SOURCES SOUGHT
J -- 629-20-1-690-0018, Grease Trap Maintenance (VA-20-00012795), 36C256-20-AP-0629
- Notice Date
- 2/3/2020 12:27:54 PM
- Notice Type
- Sources Sought
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0306
- Response Due
- 2/5/2020 8:59:59 PM
- Archive Date
- 05/05/2020
- Point of Contact
- Beth A CookContracting Officer228-523-4371
- E-Mail Address
-
Beth.Cook@va.gov
(Beth.Cook@va.gov)
- Awardee
- null
- Description
- Page 2 of 11 STATEMENT OF WORK (SOW) Quotes received MUST include ALL work to provide a complete and finished product to include (if appropriate but not limited to) all electrical disconnections and reconnections, all cover plates, finish trim, certifications, training, etc.� When work is completed with this project, it is expected the Government will be able to take full benefit of the finished product without additional work required BACKGROUND: The Southeast Louisiana Veterans Healthcare System intends to make award to an individual and/or company for the provision of removing grease and food waste from the grease traps at the Canteen Service Kitchen located on the first floor of Building F and the Food Service Kitchen located on the fourth floor of Building G of the Southeast Louisiana Veterans Healthcare Facility located at 2400 Canal Street New Orleans, Louisiana. The contractor will drain the tank of grease wastes (internal and external grease traps), clean and inspect all baffles, run a thorough system test to ensure all waste water is flowing properly, and dispose of all material pumped from the grease traps in an environmentally safe manner. The work shall include but is not limited to pumping out, power flush outs, drain snaking, and providing grease trap chemicals as required to insure proper operation of the grease traps. PLACE OF PERFORMANCE: Southeast Louisiana Veterans Healthcare System Medical Center, 2400 Canal Street New Orleans, LA 70119 PERIOD OF PERFORMANCE: The period of performance shall be the following: March 1, 2020, through September 30, 2020, with three (3) twelve (12) month option periods. The Contracting Officer is the only official authorized to make changes to the contract. SCHEDULE OF PERFORMANCE: The contractor must allow time to enter the VA property and obtaining contractor badges from the VA Security Office. The contractor will be required to perform removal services of grease and food waste every week, including Federal holidays. Hours or service will be between 1:00 pm and 7:30 am (dependent on the interceptor being serviced) and will be mutually agreed upon between the contractor and the Contracting Officer Representative (COR). The COR will be responsible for defining weekly schedules. Working in the grease trap will require a VA confined space entry permit. The contractor shall coordinate obtaining this permit with the COR. The permit must be obtained before working in the grease trap. The contactor will be responsible for providing their own rescue team. The contractor shall provide safety information for all staff, including certification and qualification for: working in confined spaces as defined by OSHA and retrieval of staff from confined spaces. SUPPLIES/EQUIPMENT: The contractor will provide a licensed truck and equipment capable of handling the removal and transporting of waste for disposal. It is estimated that the length of line to service the first and fourth floor unit will be 300 and 550 feet, respectively. The contractor shall provide all labor, supervision, tools, equipment, any materials, and any other items deemed necessary to complete the grease trap cleaning services. METHOD OF PERFORMANCE: Contractor will be required to perform removal services of grease and food waste every week for the Southeast Louisiana Veterans Healthcare Facility. The contractor will pump out and clean the grease traps and dispose of the waste in accordance with all city/county, State and Federal requirements. All materials located within the container upon removal become the property and responsibility of the contractor to dispose of in a lawful manner. These services, although not directly supervised, will be under the administrative review of the Supervisory Pipefitter (Mechanical Shop) and the performance of these services will be verified by the designated COR. The contractor will be permitted to utilize materials and cleaning agents in order to complete the scope of the work. Any materials utilized to complete this contract shall be submitted to the VA for approval through a proper submittal. All chemicals, cleaning agents, etc. shall be submitted to the COR for review prior to use There are three (3) grease interceptors. Zurn Z1172 Size 900 Zurn Z1172 Size 1200 Zurn Z1172 Size 1600 Two (2) 6,000 gallon exterior traps (Sizes not exact) The contractor shall provide an annual certified inspection of all five (5) grease tanks/traps for each calendar year as required by the SWBNO in F.O.G Ordinance 16.5 Oil & Grease Interceptors Size (Gallons) Pumping Frequency Location Interceptor 1 Inpatient Caf� Approx. 150 Gallons Monthly Inside the 1st floor Inpatient Caf� located on the North-East side of the hospital near Canal Street; Located in building C adjacent to the main Interceptor 2 Canteen Kitchen Approx. 300 Gallons Weekly Inside the 1st floor Canteen Kitchen located on the West side of the hospital near Rocheblave Street; Located in building F Interceptor 3 Inpatient Kitchen Approx. 1200 Gallons Weekly Inside the 4th floor Inpatient Kitchen; Located in building F Grease Tank 1 Approx. 6000 Monthly Outside; North of the Rocheblave Street loading dock Grease Tank 2 Approx. 6000 Monthly Outside; South of the Rocheblave Street loading dock Type of Waste Generated Quantity (per year) Disposal Method Disposal Location Grease Interceptor Approx. 7,800 Gallons Reclaimed Inside the 1st floor Inpatient Caf� located on the North-East side of the hospital near Canal Street; Located in building C adjacent to the main Grease Interceptor Approx. 15,600 Gallons Reclaimed Inside the 1st floor Canteen Kitchen located on the West side of the hospital near Rochablave Street; Located in building F Grease Interceptor Approx. 62,400 Gallons Reclaimed Inside the 4th floor Inpatient Kitchen; Located in building F Grease Tank Approx. 72,000 Gallons Reclaimed Outside; North of the Rocheblave Street loading dock Grease Tank Approx. 72,000 Gallons Reclaimed Outside; South of the Rocheblave Street loading dock There are two manholes located on the west side of the building in the grassy area near the D&T building loading dock. The grease trap is located at this location. These manholes shall be inspected monthly to insure no grease is accumulating in them. Should any grease be accumulating, the contractor shall remove all grease and debris in the manhole(s). The grease trap and manholes shall be completely pumped and cleaned once per month. Inspect all floor drain line in the kitchen area that feed the grease interceptor. Drain snake any line as required to insure the lines fully functioning at the time of servicing (every other week at a minimum). Provide grease trap chemicals as required to insure lines fully functioning at the time of servicing. Provide SDS for all chemicals used (see Hazardous Material Section). All chemicals and cleaning agents shall be considered green products and shall adhere to VA Green Environmental Management Services (GEMS) directives and minimum requirements. All inspections, maintenance and cleanings shall be accompanied by a report indicating the state of the items being addressed, estimated disposal amount, pictures after completion of work, indicate if confined space rescue had to be initiated, print and signature of staff conducting the maintenance, disposal method, indicate if spills or hazardous event occurred. In the event of a hazardous spill or contamination event, the contractor shall bear all costs associated with the necessary clean up. The COR or their representative shall be immediately notified, and the affected area quarantined. See SPILLS section. The contractor shall supply a safety management manual including, but not limited to: outline of cleaning and disposal methods, confined space retrieval methods, emergency contact information (the contractor shall not assume that emergency services can be provided at the facility and must indicate a site of emergency care), hazardous spill plan with environmental cleanup as necessary, delivery of waste and plans to adhere to department of transportation requirements for delivery and removal. Summary of Minimum Maintenance Requirements: Area Maintenance Frequency Reporting Mechanism Canteen Service Grease Interceptors Pumping out/Cleaning out of unit. Disposal of all waste Once per week Service report to follow all cleanings. To be submitted to COR or designee no later than third day following service. To be submitted electronically, with a paper copy signed at point of service. Kitchen Service Grease Interceptors Pumping out/Cleaning out of unit. Disposal of all waste Once per week To be submitted to COR or designee no later than third day following service. To be submitted electronically, with a paper copy signed at point of service. Inpatient Grease Interceptors Pumping out/Cleaning out of unit. Disposal of all waste Once per month To be submitted to COR or designee no later than third day following service. To be submitted electronically, with a paper copy signed at point of service. Manholes Inspection Monthly, +/- 10 days after the previous inspection To be submitted to COR or designee no later than third day following service. To be submitted electronically, with a paper copy signed at point of service. Include status of manholes before and after services. Drains Inspection and Maintenance Every other week unless otherwise noted during inspection To be submitted to COR or designee no later than third day following service. To be submitted electronically, with a paper copy signed at point of service. Include status of the drains before and after service. SPECIFIC REQUIREMENTS The contractor shall be licensed/permitted by the State of Louisiana and will be provided evidence of proper waste disposal, in accordance with all current Federal, State, and local codes, laws, and requirements regarding disposal of solid waste. Contractor must supply SLVHCS, before contract start date, the name, point of contact and telephone number for the company where the waste will be disposed. If this changes during the duration of the contract period, all updates must be given to SLVHCS. A manifest that includes the dump site must be provided to COR. SPECIFICATIONS FOR GUARANTEE PERIOD SERVICES: The Food Service Kitchen will operate from 5:30 am to 8:00 pm. The Canteen Services Kitchen will operate from 5:30 am to 2:30 pm. The Caf� in front of the Inpatient Building will operate from 7:00 am to 8:00 pm. Planned maintenance shall be performed outside of these normal business hours. TECHNICAL REQUIREMENTS: Pump grease traps to meet all City of New Orleans and Veterans Affairs guidelines. EQUIPMENT LIST: Grease interceptors located in the D&T 4th Floor Kitchen; D&T 1st Floor Canteen Kitchen; grease trap located on the west side of the D&T building; Inpatient building. TB & OSHA REQUIREMENTS: The Contractor shall comply with the Federal/Louisiana OSHA Blood borne Pathogens Standard. The Contractor shall: Have methods by which all employees are educated as to risks associated with blood borne pathogens. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. SPECIAL CONTRACT REQUIREMENTS: KEY PERSONNEL Key personnel will be identified in the quote response and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval at least thirty (30) business days in advance. The contractor shall designate in writing, to the Contracting Officer Representative (COR), the name of their Manager and an alternate who shall act for the manager, as well as provide their point-of-contact information including their telephone numbers where they may be contacted any time. The Manager or alternate shall have full authority to act for the contractor on all matters relating to operation of this blanket purchase agreement. In addition, the Manager or alternate shall be available to meet on the installation with designated government personnel to discuss problem areas. The contractor shall not employ persons identified to the contractor as a potential threat to the health, safety, security, and wellbeing or operational mission of the installation at SLVHCS and its patients. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of Veterans Affairs. The contractor shall provide an initial listing of contractor employees names and position titles to the Contracting Officer Representative (COR) prior to contract start date. The contractor shall also provide an updated listing of personnel to the Contracting Officer Representative (COR) within ten (10) business days of an employee s status or position change. The contractor shall be prohibited from employing off-duty Contracting Officer s Representatives (CORs) who are surveilling any contracts/subcontracts awarded to the Contractor. All contract employees, depending on particular condition, occasion or place, or job assignment, shall require professional, suitable attire. All contractor employees shall conduct themselves in a professional, courteous manner. The selection, assignment, reassignment, transfer, supervision, management, and control of contractor employees in performance of this performance work statement shall be the responsibility and prerogative of the contractor. However, the contractor shall comply with the requirements set forth in this performance work statement and the SLVHCS regulations concerning conduct of employees. The contractor shall employ and maintain a technically trained and experienced work force. The contractor shall provide a Manager who can read, write, speak, and understand English fluently. The contractor shall provide an initial listing of contractor employees names and position titles to the Contracting Officer Representative (COR) prior to contract start date. The contractor shall also provide an updated listing of personnel to the Contracting Officer Representative (COR) within ten (10) business days when there is an employee status or position change. ENVIRONMENTAL PROTECTION and SAFETY: The contractor shall be knowledgeable of and comply with all applicable federal, state and local laws, regulations and requirements regarding environmental protection and occupational safety and health. The contractor shall comply with any laws or regulation changes during the term of this contract. The contractor shall follow manufacturer s guidelines and professional recommendations for control of humidity, temperature, cleanliness and materials handling (including hazardous materials). HAZARDOUS MATERIAL (HAZMAT) The contractor shall not store chemicals/HAZMAT on the SLVHCS facility. All chemicals/HAZMAT shall be approved, by the Contracting Officer representative (COR), prior to being transported on base for use by any contractor. The contractor shall prepare and submit to the Contracting Officer Representative (COR) ten (10) calendar days after contract award date, one (1) each Safety Data Sheets (SDS) for each chemical material and substance proposed to be used in performance of this performance work statement. The Contracting Officer Representative will forward such documentation to VA Safety Office for approval. The contractor shall not transport or use any chemical, material or substance on the SLVHCS facility before written approval is provided by the VA Safety Office via the COR. The Contractor shall maintain copies of the approved SDS(s) for all chemicals. The SDS(s) shall correspond with the manufacturers of the chemicals on hand. Manufacturer, material, and MSDS shall match. HAZARDOUS WASTE: Contractor shall dispose of any spent/processed chemical solutions and used rags in contractor provided waste drums located in the shop/area where the work is being performed. DISCHARGES: Any discharges into sanitary sewer shall be done in accordance with VA policies. The contractor shall maintain records of written authorization issued by the COR for discharges into the sanitary sewer. SPILLS: Upon occurrence of any spills that could enter the storm system or cause any harmful environment effects, the contractor shall immediately call 911 to report the incident. When possible, the contractor shall use a VA telephone to receive help from VA Police 504-507-2010. The contractor shall report all environmental violations to the COR. The contractor shall submit a typed or written report about the incident within four (4) hours. The contractor shall provide five (5) copies of the written report. The format of the report shall be left up to the contractor, but the report shall, at minimum, contain the following information: Name and contact number of the person reporting the spill; Date and time of the spill; Location and source of the spill; Substance or pollutant spilled; Amount spilled and the rate of discharge; Any damages or injuries involved; Extent of the area impacted; Potential hazards; Action taken; Organizations contacted; Remarks Section which will among other things address the cause of the spill, whether 911 was called, and which agencies responded. ENVIRONMENTAL and SAFETY TRAINING: The contractor personnel shall have Resource Conservation Recovery Act (RCRA) environmental and safety training required by the state and federal government. The training shall be IAW the following regulations: Resource Conservation Recovery Act (RCRA) 40 Code of Federal Regulation (CFR) 265.16 Personal Training , Occupational Safety and Health Administration (OSHA) Hazardous Waste Operations and Emergency Response Standard Title 29, CFR Part 1910.120 Hazardous Waste Operations and Emergency Reponses , Hazardous Waste Management Instruction, Section 13. The contractor shall provide the environmental and safety training certificate for all employees to the COR prior to award for the managers on duty, within five days of contract award for service staff. HOUSEKEEPING: The contractor shall keep their work areas clean and neat in accordance with Industry Standards, Occupational, Safety and Health Administration (OSHA), fire and safety standards as required by this performance work statement. VISITOR PASS: The contractor shall comply with requirement and procedures of the VA Security Plan. Prior to coming to SLVHCS to perform any work, the Contractor shall contact the COR to coordinate access to the facility as well as to the building (s) where the work shall be performed. A list of the names of the workers will be required to gain access, and passes shall be distributed at the Security Shack at the entrance to the facility. Workers shall have proof of identification as well as a valid license. If bringing a vehicle onto the VA facility, the contractor will need proof of registration and insurance of that vehicle. Contractor employees must have identification that readily identifies them as contractors. During the course of the contract, certain areas/sites may be restricted or closed to contractor personnel. The contractor shall comply with all requirements for entry. In addition, unscheduled gate closures may occur at any time and personnel entering or exiting the installation may experience delays. In order to maintain accountability once gaining access onto the SLVHCS facility, Contractor shall immediately sign the logs at the Security Office, indicating time and date of arrival. Before departure, Contractor shall again sign the logs indicating the departure time, as well as the work performed, and the buildings worked in. HEALTH and SAFETY ON A GOVERNMENT INSTALLATION: In performing work under this contract on a Government installation, the contractor shall comply with federal, state and local regulations regarding occupational safety and health and the specific health and safety requirements established by this blanket purchase agreement. The contractor shall notify the COR, Stradford Goins, of any injuries that occur to contractor personnel while on the installation. In addition, the contractor shall notify the COR of any damage to government property or equipment during the execution of this agreement. Emergency Medical Service The government facility provides emergency services to veterans only. While staff may be able to provide humanitarian aid to stabilize individuals, emergency services will not be provided to contractor personnel. The contractor shall be responsible for locating the nearest emergency room facility should the need arise. This shall be identified in the submitted safety manual. Utilities The government will furnish utility services. These utilities include natural gas, electricity, water and sewer for the sole purpose of accomplishing this contract. If the contractor requires additional utility services, it shall be the contractor s responsibility to provide. Contractor shall use due care and diligence in efforts to conserve utilities to reduce utility costs. Refuse Collection The government will provide refuse collection services limited to the extent provided in the VA Refuse Collection Contract for government provided facilities. The government will only allow non-hazardous refuse to be emptied into the nearest authorized refuse dumpster for trash collection. Do not use the government dumpsters for collection of construction debris. WORK HOURS: The services covered by this contract shall be furnished by the contractor as defined herein.� The contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off duty hours as described below. The following terms have the following meanings: �(1)� Normal working hours: The Food Service Kitchen will operate from 5:30 am to 8:00 pm. The Canteen Services Kitchen will operate from 5:30 am to 2:30 pm. Inpatient canteen will be operated 7:00 am to 8:00 pm. Planned maintenance shall be performed outside of these normal business hours. (2) Federal Holidays:� The 10 holidays observed by the Federal Government are: New Year s Day Martin Luther King s Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas �And any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. CONTRACT ADMINISTRATION Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity or quality of performance of this contract. The COR shall be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b73ad32ff5ac4c8a9432eacc93b9b028/view)
- Place of Performance
- Address: Department of Veterans Affairs;Southeast Louisiana Veterans Health Care System;2400 Canal Street;New Orleans, Louisiana 70119, USA
- Zip Code: 70119
- Country: USA
- Zip Code: 70119
- Record
- SN05550720-F 20200205/200203230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |