The RFP Database
New business relationships start here

UST AST Inspection Services


Maine, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA241-17-Q-353 and the solicitation is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(iv) This requirement is being issued as a Service Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 213112 Support Activities for Oil and Gas Operations and small business size standard is $38.5 million.
(v) The Government intends to award a firm-fixed price contract for a Contractor to provide Above and Underground Storage Tank Inspection/ Testing Services at the VAMC Boston, West Roxbury, Jamaica Plain and Brockton Campuses. Please see the attached Performance Work Statement and the Price Schedule full requirement details and pricing submission. Prices shall include annual state fees.

Item #
Description- Base Year 09/29/2017-09/28/2018
Qty
Unit
Price
Amount
0001
The contractor shall provide all labor, equipment, materials and supervision to complete Automatic Tank Gauge Testing (ATG) in accordance with the attached Performance Work Statement.
18
EA


0002
The contractor shall provide all labor, equipment, materials and supervision to complete Third Party UST Testing Inspections in accordance with the attached Performance Work Statement.
15


EA


0003
The contractor shall provide all labor, equipment, materials and supervision to complete AST Annual Inspections in accordance with the attached Performance Work Statement.
3
EA


0004
The contractor shall provide all labor, equipment, materials and supervision to complete Stage I Inspections in accordance with the attached Performance Work Statement.
2
EA



Total
(vi) The contractor shall provide all personnel, equipment, supplies, tools, and materials necessary to complete all Above and Underground Storage Tank Inspection/ Testing Services at the Boston VAMCs, MA in accordance with the attached Performance Work Statement.
(vii) The Place of Performance is the VAMC Boston, MA (see Performance Work Statement for addresses). The period of performance is 09/29/2017-09/28/2018.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-22 Alternative Line Item Proposal (JAN 2017); 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012); 52.209-7 Information Regarding Responsibility Matters (JUL 2013) ; 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.270-1Representatives of Contracting Officers (JAN 2008)


(ix) 52.212-2 EVALUATION COMMERCIAL ITEMS (Oct 2014)
Submission of Quotes and Evaluation process:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quotes received after the due date and time shall not be considered.
(2) Vendors may submit their quotes electronically via email to tammy.davis6@va.gov.
(3) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 05/24/2017 at 10:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Site Visit - A site Visit is scheduled for the following:
05/22/2017 at 0800 a.m. at the Brocton Campus, Building 1, Basement Safety Office
Please send an email to tammy.davis6@va.gov if you plan on attending. Any potential changes to the performance work statement or questions, noted during the site visit must be submitted in writing by the question due date. The Contracting Officer is the only person that is authorized to change the requirement via an amendment to the RFQ.
Evaluation Process:
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory.
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. The following factors shall be used to evaluate offers:B
1. Price (Follow these instructions): Offeror will complete the Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.B
2. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in a timely efficient manner.B
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement to include experience with MA regulation 40 CMR 80.

If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.

3. Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; a brief description of the work completed and contract number (if relevant).B Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources including PPIRS.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011); 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); CL-120Supplemental Insurance Requirements; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008),
52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause)
52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)

852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteranowned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes VAAR 852.219-10. 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.

852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of clause)

852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause)

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6; 52.204-10; 52.209-6, 52.209-9; 52.219-8; 52.219-27; 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35; 52.222-36, 52.222-37; 52.222-40; 52.222-50, 52.222-60; 52.223-11; 52.223-18, 52.223-20; 52.225-13, 52.232-33, 552.222-17; 2.222-41, 52.222-42, 52.222-43; 52.222-55; 52.222-62;
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 05/29/2017 at 10:00 PM EST. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted.
(xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov).












PERFORMANCE WORK STATEMENT
VA Boston Healthcare System Underground and Above Ground Storage Tank
Inspection/Testing Services


1. SCOPE OF WORK
The Contractor shall provide tank inspection/testing services for the listed inventory below. VA Boston Healthcare System (VABHS) has three facilities that have above and below ground storage tanks. All Underground Storage Tanks (UST) have Veeder Root or equivalent Automatic Tank Gauge (ATG) monitoring systems.

The Contractor shall submit state and local permits applications with associated fees on behalf of VABHS to required state/local regulators. These will include aboveground storage tanks (AST) user permits and permits to maintain existing underground storage tanks.

The facilities tank and sizes that will require inspection/testing services:

VABHS West Roxbury
1400 VFW Parkway
West Roxbury, MA 02132

Bldg 8 (Boiler Plant) 2 x 2500 gal diesel UST
Testing: ATG Annual
Inspection: Third Party UST every 3 years
Bldg 10 (Grounds) 2500 gal diesel UST
Testing: ATG Annual
Inspection: Third Party UST -every 3 years
Bldg 10 (Grounds) 1,000 gal gasoline UST
Testing: ATG Annual
Inspection: Third Party UST every 3 years
Stage I: Annual
Bldg 2 4000 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Bldg 1 3000 gal diesel UST
Testing: ATG annual
Inspection: Third party UST every 3 years



VABHS Brockton
940 Belmont Street
Brockton, MA 02301

Bldg 67 4000 gal diesel UST
Testing: ATG - annual
Inspection: Third Party UST every 3 years
Bldg 68 2500 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Bldg 69 2500 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Bldg 70 2500 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Boiler Plant 2 x 30000 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Grounds 3000 gal gasoline UST, 4000 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Stage I Testing


VABHS Jamaica Plain
150 South Huntington Avenue
Jamaica Plain, MA 02130

Bldg 1A 11000 gal liquid nitrogen AST
Inspection: Third Party Annual
Permit Submittal: AST Use Permit - annual
Bldg 1A- Generator 4000 gal diesel UST
Testing: ATG annual
Inspection: Third Party UST every 3 years
Boiler Plant (2) 40000 gal diesel AST s
Testing: ATG annual
Inspection: Third Party Annual
Permit Submittal: AST Use Permit - annual
Boiler Plant 1000 gal diesel AST
Testing: ATG - annual
Boiler Plant Generator 10000 gallon UST
Testing: ATG annual
Inspection: Third Party UST every 3 years

All services shall be performed in accordance with local, state and federal tank inspection/testing regulations and guidelines. Testing/Inspection reports shall be provided to VABHS within 5 working days of performing the service. Services shall be scheduled within 5 working days of notification from VABHS. Services shall be conducted between the hours of 8am 4pm Monday Friday excluding federal holidays. Contractor shall contact the facility GEMS Coordinator to schedule all inspections.

2. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) The Contractor must abide by all applicable federal, state and local regulations. All work shall be performed in accordance with 40 CMR 80.

3. PERFORMANCE REQUIREMENT SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.

Performance Objective

Standard
Performance Threshold

Method of Surveillance

PRS # 1.
The contractor shall provide aboveground and underground testing and inspection services.
Services are performed in accordance with federal, local and state regulations to include 40 CMR 80.
100%
Periodic Surveillance

PRS #2
Reports submitted on time
All reports contain correct information and submitted within 5 days of testing/inspection service.
99%
Direct Observation

Tammy Davis
Tammy.Davis6@va.gov

Tammy.Davis6@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP