Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166

Veteran'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