New Jersey Bids > Bid Detail

H145--New Jersey State Licensed Operator in Charge Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159193947373544
Posted Date: Aug 18, 2023
Due Date: Aug 24, 2023
Solicitation No: 36C24223Q1110
Source: https://sam.gov/opp/0b7d921745...
Follow
H145--New Jersey State Licensed Operator in Charge Services
Active
Contract Opportunity
Notice ID
36C24223Q1110
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 17, 2023 11:58 pm EDT
  • Original Response Date: Aug 24, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H145 - QUALITY CONTROL- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    VANJ Healthcare System 151 Knollcroft Road Bldg.141 Lyons , NJ 07939
    USA
Description
Page 3 of 3
The Network Contracting Office (NCO) 2 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a service contract for the Licensed Operator in Charge Services to our Wastewater Treatment Plant the New Jersey Healthcare System, (NJHS), Lyons Campus. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541620 Environmental Consulting Services.

There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; DUNS number point of contract and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a Firm Fixed Price (FFP) service acquisition contract.
Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by August 24, 2023 10:00am. All responses under this Sources Sought Notice must be emailed to Janice Brooks Campbell, at Janice.Brooks@va.gov.

Description:
The contractor will furnish all labor, materials, supplies, equipment and transportation necessary to accomplish the services contained within this contract. The contractor will perform the duties of a Licensed Operator in Charge and must notify the NJDEP of a change in licensed operator in charge by submitting Form DEP-065. Services are to include at least 4 site visits to the plant each month and 4 hours per visit on average. Complete and submit all mandated NJDEP Monthly Discharge Monitoring Reports (DMR s) Monthly Residual Transfer Reports (RTR s) including any that may be overdue. Conduct all NJDEP required certified tests and maintain a log of operations. Register as Lab Manager for our in-house Laboratory. In collaboration with ProSource Consulting, LLC arrange for all Lab testing by a Certified Laboratory except for those conducted in house. Also arrange for testing, hauling and disposal of sludge. Complete the NJDEP SQAR forms when sludge pumping is necessary. Submit compliance schedule progress reports for phosphorus or as requested by the NJDEP. Arrange for and monitor any toxicity testing that is needed and submit all reports as required by NJDEP. The contractor shall comply with all conditions of the NJPDES permit pursuant to N.J.A.C. 7:14 and any other regulation not contained herein. Contractor shall respond to any alarms and emergencies as required by the NJDEP and be present at all inspections by NJDEP. Copies of all monitoring report forms (MFR s) will be provided to the Contracting Officer Representative (COR). If additional services are required such as emergencies for occurrences outside of what is considered normal daily operation the COR or his designated representative are the only authorized personnel to call-in the contractor. A response time of 2 hours is required. It is the responsibility of the VA NJ Healthcare system to repair or replace any mechanical or electrical system or component that fails. Repairs will be made by VA Employees or an outside contractor. The choice of vendors used will be at the sole discretion of VA Management. The VA manages the ordering of all chemicals related to the proper functioning of the plant. Contractor must provide any IT equipment and wireless service if needed to perform job duties at their expense. Normal work hours are 8:00 am to 4:30 pm Monday thru Friday but can be adjusted is necessary.

Qualifications/Certifications

Contractor must possess and keep current a valid S3/C1 Wastewater Treatment Operator License and have a minimum of 5 years experience as an operator with the above-mentioned license, in addition a minimum of 3 years in a supervisory position within the Wastewater industry.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 17, 2023 11:58 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >