|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 S -- GREASE TRAP MAINTENANCE AND DISPOSAL. SOL RFP672-192-99 DUE
091098 POC (POC) Rey F. Clemente (787) 766-5389 FAX (787) 766-6543 This
is a combined synopsis/solicitation for Commercial Items prepared in
accordance with the format Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The Request for Proposal
(RFP) number is RFP672-192-99. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. This procurement is for full and open
competition. The standard industrial classification code is 4212 and
the small business size standard is $18.5M. The Department of Veterans
Affairs, VA Medical Center (VAMC) San Juan, Puerto Rico is procuring
a Service Contract to furnish all necessary transportation, loading
equipment, operator's equipment, material, and supervision to perform
the necessary chemical treatment, pick up, and disposal of the
non-hazardous waste of the Main Kitchen and Cafeteria Grease Trap
located at the loading area of building #1 of VAMC, in accordance with
all applicable licenses, permits, and safety requirements by the
Federal Government, and the Commonwealth of Puerto Rico. The contract
will be for a base year and four (4) renewable option periods. 1001.
BASE YEAR (10/01/98 to 09/30/99). Maintenance Program for Main Kitchen
and Cafeteria Grease Trap. Note: Offeror shall submit pricing for BASE
YEAR (10/01/98 to 09/30/99) L/I# 1001 and option years for each line
item on a separate sheet as follow: Preventive maintenance Qty. _____
per year, at the unit price $_______ and annual cost $________ for
OPTION YEAR I: (10/01/99 to 09/30/00) L/I # 2001. OPTION YEAR II:
(10/01/00 to 09/30/01) L/I # 3001. OPITON YEAR III: (10/01/01 to
09/30/02) L/I # 4001. OPTION YEAR IV: (10/01/02 to 09/30/03) L/I #
5001. Evaluation of options shall not obligate the Government to
exercise the option(s). Response Time: Contractor shall provide a
twenty-four (24) hours emergency number. Contractor shall respond to
the service call within one (1) working day after notification.
Contractor shall report directly to the Contracting Officer Technical
Representative (COTR) or his/her designee, this check in/out is
mandatory during normal working hours, Monday through Friday, from 8:00
a.m. to 5:00 p.m. Service Reports: The Service Technician shall submit
each service report to the COTR or his/her designee at the conclusion
of each performance, including the date, hour, method of treatment
used, and method of disposal. Clean up: Upon completion of any work
under this contract, the equipment site, and adjacent areas should be
in a clean condition and in a good sanitary condition. If any chemical
or material is dumped on the ground during pick up the Contractor
shall be responsible to pick up this chemical or material at the own
expense. COTR or his/her designee will certify the clean condition
after work is performed. Frequency of Service: Contractor shall provide
schedule of maintenance for this Grease Trap within 10 calendar days
from the date of award. The Contractor shall confirm with COTR each
schedule of maintenance, one week prior to be perform. The Contractor
shall provide six (6) trips per year for the chemical treatment, pick
up and disposal of the non-hazardous waste of the Main Kitchen and
Cafeteria Grease Trap. The trips shall be every two months. Standards:
All work shall meet the standards specified with all applicable
licenses, safety codes and permits required by the Federal Government,
and Commonwealth of Puerto Rico. Any safety related discrepancy or
hazard noted by the Contractor when servicing should be corrected
immediately or reported to the VA Contracting Officer for correction.
Offerors shall submit with their offer all applicable licenses and
permits required by the Federal Government, and Commonwealth of Puerto
Rico. Provision 52.212-1, Instructions to Offerors Commercial Items,
is applicable. Clause 52.212-2, Evaluation -- Commercial Items (OCT
1997). The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, price and
other factors considered. Factors for Basis of Award: (a) Technical
capability to meet the Government requirement (final selection(s) will
be determined by the offeror that submits the best technical
proposal). (1) Experience: An outline of previous projects, specific
work previously performed or being performed, year in business; (2)
Personnel: Name, professional qualifications and specific experience of
technical personnel (Contractor shall provide copies of certification
qualifying as factory trained each employee, including approved
training by the original equipment Manufacturer or similar equipment
manufacturers), who may be assigned as a principal performer and/or
project officer; (3) Facilities: Availability and description of
special facilities required to perform in the technical areas under
consideration, required licensing to operate in the Commonwealth of
Puerto Rico. (b) Price: (All evaluation factors are approximately equal
to cost or price in accordance with FAR 15.304). (c) Past Performance:
(1) Contract performance: Describe contract performance and critical
performance with private sector facilities, and/or other federal
agencies; (2) Service Technicians: Offeror shall submit the names of
all qualified Service Technicians that will be performing the work to
include their experience. (3) References: List references with
proposal, Offerors shall submit a listing of suppliers, bank
references, and commercial activities providing credit. Include in the
listing the activity address, person to contact, and telephone number.
Offerors shall submit a certified copy of their financial statement,
preferably within the last six (6) months. Offerors shall submit a
listing of current and previous contracts performed. Include in the
listing the name of the activity, address, person to contact, telephone
number, and dollar amount of the contract. All criteria as listed
herein are required. All responsible sources may submit a proposal that
will be considered by the agency. Award may be made without any written
or oral discussions with any offeror. Competency requirements: Offerors
shall comply with all Joint Commission Accreditation of Health Care
Organizations (JCAHO) standards requirements as prescribed in section
HR.4, LD.2.10, and LD 7. Copy of these JCAHO standards will be provide
upon request by the Contracting Officer (CO). The CO upon award of
this contract will issue a Contract Employee Handbook covering all
safety requirements and additional regulations that all contract
employees shall follow and comply during the contract period of
coverage. Contractor shall provide copies of all safety training,
infection control training, and sexual harassment training that each
contract employee was trained in order to verify if these training's
are complying with JCAHO requirements to the Contracting Officer
Technical Representative (COTR) or his/her designee. When these
contract employees do not have such training or orientations up dated,
or their training or orientations are not compatible with our type of
training or orientation the COTR will schedule such training or
orientation to the contract employees as required by JCAHO. Clause
52.212-4, Contract Terms and Conditions Commercial Items is applicable
to this acquisition (APR 1998). In addition Clause 52.217-5,
Evaluation of Options (JUL 1990), 52.217-8, Option to Extend Services
(AUG 1989), 52.217-9, Option to Extend the Term of the Contract (MAR
1989), 52.228-5, Insurance Work on a Government Installation, applies
to this acquisition (JAN 1997), 52.246-20, Warranty of Services (APR
1984). Offeror must submit a completed copy of provision 52.212-3,
Offeror Representations, and Certifications Commercial Items, with its
proposal (JAN 1997) and clause 52.222-48, Exemption from Application
of Service Contract Act Provisions for Contracts for Maintenance,
Calibration, and/or Repair of Certain Information Technology,
Scientific and Medical and/or Office and Business Equipment-Contractor
Certification (AUG 1996). Clause 52.212-5, Contract Terms and
Conditions, Required to Implement Statutes or Executive Orders
Commercial Items, that applies to this acquisition (OCT 1998). The
Contracting Officer will provide Clause 52.212-5 to all offerors A Firm
Fixed Price Contract will be awarded. Proposals shall be requested in
writing and submitted it to the address herein not later than 3:30 p.m.
local time on (Thursday, September 10, 1998) or faxed to 787-766-6543
and directed to attention of Rey F. Clemente (90C). The Government will
not be held responsible for quality of fax transmittals. The
solicitation number RFP672-192-99 shall be listed on the outside of
your response for identification. Posted 08/21/98 (W-SN240333). (0233) Loren Data Corp. http://www.ld.com (SYN# 0104 19980825\S-0008.SOL)
S - Utilities and Housekeeping Services Index Page
|
|