 6. NOTES AND OTHER INFORMATION: There are no known security issues with this Statement of Work. Contractors are responsible for finding their own parking. Contractors required to obtain Temporary ID Badge from Engr Svc, Bldg. 6 Murfreesboro, while on VA property if not escorted during entire visit by an Engr Svc employee. End of Statement of Work (IV) CONTRACT LINE ITEM NUMBERS (CLIN) CLIN 1001 Base Period - Fuel Maintenance Services 10-01-2018 09-30-2019 CLIN 1002 Option Period 1 - Fuel Maintenance Services 10-01-2019 09-30-2020 CLIN 1003 Option Period 2 - Fuel Maintenance Services 10-01-2020 09-30-2021 CLIN 1004 Option Period 3 - Fuel Maintenance Services 10-01-2021 09-30-2022 CLIN 1005 Option Period 4 - Fuel Maintenance Services 10-01-2022 09-30-2023 FAR 52.217-8, Option to Extend Services is included in this RFQ. Pricing for this clause will be evaluated during the cost/price evaluation. The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. Evaluation of options shall not obligate the Government to exercise such options under any option clause. (V) DATE(S) AND PLACE(S) OF DELIVERY Delivery Address: Department of Veterans Affairs Alvin C. York VAMC 3400 Lebanon Pike Murfreesboro, TN 37129 (VI) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The offeror shall submit their quote on company letterhead and include the Price/Cost Schedule provided with the Statement of Work. Offeror shall include unit price, total, unit quantity and item description as specified above, as quoted discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective offerors must include appropriate references which must include all applicable company information. In addition, the quote shall include a separate narrative to specifically and clearly communicate: 1. The offeror s technical ability to meet the performance requirements and; 2. The ability to meet VAAR 852.219-10, Limitations of Subcontracting. Submitted licensing and insurance must be in the name of the prime contractor and only the prime contractor. The offeror should provide past performance evidence. The past performance evaluation results are an assessment of the offeror s probability of meeting the solicitation requirements. This assessment is based on the offeror s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past Performance information from the prime contractor is the only Past Performance information that will be considered. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable. This acquisition will utilize best value procedures. Comparative Evaluations will be conducted in accordance with FAR 13.106-2(b)(3). The Government will select the quote deemed the best value when compared to all other quotes. The Government will use the value indicators listed below to determine the best value. Lowest price may or may not be deemed the best value. The Government will directly compare quotes to each other, considering the value indicators listed below. Direct Comparative Evaluations will be based on the following: - Price - Technical Capabilities - Past Performance This RFQ is issued in accordance with FAR 12 and in conjunction with Simplified Acquisition Procedures Far 13.5. A single award will be made to the lowest fair and reasonable priced quote that meets the acceptable past performance and technical capability criteria provided in this RFQ. (End of Provision) (VII) 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. FILL IN THIS PROVISION AS REQUIRED. (VIII) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS APPLY TO THIS SOLICITATION (IX) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS The following FAR clauses identified within paragraph (b) of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-11, 52.223-18, 52.223-20, 52.225-1, 52.225-13, and 52.232-33. (X) THE FOLLOWING FAR CLAUSES AND/OR PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 52.217-5 and 52.232-40. (XI) THE FOLLOWING VAAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 852.209-70, 852.232-72, 852.237-70, and 852.270-1. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) This solicitation includes FAR 52.219-6, Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (XII) THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS) IS NOT APPLICABLE TO THIS ACQUISITION (XIII) QUOTES/OFFERS All quotes/offers will be submitted via email to the Contracting Officer, Stephen A. Clabough, at stephen.clabough@va.gov no later than 1100 CT on August 29, 2018. All quotes/offers submitted must include the Solicitation Number 36C24918Q9597 and Title in the subject line of the email. Quotes received after this date and time will be not be considered for award. XIV QUESTIONS To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer, Stephen A. Clabough, at stephen.clabough@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). No RFI received after 1100 CT on August 27, 2018 will be answered unless the Contracting Officer determines it to be in the best interest of the government to do so. Telephone requests for information will not be accepted. A preoffer site will not be considered. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. (XV) CONTACT INFORMATION Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 9 1639 Medical Center Pkwy. Murfreesboro, TN 37129 Primary Point of Contact: Stephen A. Clabough Contracting Officer, NCO 9 Stephen.Clabough@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9597/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9597 36C24918Q9597.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556509&FileName=36C24918Q9597-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556509&FileName=36C24918Q9597-000.docx

 
File Name: 36C24918Q9597 S02_2015-4647_Rev. 9_7-26-2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556510&FileName=36C24918Q9597-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556510&FileName=36C24918Q9597-001.pdf

 
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: 3400 Lebanon Pike;Murfreesboro, Tennessee
Zip Code: 37129
 
Record
SN05049618-W 20180824/180822230816-859026a2ccf01e55ac37d521827d6cd9 (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.