SOLICITATION NOTICE
S -- Refuse Collection for Mather/McClellan
- Notice Date
- 9/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98;McClellan Business Park CA 95652
- ZIP Code
- 95652
- Solicitation Number
- VA26110RP0475
- Response Due
- 9/27/2010
- Archive Date
- 10/7/2010
- Point of Contact
- joel.burgess@va.gov
- E-Mail Address
-
Contracting Officer
(joel.burgess@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, 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. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This solicitation is unrestricted, full and open competition. The NAICS code is 562111, with a size standard of $12.5 million. The delivery, acceptance, and FOB point is for solid waste collection at the VA Sacramento Medical Center at Mather and the McClellan Outpatient Clinic seven miles east of Sacramento, CA. The contract will include a one year basic period and four one-year options. Wage Determination 2005-2055, Revision 12, dated September 2, 2010 applies to this acquisition. Only electronic offers will be accepted. Offers are due to joel.burgess@va.gov by NLT 1:30 p.m. on September 28, 2010. For information regarding the solicitation you can e-mail me at the above address or phone at (916) 923-4517. The Description of Work and Price Schedule: 1. STATEMENT OF WORK: The contractor shall provide sufficient number of storage containers and other equipment (e.g. pallets) for government use in storing of solid waste and recyclable materials prior to removal of existing containers by the contracting officer (CO). Removal to be accomplished from: VA Northern California Health Care System (VANCHCS). 2. DISPOSAL AND SANITATION REQUIREMENTS: Contractor shall assume full responsibility for compliance with all Federal, State, County and City laws, rules and regulations governing collection and disposal of waste and recyclable materials, and Recyclable materials in accordance with the following statement of work: 3. The contractor shall be responsible for delivery of the containers and any necessary equipment at the start of the contract and as required (in the event quantities of waste materials increase) during the term of the contract, and as designated by the CO. The containers shall be fire retardant and approved by the CO or Contracting Officer's Technical Representative (COTR) prior to placement at Government facility. Containers shall be delivered to and placed in the areas designated or directed by the CO or COTR. The contractor shall be responsible for the removal of containers at accomplishment or termination of the contract. 4. The contractor shall maintain the furnished containers in a clean and sanitary condition at ALL times. Contractor owned metal containers shall be steam-cleaned once a month prior to returning the container to VA medical facility after disposal. The area immediately surrounding the containers shall be maintained in a clean, orderly and sanitary condition. Particular attention shall be paid to the prompt clean up of oil and/or grease spills. Either generated from the vehicles(s) used to haul containers or because of containers leakage. The containers shall be kept in good repair: metal containers shall be painted when warranted (i.e. appearance of rust spots, stains excessive chipped areas, etc.). Lids are to be maintained in operating condition. 5. If during the contract period, VA determines that the condition of any equipment supplies by the contractor constitutes a hazard to the health, safety or welfare of VA employees, patients, or the general community, the contractor shall, immediately upon receiving notice of such determination, by the CO or COTR, remove the equipment from the VA installation and shall immediately replace it with equipment which is approve by the VA facility. 6. The contractor shall provide a WEIGHT TICKET for each pickup, certifying the number of containers (s) and types of waste removed from the VA facility for transport and destruction. This weight ticket will be provided to the COTR for each weekly pick up service. 7. LICENSES AND PERMITS: Contractor shall provide licenses and permits without costs to the Government for vehicles, operators and labor to remove bulk (container refuse in accordance and compliance with federal, state, municipal and local regulations, if requested. 8. Contractor shall observe all federal, state and local laws, regulations and procedures relative to the collection, transport, handling, storage, disposal; and residue disposal when providing waste removal services under the terms of this contract. 9. TYPES OF WASTE COVERED: The following listing specifies the most common types of waste, which may be disposed of under the terms of this contract: Government reserves the right to identify other types of waste to be disposed of under the terms of the contract. "General "Wet garbage "Construction debris, including stone, plaster, woods, metal, etc. "Scrap metal, plastic, wood, finishing, and equipment, etc. "Mattresses and beddings "Grounds care debris: including grass clippings, branches, leaves, etc. "Glass and glassware "Dry sludge 10. TYPES OF WASTE NOT COVERED: The following listing specifies the most common types of waste not covered by the terms of this contract: the Government reserves the right to identify other types of waste not covered by the terms of this contract. "Regulated medical waste "Radioactive chemical waste "Hazardous waste, including hazardous chemical waste "Sewage and other materials which may be legally discharged to a sewer. 11. ALTERNATE METHODS OF DISPOSAL: The Government reserves the right to dispose of any or all materials listed in the terms of this contract by alternate means, including recycling, composting purifying, salvaging, etc. And to effect the removal of any or all materials listed in the tennis of this contract by alternate means, including sale, gift, or self- delivery to a disposal, recycling or reconditioning site. Only such materials designated by the COTR as being subject to the terms and conditions of this contract shall be removed by the contractor for fee. 12. HANDLING AND LOADING OF VEHICLES: Contractor's employees shall remove all containers from the established collection sites. All containers shall be handled, moved, and placed in contractor's vehicles in such a manner that the structural integrity of the container is maintained, waste is properly contained, and environmental contamination is prevented. The contractor shall reimburse the Government for any damage to Government property caused by removal operations of the contractor or his / her agent. In accordance with Federal Acquisition Regulation (FAR) 52.246-25 incorporated by reference in Section CD, the contractor shall be liable for loss of or damage to the property of the Government when caused by the contractor for services performed under this contract. 12.1. Any mishaps involving vehicle used to transport waste shall be reported prior to contractor leaving station to COTR, contracting Officer or Security Officer. 12.2. Contractor at no time shall leave vehicle in a position that could endanger the traffic: if it should be left unattended, hazard signs or road flares will be placed in front and back of the vehicle for traffic awareness. 12.3. Contractor drivers shall obey all the traffic rules within the Government property: i.e.: speed limits, one way, stop signs, loading zones, etc. 13. DISPOSAL FACILITIES: Contractor shall certify that facilities used for the disposal of waste under the terms of this contract are operated in compliance with and do comply with all federal, state and local regulations which govern the disposal of waste and disposal of waste and the operation of disposal facilities. Contractor shall certify that landfills, etc, used for the disposal of waste under the terms of this contract are operated as required by law, for the disposal of the type, or types, of waste being disposed and for the packaging employed. Contractor's disposal facilities, and all facilities used by the contractor, to store, transport, transfer and dispose of waste under the terms of this contract shall be identified by name and location to VA and shall be available for inspection by authorized representatives of the VA upon twenty (24) hours notice, rented leased, sub-contracted and other non-contracted and other non- contractor owned facilities which are used to provide service under the terms of this contract must also be identify by name and location, and must be available for inspection by authorized representatives of VA upon twenty - four (24) hours notice provided to the contractor. 14. SCHEDULES: Waste removal from the facilities will be accomplished Monday through Friday morning hours. The contractor shall remove all waste, which is designated by the facilities for removal each time service is provided under the terms of the contract: the contractor for pickup shall no designated shippable waste at a later time or date. The contractor shall immediately notify the contracting Officer and or COTR of any delay, which may prevent timely removal of all accumulated waste within the limits set forth in the terms of this contract. Contractor shall respond to calls for emergency removal of waste within eight (8) hours of notification by the usable at all times, (e.g. answering service authorized to accept emergency service calls and contract contractor) such instructions shall be evoked in any situation where VA facilities determined that an emergency exits. Failure of the contractor to order pickup by other means, all costs to the VA incurred by the failure of the contractor to perform pickups as required will be deducted from amounts owed to the contractor by the Government. Failure to conduct regular schedule pickups will result in violation of the Department of the Healthcare and OSHA requirements. 15. LOCATIONS AND COLLECTION REQUIREMENTS: 15.1. The Contractor shall provide the following equipment/pickups to VA Sacramento Medical Center located at 10535 Hospital Way, Mather: "Three each six (6) cubic yard trash bins, picked up twice per week "One each six (6) cubic yard recycle bin, picked up twice per week "One each 30-yard garbage compactor with a compact ratio of 4-1 "One 30-yard pickup of compacted garbage per week "One each four (4) cubic yard recycle bin (green waste), picked up once per week 15.2. The Contractor shall provide the following equipment/pickups to VA McClellan Outpatient Clinic located at 5342 Dudley Blvd, McClellan Business Park: "Two each six (6) cubic yard trash bins, picked up twice per week "One each six (6) cubic yard recycle bin, picked up one time per week End of Statement Base Year: October 1, 2010 through September 30, 2011 Item DescriptionQtyUnitUnit PriceTotal Price 0001Mather Service per Paragraph 15.1 of the SOW12MO$$ 0002McClellan Service per Paragraph 15.2 of the SOW12MO$$ Option Year One: October 1, 2011 through September 30, 2012 Item DescriptionQtyUnitUnit PriceTotal Price 1001Mather Service per Paragraph 15.1 of the SOW12MO$$ 1002McClellan Service per Paragraph 15.2 of the SOW12MO$$ Option Year Two: October 1, 2012 through September 30, 2013 Item DescriptionQtyUnitUnit PriceTotal Price 2001Mather Service per Paragraph 15.1 of the SOW12MO$$ 2002McClellan Service per Paragraph 15.2 of the SOW12MO$$ Option Year Three: October 1, 2013 through September 30, 2014 Item DescriptionQtyUnitUnit PriceTotal Price 3001Mather Service per Paragraph 15.1 of the SOW12MO$$ 3002McClellan Service per Paragraph 15.2 of the SOW12MO$$ Option Year Four: October 1, 2014 through September 30, 2015 Item DescriptionQtyUnitUnit PriceTotal Price 4001Mather Service per Paragraph 15.1 of the SOW12MO$$ 4002McClellan Service per Paragraph 15.2 of the SOW12MO$$ Total Aggregate Price for Items 0001 through 4002$ SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). For the purposes of this provision submit three relevant past performance references with your price proposal. References must be for work since September 2007 pertaining solid waste collection. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) For the purposes of this clause the evaluation factors will be Price and Past Performance. Past Performance is considered significantly more important than Price. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2009): Offerors must submit a completed copy or complete ORCA. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Feb 2010) For the purposes of this clause items (b) 1, 6, 10, 11, 15, 18, 19, 21, 22-25, 33, 39, and 41are considered checked and apply. FAR 52.217-8 Option to Extend Services (Nov 1999) (Insert 30 days) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) For the purpose of this clause the blanks are filled in as 30, 60 and 5 years respectively. FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) FAR 52.228-5 Insurance-Work on a Government Installation (Jan 1997) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR852.237-70 Contractor Responsibilities (Apr 1984) VAAR852.270-4 Commercial Advertising (Nov 1984) VAAR 852.273.76 Electronic Invoice Submission (Oct 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26110RP0475/listing.html)
- Record
- SN02287914-W 20100920/100918233705-e40e902bb37c45f48872d4bc11b2a020 (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 |