SOURCES SOUGHT
91 -- #2 Off Road Diesel, Dyed
- Notice Date
- 6/9/2022 12:06:51 PM
- Notice Type
- Sources Sought
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25522Q0261
- Response Due
- 6/15/2022 6:00:00 AM
- Archive Date
- 07/15/2022
- Point of Contact
- Mickeya Linzie, Contracting Officer, Phone: (913) 946-1967
- E-Mail Address
-
mickeya.linzie@va.gov
(mickeya.linzie@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e). The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name; (b) Address; (c) Point of Contact; (d) Phone, Fax, and Email; (e) UEI Number; (f) Cage Code; (g) Tax ID Number; (h) Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.; (i) State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide refueling of #2 off-road diesel, dyed to four (4) fuel tanks in Building 75 Energy Plant, located at St. Louis VA Health Care System Jefferson Barracks, 1 Jefferson Barracks Drive, Building 75 Energy Plant, St. Louis, MO 63125-4101. Please see Performance Work Statement (PWS) for more specifics and details. PERFORMANCE WORK STATEMENT 1. General: This is a non-personal services contract to provide refueling of #2 off road diesel, dyed to the four (4) fuel tanks in Building 75 Energy Plant. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 2. Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform refueling of the four (4) fuel tanks in Building 75 Energy Plant as defined in this Performance Work Statement (PWS), section 5 except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. 3. Background: There are four (4) 30,000-gallon UST fuel tanks outside Building 75 energy plant, and all are below 10,000 gallons. 4. Objectives: Contractor shall fill each UST fuel tank to 90 percent of capacity. That should be 27,000 gallons of #2 off road diesel, dyed per tank. 5. Scope: The contractor shall provide all fuel, trucks, and hoses to fuel four (4) 30,000-gallon UST fuel tanks with #2 off road dyed diesel, dyed. Contractor will ensure all EPA and DNR regulations are followed and are responsible for cleanup of any spilled fuel. 6. Period of Performance: The Period of performance is one fill-up between now and the end of the year. There is a contract to clean all the fuel tanks on station and the refueling can occur as soon as that is complete. 7. Federal Observed Holidays: The contractor is not required to work on any holiday observed by Federal Government are listed below plus any other day specifically declared by the President of the United States. 8. Hours of Operation: The Contractor shall be responsible for conducting business, between the hours of 0700 and 1600 Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 9. Emergency Points of Contact: If there is an emergency that requires this refueling after hours, contact Patrick Sanders at (314) 894-6698. 10. Place of Performance: The work to be performed under this contract shall be performed at St. Louis VA Health Care System Jefferson Barracks, 1 Jefferson Barracks Drive, Building 75 Energy Plant, St. Louis, MO 63125-4101. 11. Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 12. Special Qualifications: None. 13. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The CO and Contracting Officer s Representative (COR) shall meet periodically with the contractor to review the contractor's performance. At these meetings the CO will apprise the Contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. 14. Contracting Officer s Representative (COR): The COR Management System Tool (eCOR File)- for nomination, tracking, documentation, and management of CORs will be used. The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: Assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notifies both the CO and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 15. Key Personnel: The following personnel are considered key personnel by the Government: Patrick Sanders, Electric Shop Supervisor; John Wehlermann, Associate Chief of Maintenance and Operations; Kenneth Givens, Energy Plant Supervisor. The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The Monday through Friday except Federal holidays or when the Government facility is closed for administrative reasons. 16. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Contractor will be brought on station and escorted to the fuel tanks, and someone will be with them until the completion of the refuel process. 17. Facility Access: Contractor will be brought on station and escorted to the fuel tanks, and someone will be with them until the completion of the refuel process. 18. Contractor Personnel Conduct: Contractor personnel s conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. The Contractor s employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring that any contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The Contractor employees must avoid improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non-disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions or discussions which may prejudice future competitions. The Contractor shall ensure no contractor employees conduct political related activities or events on U.S Government facilities. 19. Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications, or work statements, etc.), or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the CO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the CO to avoid or mitigate any such OCI. The Contractor s mitigation plan will be determined to be acceptable solely at the discretion of the CO, and in the event the CO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the CO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 20. Contractor Employees Who Require Specialized Training outlined in VA form 6500.6: All contractor employees that require specialized training; i.e., Privacy, HIPPA must be registered in FAITAS (Federal Acquisition Institute Training Application System at commencement of services and must successfully complete the required classes and provide the COR and CO a copy of the certificates of completion. The contractor shall contact the NCO 15 training officer to become registered in FAITAS. (The CO will provide that information upon award notification if required). 20. Incident Reporting 20.1 The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor or their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor will, in turn, notify the CO or COR within 30 minutes of the incident. 20.2 Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor. 2. Specific Tasks 2.1. Basic Services: The Contractor shall provide services for #2 off road diesel, dyed to the four (4) 30,000-gallon fuel tanks located at Building 75. This is not to exceed 27,000 gallons for any tank and the contractor is responsible for any cleanup of spilled fuel in accordance with all federal, state, and local regulations. 2.2. There are four (4) fuel tanks that are to be filled to 27,000 gallons each. The current fuel level of each tank are as follows: Tank 1: 9,555 Gallons Amount Required: 17,445 Gallons Tank 2: 6,825 Gallons Amount Required: 20,175 Gallons Tank 3: 11,840 Gallons Amount Required: 15,160 Gallons Tank 4: 7,474 Gallons Amount Required: 19,526 Gallons Total: 35,694 Gallons 72,306 Gallons The Contractor will be responsible for all tools and materials required to perform this task, as well as any cleanup required for spillage. In the event of a spill, please notify the VA COR immediately. If spill requires remediation, all cost associated with that remediation falls on the contractor. The North American Industry Classification System Code (NAICS Code) is 324110 (Petroleum Refineries), size standard 1500 Employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used. Responses to this notice shall be submitted via email to Mickeya Linzie at mickeya.linzie@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, June 15, 2022, at 8:00AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b77995a3df7c4ada81efb09bc9479a36/view)
- Place of Performance
- Address: St. Louis VA Health Care System Jefferson Barracks 1 Jefferson Barracks Drive, Building 75, St. Louis, MO 63125-4101, USA
- Zip Code: 63125-4101
- Country: USA
- Zip Code: 63125-4101
- Record
- SN06353952-F 20220611/220609230110 (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 |