Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
DOCUMENT

J -- Request for Information Non-Hazardous Waste - Attachment

Notice Date
2/6/2014
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24814I0484
 
Response Due
2/17/2014
 
Archive Date
3/19/2014
 
Point of Contact
Keila President
 
E-Mail Address
keila.president@va.gov
(keila.president@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, James A. Haley Veterans Hospital Tampa FL, is currently seeking information from any vendor that can provide the following service. 1.SOLID WASTE REMOVAL REQUIREMENT 1.1. The contractor shall furnish all labor, materials, tools, equipment and supervision necessary to provide collection, storage, removal, transportation, and disposal of non hazardous solid waste (processable and non-processable) that is generated at the James A. Haley Veterans' Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. Biomedical waste, sharps, hazardous materials and waste is not included. The government shall appoint a Contracting Officer's Representative(s) (COR) to act as an immediate point of contact for vendor. 1.2. Contractor shall provide one (1) 30 cubic yard waste compactor, four (4) 30 cubic yard open top containers, one of which will be for yard waste, two (2) 8 cubic yard dumpsters and one (1) 10 cubic yard single stream recycling container. 1.3. Compactor unit shall be a 30 cubic yard self contained unit, not less than industrial heavy gauge steel (10 gauge). All seals shall be industrial high pressure; shall have full door seal and heavy duty ram piston. Hydraulic lines shall be three-fourth ( ¾) inch. The compacting unit shall be equipped with continuous input air ionizing system to prevent bacterial growth and offensive odor. All installation and maintenance during the rental period shall be covered by the contractor. Contractor shall provide, as needed, a backup 20-30 cubic yard container. This backup container shall be provided within two (2) hours of notification, whenever needed (24 hours/day, 7 days/week). There is a 30 cubic yard compactor currently in place. VA does not expect any major changes or renovations to the current enclosure if the compactor is to be replaced by a similar commercial type of container. Nevertheless, the contractor will need to make sure the compactor to be provided fits and operate properly in the current enclosure (size, electrical connections, etc.). 1.4. A 24 hours, 7 days per week toll free number and one (1) additional cell phone number shall be provided for emergencies and repair calls. Emergency/repair calls shall be addressed and a solution provided within three (3) hours of the call being placed. 1.5. The contractor shall comply with all current county, municipal, state and federal laws, regulations and guidelines when collecting, storing, removing, transporting, disposing of and/or recycling all wastes under the scope of this contract. 1.6. The contractor must be authorized (franchised) to perform these services by the Hillsborough County Solid Waste Management Department by time of award and throughout the effective period of this contract. 2. COLLECTION REQUIREMENTS AND SCHEDULE. 2.1. Contractor shall pick up the 30 cubic yard waste compactor, located at the receiving dock, Building #1, on Monday, Wednesday, and Friday between the hours of 5:00 a.m. to 7:00 a.m., local time. 2.2. Contractor shall pick up the five (5) open top 30 cubic yard containers at least once every week. During certain times, departments might conduct "purges" which will cause the frequency of pick up to increase and will only be done by coordination through the Contracting Officer's Representative (COR). 2.3. Contractor shall pick up the two (2) 8 cubic yard containers at least once every week. 2.4. Contractor shall pick up the one (1) 10 cubic yard container at least once every other week. In the event that the container is full before the scheduled pick-up date, contractor will be notified by the COR and they will have at least one business day to provide pick-up. 2.5. Collection shall be done on the specific required days and/or as needed. If a collection date falls on a Federal Holiday or any other day that the Hillsborough County facilities are closed, collection shall be done before that day or the following scheduled day. 3. PERMITS AND LICENSING. 3.1. Contractor shall submit as part of its quote copies of all applicable permits and licenses such as a disposal facility permit, waste, transportation licenses, incinerator permits or recycling facility permits. In addition, a fully detailed written description and procedural manual of the methodology that will be used to transport, treat, and dispose of the waste shall be furnished. 3.2. As requested, the contractor shall provide proof of regulatory compliance such as inspection reports, policies and procedures, staff training records, and emergency plans. 4. INVOICING AND REPORTS. 4.1. When invoicing, the contractor shall provide the following: CLIN NET WEIGHT TYPE OF WASTE UNIT PRICE TOTALS 4.2. Contractor shall provide, as requested by the government, methods of disposal, weight tickets and the address of the disposal site. 4.3. Mixed Load Surcharges, if any, shall be invoiced separately. Contractor shall provide with this invoice the weight ticket, method of disposal and address of the disposal site. 4.4. Veterans Affairs has mandated that all invoices be submitted electronically. Effective April 10, 2013 Veterans Affairs will no longer accept paper, faxed or e-mail invoices. In order to serve you better is your company Electronic Data Interchange (EDI) capable? If your company is EDI capable our team will work with you to begin testing and migration to the new VA invoice system. We offer the following solutions for electronic invoices: 1.Electronic Data Interchange (EDI) - ANSI X-12 v4010 (minimum required) or v5010 (optional) a.Further information regarding EDI solution can be obtained by visiting the Department of Veterans Affairs ECD specific site at http://www.fsc.va.gov/fsc/edi.asp or email the ECD team directly at FSCEDIFinancialTeam@va.gov or sarah.snyder2@va.gov 2.OB10 - A third party provider contracted by Veterans Affairs (VA) to assist with electronic invoicing a.Further information regarding OB10 solution can be obtained by visiting the Department of Veterans Affairs OB10 specific site at http://www.ob10.com/veteransaffairs b.Here is some interesting information on OB10 Invoicing. **Vendors need a promo code VAPC7Y18** so they will not be charged outside vendors fees for using the OB10 system. Also VA's OB10 Buyer # is AAA544240062. 3.VISWEB - A Veterans Affairs Web based portal for low volume vendors using the Internet a.Go to https://www.vis.fsc.va.gov and click on the link that says "Not already a user? Click here to create a new account." If you need assistance in setting up OB10 or a VISWEB account, or submitting an invoice on VISWEB, or assistance with past due invoices we ask that you please contact the VA Customer Service Help Desk at vafsccshd@va.gov or 1-877-353-9791. 5. TITLE. The contractor shall take title of all solid waste once the waste is fully loaded into contractor furnished vehicles. 6. MAINTAINING CONTAINERS AND COLLECTION AREA. The contractor shall maintain all containers in good, workable condition. They must remain accessible to the customers. The contractor shall perform all cleaning, repair and other maintenance tasks off government property. The contractor shall return the containers to their original location after servicing, in an upright position with the lids securely in place (closed). The contractor shall also be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. All refuse on the ground within ten feet of the container, whether spilled by the contractor or placed there by VA personnel, shall be picked up by the contractor during collection. The contractor shall collect debris placed at collection areas; for example, tree branches, sacks, cartons, boxes, cans, tied bundles, or other containers. The COR will monitor the garbage container area and if additional containers are needed, necessary coordination to address any issues will be made at the appropriate time. 7. OFF-SITE DISPOSAL. The contractor shall transport and dispose of all solid waste at a licensed off-site Hillsborough County disposal site selected by the contractor. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permit or fees associated with the use of off-site disposal locations. 8. QUALITY CONTROL/ASSURANCE. 8.1. The contractor shall develop and maintain a quality program to ensure refuse services are performed in accordance with commonly accepted commercial practices. As a minimum the contractor shall develop quality control procedures addressing the areas identified in paragraph 12, Service Delivery Summary. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. 8.2. The COR will periodically evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of any complaints from VA personnel. 9. SAFETY REQUIREMENTS. The contractor shall develop and maintain a written safety plan that will be undertaken to protect the staff of the VA Medical Center and contractor including the surrounding community. Such safety plan shall be submitted to the government as requested. In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of the occupants of the building. The Contracting Officer or his designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor or his representative at the work site, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the contracting officer may issue an order stopping all or any part of the work, and may ultimately terminate the contract for default. 10. DEFINITIONS. Per Hillsborough County Ordinance 96-34, as amended: 10.1. Solid Waste. Shall mean garbage, refuse, yard waste and other discarded solid materials generated by residential units and commercial establishments, including Solid Waste materials resulting from industrial, commercial, or agricultural operations, governmental operations, and from community activities; it does not include solids or dissolved materials in domestic sewage or other significant pollutants in water resources such as silt, dissolved materials in irrigation return flows, other common water pollutants, or any by-products, the sale or reuse of which is intended by the persons from whose process they resulted. 10.2. Non-Processable (waste). Shall mean furniture such as couches, chairs, tables; bedding such as mattresses and box springs and other similar items; white goods such as refrigerators, ovens, water heaters, window air conditioning units and other similar appliances; non-combustible construction material and demolition debris such as steel, concrete, brick, glass, asphalt roofing material and other similar materials; motor vehicles and major vehicle parts; tires; machinery, equipment or other metals. 10.3. Processable (waste). Shall mean any combustible Solid Waste, including, but not limited to, putrescible Solid Waste, cardboard, paper products, plastics, and food containers. 10.4. Recyclables. Shall mean those materials which are capable of being recycled which would otherwise to process or disposed of as Solid Waste and are not Recovered Materials. 11. PERIOD OF PERFORMANCE The government intends to award a firm fixed price for a base period of one year from the date of award, with four one-year option periods. Option years will be exercised at the discretion of the government 12. FEDERAL HOLIDAYS. New Year's DayJanuary 1 Martin Luther King's Birthday3rd Monday in January President's Day3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans DayNovember 11 Thanksgiving Day4th Thursday in November Christmas DayDecember 25 13. SERVICE DELIVERY SUMMARY. The contractor service requirements are summarized into primary performance objectives. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are considered critical to acceptable performance. Performance ObjectiveSOW para.Performance Threshold Collect and dispose of waste in accordance with the established schedule.2.No more than 2 customer complaints per month. Maintain containers and collection area.6.No more than 2 customer complaints per month. INTERESTED VENDORS The applicable NAICS for this service is 562111. To be considered for this requirement, vendors must be registered and current in the System for Award Management (SAM - https://www.sam.gov), Central Contractor's Registry (www.ccr.gov), and Online Representations and Certifications website (https://orca.bpn.gov). If a vendor is not currently identified as a licensed service provider, they must be able to successfully register prior to submitting any offer associated with this requirement. Any vendor interested in this requirement should include the following information: 1.Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) 2.Capability Statement (brief background of capabilities, resources, experience, etc.) 3.Contact information (POC name, email, and phone) All information regarding this requirement will be posted on the Federal Business Opportunities website (FBO - www.fbo.gov). All responses to this sources sought notice shall be submitted to the following email address: keila.president@va.gov. Please do not call or leave voice messages. The closing time/date for responses is 11:00 AM EST, 17 February 2014. THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION AND DOES NOT REQUIRE THE GOVERNMENT TO ISSUE A SOLICITATION. THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814I0484/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-I-0484 VA248-14-I-0484_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1195819&FileName=VA248-14-I-0484-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1195819&FileName=VA248-14-I-0484-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03282958-W 20140208/140206235050-6e8e1ff62491d753a442988d572e9bc4 (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.