Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2009 FBO #2899
MODIFICATION

99 -- Sharps Containers

Notice Date
10/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA-248-10-RQ-0069
 
Response Due
11/17/2009
 
Archive Date
11/20/2009
 
Point of Contact
Marie Williamsmarie.williams3@va.gov
 
E-Mail Address
Purchasing Agent
(marie.williams3@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; request for quotes are being requested and the schedule of supplies is attached. Reference quote number VA 248-10-RQ-0069. This announcement incorporates provisions and clauses in effect through FAC 2005-32, Effective 31 Mar 2009 Applicable NAICS Code is 562211 and the size standard is 12.5M. The government anticipates on award of a firm fixed price award as a result of this action. IAW with public Law 109-461, this procurement is set aside for SDVOSB (Service Disabled Veteran Owned Small Business). The anticipated award date will be no later than 30 November 2009. If there are no acceptable offers from SDVOSB, procurement will be re-solicited as a VOSB (Veteran Owned Small Business) set aside. The following clauses and provisions are applicable: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008), FAR 52.204-7 Central Contractor Registration (April 2008), FAR 52.204-8 Annual Representations and Certifications (Feb 2009), FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), 52.212-2 (Evaluation - Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -- Commercial Items (Feb 2009), 52.212-4 (Contract Terms and Conditions -- Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b, 52.213-2 Invoices (Apr 1984), 52.214-4 False Statement in Bids (Apr 1984), 52.214-5 Submission of Bids (Mar 1997), 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids (Nov 1999), 52.241-31 Facsimile Bids (Dec 1989), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). The full text of these clauses is available at http://www.acquisition.gov. All requests must be in writing and received by the Orlando VA Medical Center Contracting Office by 1400 hours (2:00pm) Day Light Saving Time, 17 November 2009. No telephonic request for information will be entertained. All responses to questions will be posted by way of amendment to this combined synopsis/solicitation to the FedBizOpps website (http://fedbizopps.cos.com/). The email address for all questions to this combined Synopsis/Solicitation is marie.williams3@va.gov. 1. PROPOSAL SUBMISSION REQUIREMENTS: Proposal and price quote shall be submitted on 17 November 2009, by 2pm Eastern Daylight Savings Time to the attention of: Marie E. Williams Procurement Business Division (90C) 5201 Raymond Street Orlando, Fl 32803-8208, Via electronic transmission to marie.williams3@va.gov Offerors submission shall include completed offerors Reps and Certs IAW FAR 52.212-3 to include Tax Identification (TIN), CCR Registered and DUNNs number. Proposal shall include a technical and management solution, price quote and 3 references. Vendors who are not CCR registered at time of submittal will be non compliant. TECHNICAL QUESTIONS: Offerors should submit all technical questions regarding this solicitation to the Contracting Officer in writing on or before November 10, 2009. Questions may be sent via e-mail to marie.williams3@va.gov or facsimile to (407) 646-4965. Telephonic (verbal) questions Will Not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation and released via the Federal Business Opportunities System website (www.fedbizopps.gov). A GEMS WALK THORUGH OF THE CONTAINERS WILL BE HELD ON WEDNESDAY NOVEMBER 4, 2009 AT THE VETERANS AFFAIRS MEDICAL CENTER, 5201 RAYMOND STREET, ORLANDO, FL 32803. ALL PROSPECTIVE BIDDERS ARE TO REPORT TO: BLDG 405 AUDITURIUM B. THE VENDOR SET UP WILL BE BETWEEN 11:00 - 12:00 AM. VENDORS ARE ASKED TO SIGN IN WITH THE CONTRACTING OFFICER AND SET UP ONE TO TWO TYPES OF THEIR CONTAINERS AND LEAVE. THE GEMS AND SHARPS SAFETY COMMITTEE WILL WALK THORUGH BETWEEN THE HOURS OF 12:15 TO 1:20 PM. THE VENDORS WILL RETURN TO REMOVE THEIR PRODUCTS FROM 1:30 TO 2:00PM. 2.CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3.INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually [] c. Other[x] Monthly 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed or faxed to the following address: Department of Veterans Affairs Financial Services Center VA2/675 P.O. Box 149971 Austin TX 78714-8971 (Fax) 512-460-5540 (Inquiries) 512-460-5544 (a) 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: a.Technical Capabilities b.Past Performance c.Price Technical and past performances, when combined, are significantly more important than price. The Government reserves the right to award to the offeror who presents the best value to the Government. (b) Offerors who does not submit their containers to be inspected by GEMS may be non-compliant. 1. Technical - Capability of firm to maintain and provide requirements. The offeror shall submit a full technical proposal highlighting their proposed methods, levels of staff, processes, procedures, and other relevant information describing in as much detail as possible how the services described will be rendered. The offeror shall include all information needed to make a comprehensive evaluation of their proposal and shall not assume that the VA has any standing familiarity with the company, methods, or procedures being referenced. This technical proposal must include the offerors overall plan for the removal, management, containment, packaging, labeling, and handling of all regulated waste substances that may be covered under this contract. Any special practices and procedures for individual substances shall be explained in detail. Any alternate or special disposal practices shall be fully explained and broken down in process and procedure. A written, signed statement on company letterhead for the prime and EACH subcontractor certifying that they have a current US Department of Transportation Security Plan on file and in compliance with 49 CFR Part 172 is a MANDATORY REQUIREMENT TO BE CONSIDERED ELIGIBLE FOR AWARD. Provide information on your company's ability to perform the services described herein. This should also include strategic usage and qualifications of any proposed subcontractors (if included in the technical proposal). This should include, but not limited to the following: A.Briefly describe your company's history as it relates to Hazardous waste removal and disposal including "sharps, chemo and path waste" as well as your management structure. B.Number of employees i.Education ii.Technical competency of staff iii.Experience iv.Training v.Background check C.Quality of proposed regulated waste management plan D.A full occupational health and safety plan for the prime contractor and any subcontractors. E.Recycling efforts as related to Sharps Removal Program. F.Quality Assurance Program. G.Contingency planning. H.Any other related factors to be used in evaluating technical abilities necessary for the successful completion of the scope of work. I. Evidence of financial viability, demonstrated via documents such as financial statements, balance sheets and income/expenditure statements, letters of credit, bonding, etc. The intent of this requirement is to make a determination that the offeror has access to the necessary financial resources and sources of capital to responsibly manage this contract. The Contracting Officer reserves the right to review this information as well as any outside information, such as D&B. A comprehensive explanation and description of any subcontractors involved in the offerors proposal (including disposal sites). This breakdown should include which subcontractors will be used, the roles of subcontractors as pertaining to the services Statement of Work: The Contractor shall provide all management, supervision, personnel, services, materials, supplies, facilities, transportation, and general and specialized equipment to carry out the requirements identified in accordance with the terms, conditions, and specifications of the Performance Work Statement (PWS) for Orlando VA Medical Center, Orlando Fl 32826 to include satellite sites: Viera Out Patient Clinic: 2900 Veterans Way, Viera Fl, 32940; Kissimmee Community Based Out Patient Clinic: 2285 North Central Ave, Kissimmee, Fl 34741; Leesburg Community Based Out Patient Clinic: 711 West Main Street, Leesburg Fl 34748; Orange City Community Based Out Patient Clinic: 2583 S. Volusia Ave (Rt 17-92) Ste 300, Orange City Fl 32763, Clermont Community Based Out Patient Clinic, 805 Seaver Dr. Clermont, Fl 34711, Lake Nona Community Based Out Patient Clinic, 10421 Moss Park Road, Orlando Fl 32832 and Daytona Out Patient Clinic: 551 National Health Care Drive Daytona Beach, Fl 32114. This Contract requires timely and responsive quality services. The Contractor shall perform under the direction of the Contract Officer (CO) or the Contracting Officer's designed specific technical representative, henceforth designated as Contracting Officer's Technical Representative (COTR). The Contractor shall furnish reusable sharp containers. These sharp containers will be puncture resistant, appropriately labeled and comply with all federal, state and local laws and regulations to include OSHUA, DOT, JCAHO, and EPT standards. Service to be provided at the Department of Veterans Affairs locations listed above. 50each2-quart cart mounted containers 4each1-gallon counter top containers 660each5-quart wall mounted containers 8each3-gallon floor containers w/dolly 250each9-gallon floor containers 300each19-gallon floor containers 9each96-gallon curve side drop boxes at predetermined locations The Government reserves the right to change the count of containers. Any modification of this RFQ shall be at the sole discretion of the Contracting Officer and only changed by written amendment. The Contractor will pick up: a) Orlando location: Twice a week pick up with average pick up weight as follow and once a week pickup for the outside container: Container quantity / size est. wt. each weekly wt total annual wt. 5-2qt (520 per yr) 1.0 lbs 10 lbs 520 lbs 15-5qt (1,560 per yr) 2.5 lbs 75 lbs 3,900 lbs 10-9gal (1040 per yr) 18 lbs 360 lbs 18,720 lbs 15-19gal (1560 per yr) 36 lbs 1080 lbs 56,160 lbs 1-96gal outside (52 per yr) 70 lbs 70 lbs _ 3,640 lbs 82,940 lbs per year b) Daytona location: Once a week pickup with average pickup weight as follows: Container quantity / size est. wt. each weekly wt total annual wt. 5-1 gal (260 per yr) 2 lbs 10 lbs 520 lbs 10-5qt (520 per yr) 2.5 lbs 25 lbs 1,300 lbs 8-3gal (416 per yr) 18 lbs 144 lbs 7,488 lbs 1-96gal outside (52 per yr) 70 lbs 70 lbs 3,640 lbs 12,948 lbs per year c) Viera Location: Once a monthly pickup with average pickup weight as follows: 1-96gal outside (12 per yr) 70 lbs monthly 840 lbs yearly d) Orange City Location: Once a monthly pickup with average pickup weight as follows: 1-96gal outside (12 per yr) 70 lbs monthly 840 lbs yearly e) Leesburg Location: Once a monthly pickup with average pickup weight as follows: 1-96gal outside (12 per yr) 70 lbs monthly 840 lbs yearly f) Kissimmee Location: Once a monthly pickup with average pickup weight as follows: 1-96gal outside (12 per yr) 70 lbs monthly 840 lbs yearly g) Clermont Location: Once a monthly pickup with average pickup weight as follows: 1-96gal outside (12 per yr) 70 lbs monthly 840 lbs yearly h) Lake Nona Location: Once a monthly pickup with average pickup weight as follows: 1-96gal outside (12 per yr) 70 lbs monthly 840 lbs yearly The contractor will provide a sanitized container with all the transfer carts to be used by hospital staff performing change outs in the facility. Location of the transfer carts to be determined by the facilities. The Contractor will provide in-service training for hospital staff, prior to initiation of the reusable sharps and upon request, at no additional charge twice annually. Performance period for the base period shall become effective December 1, 2009 through November 30th, 2010 with three (3) one-year option periods. All option periods, if exercised by the Government, will be effective beginning December 1st and continue through November 30th of each year. Please note that the exercising of any option periods is at the sole discretion of the Government. The following containers and sizes shall be located as follows: Orlando location: (50) 2-quart cart mounted, (600) 5-quart wall mounted containers, (250) 9-gallon floor containers w/dolly, (300) 19-gallon floor containers, (1) 96-gallon curve side drop boxes at predetermined location. Daytona Beach location: (4) 1-gallon counter top, (60) 5-quart wall mounted containers, (8) 3-gallon floor containers w/dolly, (1) 96-gallon curve side drop boxes at predetermined location. Viera location The VA Outpatient clinic shall make the determination when and if additional container sites are necessary and if pickup frequency needs to be increased or deceased. The CO will approve all additional containers and pickup frequency changes prior to delivery. The COTR can coordinate all activities. All other locations: (1) each 96-gallon curve side drop boxes at predetermined location Requirements: Contractor shall ensure that the handling and final disposal of all sharps are in compliance with the Department of Transportation (DOT), Environmental Protection Agency (EPA), Department of Health (DOH), Department of Environmental Conservation (DEC), Food and Drug Administration (FDA) and applicable Federal, State and Municipal governmental regulations and codes. This shall include: I.Transport Vehicles: 1.Vehicles shall be equipped with fully enclosed, leak-resistant cargo body, maintained in a sanitary condition and secured when left unattended. 2.Vehicles shall bear the transporter's name, State permit and the words "Medical Waste" or "Regulated Medical Waste" or "Bio-hazardous Waste" on the sides of the body. 3.Waste shall not be subject to mechanical stress. 4.Regulated medical waste shall not be combined with other waste. 5.Contractor shall ensure that all vehicles are labeled as required by law and regulations. Vehicles shall be owned by the contractor or leased for a minimum of one year or more. Proof of ownership or lease must accompany this solicitation. Vehicles shall be used for transporting regulated medical waste and not simultaneously with any other waste stream, product, etc.. Vehicles shall be properly disinfected as a result of spills or leaks, when applying and using the appropriate Department of Health (DOH) procedures. Contractor shall immediately notify the Department of Environmental Conservation (DEC), and the generator, if a vehicle is involved in a spill or accident or which renders the vehicle noncompliant with applicable rules and regulations. II.Marking Requirements: 1.Contractor shall provide waste-resistant labeling on all containers of regulated waste with the following information: A.State permit or identification number of contractor. III.Contractor Personnel / Handlers: 1.Contractor personnel shall be in uniform at all times while performing duties at Orlando VA Medical Center & Clinics. 2.Contractor personnel must wear / display / present when asked, an appropriate contractor photo identification badge. 3.All contractor employees will be required to have background checks, drug screenings, training and immunization testing records on file with Orlando VA Medical Center & Clinics. 4. IV.Manifest Requirements: 1.Contractor shall sign, date and furnish a copy of the manifest prior to any Medical regulated waste leaving the pickup sites of "Sharp Waste" generator. 2.Contractor shall certify that the manifest data matches the load to be removed. 3.Contractor shall deliver the waste to an authorized facility and sign the manifest to verify that "Sharp Waste" has been delivered. 4.Contractor shall maintain a copy of the manifest for their records. 5.Contractor shall return all remaining copies of the manifest to the generator, assuring final disposal. 6.Contractor shall provide a copy of the manifest to the COTR. V.Licensure, Permits, Compliances: 1.Contractor shall provide proof of a State of Pennsylvania EPA processing permits, Transportation Licenses, all City Permits and proof of a permit annually thereafter. Contractor shall provide proof of a minimum of $1,000,000.00 Environmental Restoration Insurance and provide proof annually thereafter. 2.Contractor shall provide Worker's Compensation, Professional Liability Insurance, Health Examinations, Income Tax Withholdings and Social Security Payments for protecting the personal furnishing services under this contract. VI.Installation: 1.Contractor will furnish all labor, equipment, and provide installation of locking reusable container cabinets or dollies in all areas for the life of the contract. 2.The Contractor will coordinate container installation with the Chief, Environmental Management Service. 3.Contractor shall remove all existing sharps containers and container brackets, if required. Contractor shall repair any damaged caused by removal of existing containers and/or brackets. 4.Contractor shall securely install its proprietary brackets and sharps containers at the various locations as indicated by COTR and or his direct representative, using its own labor and equipment. Contractor shall furnish "Sharp Waste" reusable sharp containers, outer cabinets, equipment, labor, service for removal and disposal of such waste in accordance with the following regulations: a.(1) Classify (Per current Federal, State and Local Government requirements, DOT standards) as per 40 CFR Transportation, Parts 100-199 b.(2) Label (Per current Federal, State and Local Government requirements, DOT standards), as per 40 CFR Transportation, Parts 100-199 and c.(3) Package (Per current Federal, State and Local Government requirements, DOT standards), as per 40 CFR Transportation, Parts 100-199. 5.Sharps containers for medication carts shall be secure to tops or sides of wheeled medication carts and shall supply reusable sharps containers which have vertical/direct drop openings, are rigid, heavy duty, puncture resistant, leak proof on sides and bottom, and able to be closed for transport. VII.Delivery and/or Pickup: 1.The contractor will coordinate scheduling pickups with the COTR. 2.Contractor shall report to the Medical Center Environmental Management Service office or designated personnel upon arrival and departure of each facility, in regards to technician procedures. The COTR or designated representative shall certify all removal of sharps waste by initialing document manifest prior to removal of waste. 3.Contractor shall respond to service calls within eight (8) hours after notification by the COTR, a deduction of 1/30th of the monthly rate may be taken for each day work is not performed. 4.Normal hours of coverage are Monday through Friday from 7:00 a.m. to 3:30 p.m., excluding weekends and official Federal Holidays. All services will be performed during normal hours of coverage unless requested or approved by the COTR or his designee. Services and pickups that fall on holidays may be scheduled the following day, as requested by the VA. VIII.Containers and brackets: The brackets The brackets are to be secured at the installation site (wall, cart, floor, etc) and lockable to prevent removal from unauthorized personnel. The contractor shall provide extra keys for the brackets. Keys are to be given to COTR for distribution. The containers must be: puncture proof, reusable, pre-assembled, leak proof. All containers shall be clearly labeled with the Biohazard symbol and the word "BIOHAZARD" displayed on them and/or labels required that comply with the Federal, State and Local regulations as follows: 1. One hand / one step direct drop vertical disposal mechanism. 2. Secure tamper proof locking cabinet mechanism. 3. Sight / view port, so that clinicians can see the level of sharps in the container while remaining aesthetically pleasing to patients and visitors. 4. "Sloped shoulder" designed to prevent needles or other objects from being left on top of the container 1.Large access opening but with a restricted hand access that will not allow anyone (from child to adult) from getting his or her hand inside 2.Various sizes, 1-,2- and 5- quart, 2-,3-,8- and 17-gallon, with cabinets, brackets, and floor dollies. 3.The site visit will allow the Contractor to better understand the needs of the facilities and what containers would be recommended, sizing, and locations. 4.Types: regular restricted access top (all sizes), OR open top, and restricted funnel direct drop top. "Sloped shoulder" designed to prevent needles or other objects from being left on top of the container 5.Must have a bar code system identifier to track usage on each container or similar process B.During the course of the contract, quantities, installation, and locations of reusable sharps containers may be adjusted to cover fluctuations, relocations, construction, or other changes. 1.Contract Officer must pre-approve all removals and additions of containers 2.COTR will work with the Contractor to determine best placement for any new containers needed as a result of construction IX.Waste Disposal 1.Contractor shall use reusable sharp containers and collect, reprocess containers and dispose of waste in compliance of all applicable Federal, State and Local regulations including, but not limited to the following standards: a.(1) Occupational Safety and Health Administration (OSHA), including but limited to Blood Borne pathogens Standard 29 CFR 1910 and 1030 and the Needle Stick Safety and Prevention Act HR 5178 as it specifically relates to reusable containers, b.(2) the Florida Environmental Protection Agency (EPA), c.(3) Food and Drug Administration (FDA) including but not limited to Title 21 of the Code of Regulations (CFR) and Quality Systems Regulation (QSR) with regards to reprocessing, validation, reporting and annual registering for all equipment used to release medical equipment into commerce. The Orlando VA Medical Center reserves the right to thoroughly inspect the Contractor's facility and treatment plant to assure acceptable standard of performance. 2.Contractor shall establish procedures and schedules so that all work necessary in the preparation of the on-site container assessment can be accomplished by the Contractor and approved by the COTR. The completed on-site assessment shall: a. contain existing container locations; b.determine sizes, placement and location for reusable containers; c.analysis of sharps container waste management practices currently implemented by VA employees; d.recommendations of improvements on current disposal practices; and e.training to educate the nursing staff on functionality and safety features of the new containers for all areas of the hospital. PERFORMANCE REQUIREMENTS SUMMARY Performance Requirement Summary Performance ObjectivesPerformance StandardAcceptable Quality Level (AQL)Method of MonitoringDisincentive Licensing of Employees and VehiclesContractor maintains current licenses, certificates, etc.100%COTR will periodically request copies of current licenses5% deduction from monthly invoice for failure to meet AQL ReportsProvide accurate, timely reports in accordance with contract98%100% inspection of reports1% deduction from monthly invoice for each late report CONTRACTOR RESPONSIBILITY 1.It is the responsibility contractor to become fully informed as to the nature and extent of the work required and it's relation to any other work in the area including the operation of the medical center. 2.Contractor shall attend a mandatory meeting after award with the Chief of Environmental Service or his designee prior to the beginning of any work. The required meeting shall be coordinated by the Contracting Officer and shall be scheduled and conducted within 20 calendar days after Notice to Proceed. This meeting is to inform the contractor the nature, extent and intent of this contract and for the contractor to present the following documentation: A.Material Safety Data Sheets (MSDS) for any products the contractor may use in the performance of this contract. B.List of personnel, name only, including the job site supervisor. 3.Contractor shall be responsible for any damages caused by his/her employees and shall repair or replace all damaged systems/equipment immediately at no additional cost to the VA. 4.Water and electrical power will be provided by VA at no cost to the Contractor. All connections to this water and/or electrical power must be approved by the COTR prior to any connections being made. 5.Contractor shall be responsible for placing barricades in appropriate location to protect the well-being and safety of patients, visitors and staff. These barricades shall be removed by the Contractor when work is completed or at the end of the workday. 6.Contractor shall be responsible for keeping the work site clean, neat and orderly, ensuring that there are no unnecessary cables, hoses, ladders, or other equipment left in an appropriate location that could interfere with the operation of the medical center or be a cause of risk or hazard to patients, visitors or staff. A.All equipment shall be removed from any work site that is located within a pedestrian area daily at the end of the workday. B.All equipment being used in mechanical rooms or on roofs shall be secured daily but may be left overnight providing that this equipment is not in a position to be a risk or hazard to medical center personnel who may be called in to these areas after hours. C.Doorways, hallways and aisles shall be kept clear at all times. D.At no time shall equipment be left unattended, including breaks and lunch. 7.Contractor shall report to the COTR on the progress of the project along with any deficiencies noted. 8.Any damage detected during the performance of work that was not caused by the Contractor shall be reported to the COTR, on a daily basis. 9.Contractor may be required to submit a site specific safety plan pursuant to Occupational Safety and Health Administration (OSH). The safety plan must be reviewed and approved by the Department of Veteran Affairs, Orlando VAMC, before any work is performed. 10.The contractor shall submit all applicable licenses, certifications and other documentation required by federal, state and local regulations to perform work on this contract. Base CLIN DescriptionPer MonthU/MQtyTotal CLIN 1Orlando Location - twice a week pick up with average pickup weight per SOW and once a week pick up for the outside container CLIN 2Daytona Location - once a week pick-up with average pick up weigh per SOW CLIN 3Viera Location - Once a month pick up with average pick up weight per SOW CLIN 4Orange City Location - Once a month pick up with average pick up weight per SOW CLIN 5Leesburg Location - Once a month pick up with average pick up weight per SOW CLIN 6Kissimmee Location - Once a month pick up with average pick up weight per SOW CLIN 7Lake Nona Location - Once a month pick up with average pick up weight per SOW CLIN 8Clermont Location - Once a month pick up with average pick up weight per SOW Base Total Option 1 CLIN DescriptionPer MonthU/MQtyTotal CLIN 9Orlando Location - twice a week pick up with average pickup weight per SOW and once a week pick up for the outside container CLIN 10Daytona Location - once a week pick-up with average pick up weigh per SOW CLIN 11Viera Location - Once a month pick up with average pick up weight per SOW CLIN12Orange City Location - Once a month pick up with average pick up weight per SOW CLIN 13Leesburg Location - Once a month pick up with average pick up weight per SOW CLIN14Kissimmee Location - Once a month pick up with average pick up weight per SOW CLIN 15Lake Nona Location - Once a month pick up with average pick up weight per SOW CLIN 16Clermont Location - Once a month pick up with average pick up weight per SOW Base Total Option 2 CLIN DescriptionPer MonthU/MQtyTotal CLIN 17Orlando Location - twice a week pick up with average pickup weight per SOW and once a week pick up for the outside container CLIN 18Daytona Location - once a week pick-up with average pick up weigh per SOW CLIN 19Viera Location - Once a month pick up with average pick up weight per SOW CLIN 20Orange City Location - Once a month pick up with average pick up weight per SOW CLIN 21Leesburg Location - Once a month pick up with average pick up weight per SOW CLIN 22Kissimmee Location - Once a month pick up with average pick up weight per SOW CLIN 23Lake Nona Location - Once a month pick up with average pick up weight per SOW CLIN 24Clermont Location - Once a month pick up with average pick up weight per SOW Base Total Option 3 CLIN DescriptionPer MonthU/MQtyTotal CLIN 25Orlando Location - twice a week pick up with average pickup weight per SOW and once a week pick up for the outside container CLIN 26Daytona Location - once a week pick-up with average pick up weigh per SOW CLIN 27Viera Location - Once a month pick up with average pick up weight per SOW CLIN 28Orange City Location - Once a month pick up with average pick up weight per SOW CLIN 29Leesburg Location - Once a month pick up with average pick up weight per SOW CLIN 30Kissimmee Location - Once a month pick up with average pick up weight per SOW CLIN 31Lake Nona Location - Once a month pick up with average pick up weight per SOW CLIN 32Clermont Location - Once a month pick up with average pick up weight per SOW GRAND TOTAL:_____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA-248-10-RQ-0069/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando Fl 32803
Zip Code: 32803
 
Record
SN01995468-W 20091101/091030235350-be47aea84433735d8efdb7cf346dc848 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.