DOCUMENT
H -- 36C26219Q0018 A0001_SERVICE to PERFORM UST D.O. Inspections- Monitoring, VA Long Beach Healthcare System - Attachment
- Notice Date
- 10/18/2018
- Notice Type
- Attachment
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;Network Contracting Office (NCO) 22;4811 Airport Plaza Drive, Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0018
- Response Due
- 11/1/2018
- Archive Date
- 12/31/2018
- Point of Contact
- NICHOLS, CECIL S.
- E-Mail Address
-
766-2267<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 47 600-19-1-5665-0012 36C26219Q0018 10-10-2018 NICHOLS, CECIL S. (562) 766-2267 11-1-2018 11:00AM Pacific 36C262 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office (NCO) 22 4811 Airport Plaza Drive, Suite 600 Long Beach CA 90815 X 100 X Y 541350 $7.5 Million X N/A X 36C600 DEPARTMENT OF VETERANS AFFAIRS VA Long Beach Healthcare System 5901 East 7th Street Long Beach CA 90822-5201 36C262 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office (NCO) 22 4811 Airport Plaza Drive, Suite 600 Long Beach CA 90815 DEPARTMENT OF VETERANS AFFAIRS Financial Services Center P.O. Box 149971 Austin TX 78714-9971 1-877-353-9791 See CONTINUATION Page SERVICE to PERFORM UST D.O. Inspections-Monitoring, VA Long Beach Healthcare System. SOLICITATION is 100% SDVOSB set-aside. JOB WALK 10/18/2018 RFI SUSPENSE 10/19/2018 This is a Request for Quotes (RFQ). ALL quotes shall be submitted no later than 11/1/2018 by 11:00AM Pacific local. Quotes shall be submitted (PDF files only) via email to: CECIL NICHOLS, Contract Specialist at cecil.nichols@va.gov This is a Firm Fixed Price contract; submit pricing on B.3 Price/Cost Schedule. PERFORMANCE PERIODS: BASE YEAR: 12/6/2018 to 12/5/2019 Option Year 1: 12/6/2019 to 12/5/2020 Option Year 2: 12/6/2020 to 12/5/2021 Option Year 3: 12/6/2021 to 12/5/2022 Option Year 4: 12/6/2022 to 12/5/2023 See CONTINUATION Page X X 36C26219Q0018 Page 1 of 47 Page 2 of 15 Page 1 of 47 Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 52.237-1 SITE VISIT (APR 1984) 3 B.2 CONTRACT ADMINISTRATION DATA 3 B.3 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUN 2011) 4 B.4 PRICE/COST SCHEDULE 5 ITEM INFORMATION 5 B.5 STATEMENT OF WORK (SOW) AND CRITERIA 8 SECTION C - CONTRACT CLAUSES 16 C.1 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2018) 16 C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 22 C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 23 C.4 52.219-14 LIMITATIONS ON SUBCONTRACTING (JAN 2017) 23 C.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 24 C.6 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) 24 C.7 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) 25 C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 25 C.9 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 26 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 28 D.1 WAGE DETERMINATION SCA WD 15-5613 rev10.......27 D.2 DESIGNATED OPERATOR (D.O.) INSPECTION FORM..27 D.3 DESIGNATED OPERATOR (D.O.) SUBMITTAL FORM...27 SECTION E - SOLICITATION PROVISIONS 29 E.1 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 29 E.2 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2017) 29 E.3 52.233-2 SERVICE OF PROTEST (SEP 2006) 45 E.4 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 46 E.5 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) 46 E.6 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 47 36C26219Q0018 Page 1 of 47 Page 5 of 15 Page 1 of 47 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 52.237-1 SITE VISIT (APR 1984) Offerors or Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. An organized site visit has been scheduled for Thursday, October 18, 2018 at 10:00AM Pacific local Participants will meet at VA Long Beach campus gas pumps adjacent to Building 5 Request for Information (RFI) suspense Friday, October 19, 2018 by 3:00PM Pacific local Request for Quote (RFQ) suspense Thursday, November 1, 2018 by 11:00AM Pacific local (End of Provision) B.2 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C262 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office (NCO) 22 4811 Airport Plaza Drive, Suite 600 Long Beach CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] MONTHLY 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. DEPARTMENT OF VETERANS AFFAIRS Financial Services Center P.O. Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.3 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes CLAUSES 52.219-14 Limitations on Contracting AND 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned 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. (End of Provision) B.4 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 13.00 EA ___________ ________________ EVERY THIRTY (30) CALENDAR DAY DESIGNATED OPERATOR INSPECTIONS AND ANNUAL MONITORING CERTIFICATION OF THE UNDERGROUND FUEL STORAGE TANKS, BASE YEAR: 12/6/18 - 12/5/19 PLUS FOUR (4) OPTION YEARS TO FOLLOW. CONTRACTOR SHALL PROVIDE ALL EQUIPMENT, EXPERTISE, INCIDENTALS, LABOR, MATERIALS, PARTS, SUPERVISION, SUPPLIES, TOOLS, TRANSPORTATION, QUALIFIED PERSONNEL AND CERTIFICATIONS REQUIRED TO PERFORM DESIGNATED OPERATOR INSEPCTIONS, MONITORING SYSTEM CERTIFICATIONS AND THE VAPOR RECOVERY TESTS ON ALL 15 UNDERGROUND FUEL STORAGE TANKS THROUGH THE VEEDER ROOT MONITORING SYSTEM. SEE ATTACHED SCOPE OF WORK FOR SCHEDULE OF SUPPLIES AND SERVICES. GRAND TOTAL ________________ 36C26219Q0018 Page 1 of 47 Page 15 of 15 Page 1 of 47 BASE YEAR: December 6, 2018 through December 5, 2019 (Estimated) Contract Line Item Number (CLIN) Description Qty Unit of Issue (UI) Unit Price Total Price 0001 VALB: Every thirty (3) calendar day Designated Operator (D.O.) inspections of Underground Fuel Storage Tanks (USTs) and remediation. 13 Each (EA) $ $ Base Total $ OPTION YEAR 1: December 6, 2019 through December 5, 2020 (Estimated) Contract Line Item Number (CLIN) Description Qty Unit of Issue (UI) Unit Price Total Price 1001 VALB: Every thirty (3) calendar day Designated Operator (D.O.) inspections of Underground Fuel Storage Tanks (USTs) and remediation. 13 Each (EA) $ $ Base Total $ OPTION YEAR 2: December 6, 2020 through December 5, 2021 (Estimated) Contract Line Item Number (CLIN) Description Qty Unit of Issue (UI) Unit Price Total Price 2001 VALB: Every thirty (30) calendar day Designated Operator (D.O.) inspections of Underground Fuel Storage Tanks (USTs) and remediation. 13 Each (EA) $ $ Base Total $ OPTION YEAR 3: December 6, 2021 through December 5, 2022 (Estimated) Contract Line Item Number (CLIN) Description Qty Unit of Issue (UI) Unit Price Total Price 3001 VALB: Every thirty (30) calendar day Designated Operator (D.O.) inspections of Underground Fuel Storage Tanks (USTs) and remediation. 13 Each (EA) $ $ Base Total $ OPTION YEAR 4: December 6, 2022 through December 5, 2023 (Estimated) Contract Line Item Number (CLIN) Description Qty Unit of Issue (UI) Unit Price Total Price 4001 VALB: Every thirty (30) calendar day Designated Operator (D.O.) inspections of Underground Fuel Storage Tanks (USTs) and remediation. 13 Each (EA) $ $ Base Total $ B.5 STATEMENT OF WORK (SOW) AND CRITERIA SERVICE TO PERFORM DESIGNATED OPERATOR (D.O.) INSPECTIONS FOR FIFTEEN (15) UNDERGROUND FUEL STORAGE TANKS (UST) VA LONG BEACH HEALTHCARE SYSTEM 600-19-1-5665-0012 TITLE: SERVICE to PERFORM Designated Operator (D.O.) Inspections for Fifteen (15) Underground Fuel Storage Tanks (UST). BACKGROUND: The Underground Fuel Storage Tanks house all the required fuel for the emergency generators that provide critical power for each building throughout the VA Long Beach Healthcare System (VALBHCS). Tanks must be kept clean from all debris and water to ensure fuel will be able to generate emergency power at its full capacity in the event of a natural disaster. All emergency generators rely on fuel provided to keep them operational and running. There are several buildings that house critical care patients, patients on life support, and other lifesaving equipment to help monitor the status of every patient. It is imperative to have emergency power for all buildings in the event of a loss of power to ensure all patients will have adequate care through specialized equipment being powered by the emergency power, that in the event of a loss of power, the emergency generators will kick-on and provide the adequate power for those equipment items. In 1988, the Environmental Protectant Agency (EPA) promulgated the UST regulation - 40 CFR Part 280, which set minimum standards for UST systems and required owners and operators of existing UST systems to upgrade, replace or close them. After 1988 UST regulation set deadlines for owners and operators who chose to upgrade or replace had to ensure their UST systems included spill and overfill prevention equipment and were protected from corrosion. Owners and operators were required to monitor and inspect their UST systems. Owners and operators were also required to demonstrate financial responsibility to pay for cleaning up releases for their AST(s) and UST(s). The VALBHCS has various USTs and supportive AST day tanks on campus and to ensure compliance with the EPA UST regulation and other federal / state laws and regulations, specified periodic inspections, testing, and repairs by certified and qualified technicians is required. PLACE OF PERFORMANCE: VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822-5201 PERIOD OF PERFORMANCE: One (1) year from the date of award; this will be the base year. In addition, the Government (VA) shall have an/the option to extend the contract period for up to four (4) one (1) year option renewals. CONTRACT TYPE: Firm Fixed Price (FFP) APPLICABLE DOCUMENTS, STANDARDS, LAWS AND/OR REGULATIONS: The following are a list of various applicable standards, policies, regulations, and/or governing bodies. This list is not an all-inclusive list; therefore, it is the responsibility of the contractor to ensure all applicable standards, policies, regulations, and/or governing bodies not listed here are adhere to. Furthermore, contractor is responsible to adhere to all current addition of applicable standards, policies, regulations, and/or governing bodies. EPA's Underground Storage Tanks (USTs) Laws and Regulations EPA SPCC Rule 40 CFR 112.8(c)(6) California EPA / State Water Resources Control Board 6.4 UST Regulations (CCR, Title 23, Division 3, Chapter 16) Amended and Effective (July 1, 2012) UST Cleanup Fund Regulations (CCR, Title 23, Division 3, Chapter 18) Tank Tester Licensing Regulations (CCR, Title 23, Division 3, Chapter 17) Summary of Training Requirements for UST Professionals CCR Title 23, Chapter 16, https://www.waterboards.ca.gov/ust/regulatory/new_regulations/summary_table_of_training_requirements.pdf Unified Program Regulations (CCR, Title 27, Division 1, Subdivision 4, Chapter 1, Sections 15100 - 15620) Energy Policy Act of 2005 International Code Council (ICC) All other applicable local, State of California, and Federal laws / regulations. OBJECTIVES / SCOPE: Contractor furnish all equipment, expertise, incidentals, labor, materials, parts, supervision, supplies, tools, transportation, qualified personnel and certifications required to perform / serve as monthly Designated Operator (D.O.) inspections, annual compliance inspection / monitoring system certifications, SB 989 triennial secondary containment testing, vapor recovery tests, and troubleshooting / repair service technician on all fifteen (15) underground fuel storage tanks (USTs) and three (3) supportive aboveground day tanks through the Veeder Root Monitoring System in accordance / compliance with current code(s), directives, regulations, and industry standards at/for the VA Long Beach Healthcare System. Any identified repairs will be corrected by/through a SEPARATE purchase order contract. GENERAL REQUIREMENTS: 8.1 Contractor shall check-in and coordinate with the VA Contracting Officer Representative (COR) prior to performing tasks. Work is required to keep the facility within compliance and regulations of all Joint Commission Accreditation of Healthcare Organizations (JCAHO), South Coast Air Quality Management District (SCAQMD) requirements, and the California State Water Resources Board. Inspections shall meet Designated Operator (D.O.) requirements. Contractor shall be onsite to monitor the following fifteen (15) Underground Fuel Storage Tanks (USTs) and perform work as follows: 8.1.1 LB1 550 Gallon Red Diesel Underground Storage Tank 8.1.2 LB2 10K Gallon Red Diesel Underground Storage Tank 8.1.3 LB3 4K Gallon Red Riesel Underground Storage Tank 8.1.4 LB4 6K Gallon Red Diesel Underground Storage Tank 8.1.5 LB5 6K Gallon Red Diesel Underground Storage Tank 8.1.6 LB6 10K Gallon Red Diesel Underground Storage Tank 8.1.7 LB7 2K Gallon Red Diesel Underground Storage Tank 8.1.8 LB9A 30K Gallon Low Nox Underground Storage Tank 8.1.9 LB9B 30K Gallon Low Nox Underground Storage Tank 8.1.10 LB9C 30K Gallon Low Nox Underground Storage Tank 8.1.11 LB9D 30K Gallon Low Nox Underground Storage Tank 8.1.12 LB12 6600 Gallon Red Diesel Underground Storage Tank 8.1.13 LB14 2K Gallon Red Diesel Underground Storage Tank 8.1.14 LB15 1500 Gallon Red Diesel Underground Storage Tank 8.1.15 LB22 5800 Gallon Red Diesel Underground Storage Tank 8.2 Contractor shall perform operator monthly inspections to include as follows. Once the inspections are completed, there will be a report given to the COR and the Safety Department: Designated Operator(s) shall perform monthly inspections of all fifteen (15) Underground Storage Tank Systems for which they are designated / assigned. Results of each inspection shall be recorded in/on a monthly inspection report. Monthly visual inspections shall include, but are not limited to, the following: Contractor shall review alarm history report or log for the previous month, and checking that each alarm condition was documented and responded to appropriately. A copy of the alarm history report or log, along with documentation describing action taken in response to any alarm(s), shall be attached to the monthly visual inspection record. Contractor shall inspect for the presence of hazardous substances, water, or debris in spill containments. If any hazardous substances, water, or debris in spill containment areas is found, Contractor shall document in the monthly inspection report, clean up and dispose of at an authorized disposal site. Contractor shall inspect for the presence of hazardous substances, water, or debris in under-dispenser containment areas, and check that monitoring equipment in these areas is located in the proper position to detect a leak at the earliest possible opportunity. If any hazardous substances, water, or debris in under-dispenser containment area is found, Contractor shall document in the monthly inspect report, clean up and dispose of at an authorized disposal site. Contractor shall inspect for the presence of hazardous substances, water, or debris in containment sumps that, in the past month, have had an alarm(s) for which there is no record of a service visit, and check that the monitoring equipment in these containment sumps are located in the proper position to detect a leak at the earliest possible opportunity. If any hazardous substances, water, or debris in the containment sumps is found, Contractor shall document in the monthly inspection report, clean up and dispose of at an authorized disposal site. Contractor shall check that all required testing and maintenance for underground storage tank system has been completed and document dates these activities occurred. Contractor shall test all Overfill Valves, to include removing overfill valve, taking a measurement from the top of tank, to the top of fill tubes (riser). Tubes shall be 95% of tank diameter. Contractor shall test all vent lines, to include removing the ball float, install an isolation cap and pressure test vent lines. Contractor shall inspect three (3) Day Tanks for leaks and to ensure that vents are not obstructed; Building 5A, Building 138, and Building 128. 8.3 Annual Monitoring Certification: To be performed Not Later Than (NLT) July 2019 as coordinated through / with the VA COR. ATG Monitor Certification. Spill Bucket Test per Tank, fifteen (15) USTs. Impact Valve Inspection per site. Emergency Stop Switch Test. Leak Detector Test per Tank, fifteen (15) USTs. CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBILITIES: 9.1 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. 9.2 Furthermore, contractor and contractor s employees performing on this contract shall have, but not limited to the following qualification, experience, licenses, and certifications: 9.2.1 Designated operator shall possess a current California UST Designated Operator certificate issued by the International Code Council (ICC). 9.2.2 For Annual Monitoring Equipment Certifications, the contractor must have a UST service technician with a current Tank Testers License and/or appropriate Contractors State License Board (CRLB) license and obtain training and certification through the developer of the testing equipment or method being used, or through the manufacturer of secondary containment component being tested. This requirement will be conducted in July each year and/or as coordinated / scheduled by the designated COR KEITH DIDRICKSON. 9.2.3 Veeder-Root Certified Technician. 9.2.4 Designated Operator shall submit to the local regulatory agencies the owner statements of designated UST operator and understanding of and compliance with the UST requirements on behalf of the VA Long Beach. The Contractor shall provide training certificates on the assigned equipment for their personnel. Certification of SB989 repairs approved by the Long Beach Fire Department is required. This is an every three (3) year requirement and will be performed by/through a SEPARATE purchase order contract. A thorough knowledge of low voltage power electricity and instrumentation combined with a certification to repair UST instrumentation is required. A confined space permit or certification is required when performing confined space task in UST. Contractor must demonstrate that their company / firm has serviced large institutional clients with a variety of USTs, and has sufficient licensed employees to service this contract. Contractor must be a current certified / registered Service-Disabled Veteran-Owned Small Business (SDVOSB) vetted vendor in the System for Award Management (SAM) and Vendor Information Pages (VIP) databases. Contractor must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card / credentials. 9.3 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. NOTIFICATION: Contractor shall notify and coordinate ALL work activities with the VA Contracting Officer Representative (COR) KEITH DIDRICKSON (562) 826-8000 x2469. PERFORMANCE MONITORING: Routine inspections to include acceptance will be performed by VA Facilities Personnel and the designated COR. 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 terms or price to cover any increase in costs incurred as a result thereof. SECURITY REQUIREMENTS: N/A. Contractor shall NOT have access to patient records, data, or VA computer systems. GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI): N/A. NO GFE or GFI will be provided or used by the Contractor. RISK CONTROL: Submission of VA Infection Control Risk Assessment (ICRA) permit(s) REQUIRED. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: Contractor s shall ALWAYS wear visible identification issued by VA Police during the entire time they are on the VA Healthcare System campus. It is the responsibility of the Contractor to park only in appropriately designated parking areas. Parking information is available from the VA Long Beach Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. Smoking is prohibited throughout the VA Healthcare System campus except in designated smoking areas. Possession of weapons is prohibited while on the VA Long Beach Healthcare System campus. Enclosed containers, including tool kits, shall be subject to search / seizure. Violations of VA regulations may result in citation answerable in the United States Federal District Court, not at/in the local district, municipal, or state court. POINTS OF CONTACT: GOVERNMENT VA COR: Name: KEITH DIDRICKSON Department: Production Control Address: 5901 East 7th Street, Long Beach CA 90822 Phone: (562) 826-8000 x2469 Fax: Email: keith.didrickson@va.gov CONTRACTOR: The Contractor shall provide a point of contact for all contract administration. Name: Title: Address: Phone: Fax: Email: NORMAL WORKING HOURS: Contractor will be performing services between the hours of 7:30AM through 5:00PM Monday through Friday, with exceptions to National Federal Holidays and/or as coordinated with the COR KEITH DIDRICKSON. OVERTIME AND NATIONAL FEDERAL HOLIDAYS: Any overtime, holiday, or weekend 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 Federal Holiday. When one of the holidays fall on a Saturday, the preceding Friday will be observed as a National Federal Holiday. 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 INFORMATION SECURITY: In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements DO NOT apply to this requirement, and a Security Accreditation Package is not required. The nature of this requirement is technical; however, there is no information to be protected. INVOICE AND PAYMENT: Payment to the Contractor will be made in arrears on a monthly basis for services performed upon submission of a proper invoice for work completed and accepted. Final payment will be withheld until all noted discrepancies are corrected and as-build drawings are approved by the Government (VA). VA-FSC processes / pays all associated transactions for / on VA orders. To successfully submit an invoice to VA-FSC please review How to Create an Invoice within the how to guides. All invoices submitted to the VA-FSC should mirror your current submission of invoice, with the below items required. The VA-FSC requires specific information in compliance with the Prompt Pay Act and Business Requirements. Your firm s Tax Payer ID Number (TIN) Your firm s Remit Address information The VA Purchase Order (PO) number Your firm s contact information: (Personal Name, Email, and Phone) Your VA point of contact information: (Personal Name, Email, and Phone) The Period of Performance dates (Beginning and Ending) All discount information if applicable (Percent and Date Terms) For additional information, please contact: Department of Veteran Affairs Financial Service Center Phone: 1-877-353-9791 Email: vafsccshd@va.gov - - - END STATEMENT OF WORK - - -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0018/listing.html)
- Document(s)
- Attachment
- File Name: 36C26219Q0018 0001 36C26219Q0018 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641917&FileName=36C26219Q0018-0001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641917&FileName=36C26219Q0018-0001000.docx
- File Name: 36C26219Q0018 0001 S02 SOLICITATION 36C26219Q0018r1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641918&FileName=36C26219Q0018-0001001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641918&FileName=36C26219Q0018-0001001.pdf
- File Name: 36C26219Q0018 0001 S04 JOB WALK-SITE VISIT 36C26219Q0018 sign-in sheet.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641919&FileName=36C26219Q0018-0001002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641919&FileName=36C26219Q0018-0001002.pdf
- File Name: 36C26219Q0018 0001 C27 Drawing, UST Location Site Plan - VALB.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641920&FileName=36C26219Q0018-0001003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641920&FileName=36C26219Q0018-0001003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26219Q0018 0001 36C26219Q0018 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641917&FileName=36C26219Q0018-0001000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA Long Beach Healthcare System;Tibor Rubin Medical Center;5901 East 7th Street;Long Beach, CA
- Zip Code: 90822-5201
- Zip Code: 90822-5201
- Record
- SN05128253-W 20181020/181018230610-84c135d77ae14330a124d8ab2d3b9974 (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 |