Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
DOCUMENT

S -- Refuse Pick Up And disposal - Attachment

Notice Date
9/9/2016
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
VA NAC / 003A4A2;PO Box 76;1st Ave., One Block N of 22nd;Hines IL 60141
 
ZIP Code
60141
 
Solicitation Number
VA797S16Q0033
 
Response Due
9/22/2016
 
Archive Date
11/21/2016
 
Point of Contact
Daniel Cugler
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
REQUEST FOR QUOTE REFUSE PICK UP AND DISPOSAL SOLICITATION: VA797S-16-Q-0033 The objective of this Request for Quote (RFQ) is to establish a firm-fixed price Purchase Order (PO) to procure qualified services for refuse removal. The requirement is for weekly refuse removal, routine maintenance for a self-contained trash compactor, and non-routine pick-up and recycling of construction hazmat materials, all in accordance with state and local laws as required. These requirements are set-aside for qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) only. The applicable NAICS CODE is 562111 Solid Waste Removal. The Small Business Size Standard is $36,500,000.00. A. Description of Agreement A.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 89-1, 8/15/16. A.2 This RFQ will be competed and established using the policies shown in FAR 12 and FAR 13 A.3 This RFQ is 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with VAAR 852.219-10. Certification of SDVOSB status must be valid at the time of submission of quote and will be verified using https://www.vip.vetbiz.gov/. A.4 Evaluation of quotations will be Lowest Price Technically Acceptable in accordance with FAR 52.212-2. To determine technical acceptability, the Government will evaluate the offeror's understanding of the requirements of the procurement. A.5 Period of Performance (POP): Award will have a period of performance of a one year base period with four one-year option periods, beginning on 10/01/2016, through 9/30/2021. Option periods are only exercised at the discretion of the government. Option periods are not guaranteed. A.6 Invoices: Invoices shall be submitted monthly, in arrears. All invoices from the contractor must be sent submitted through the Tungsten system, as per FAR 852.232-72 A.7 INVOICE INFORMATION: All monthly invoices must have the following information: "Name of supplier "PO number "Dates of service "Itemized list of services furnished "Quantity, unit price, and extension of each item "Obligation Number "Invoice Number A.8 Submission of Quotes: Quotes must be submitted to Daniel Cugler by 1700 central time on or before 9/22/2016, via email to daniel.cugler@va.gov. Any quotes received after this time and date shall be considered late as per FAR 52.212-1(f). B. Schedule of Service/ Pricing Schedule Please refer to Pricing Schedule in Attachment A. C. Statement of Work C.1 Scope of Work: The contractor shall be required to perform the following: "Refuse Disposal: pick up and empty the refuse from one (1) refuse compactor weekly. "Routine Cleaning: clean the compactor at every pick-up. "Preventative Maintenance: perform monthly and semiannual preventative maintenance on the SDC compactor system to include hydraulic accessories. "Repair Services: contractor shall furnish repair quote upon request for any repairs not covered under maintenance. "Non Routine Pickup: make extra pickups as required, to include hazmat materials not permitted in a trash compactor. "Trash Compactor is a KPAC KP30. Details can be found at http://www.kpac-wastecompaction.com/pdf/product-manuals/KP2SC_PreOperation_10_07.pdf. C.2 Refuse Pickup and Return C.2.1 Refuse Disposal: The contractor shall be required to pick up and empty the refuse from one (1) refuse compactor located in Building 37 and owned by the VA Service and Distribution Center (SDC) Building 37. The compactor is located inside dock bay one (1) at the southeast sector of building 37. The Contractor shall make note of the compactor serial number to ensure the return of government owned equipment. C.2.2 Cleaning and Sanitizing of Compactor: The contractor must wash and sanitize the inside and outside of the compactor prior to each weekly return from pickup. C.2.3 Frequency of Service: Compactor which is located inside of dock bay one (1) at the southeast end of building 37 shall be picked up, emptied, and cleaned once weekly. C.2.4 Hours of Operations: The hours of operation for SDC Building 37 are Monday through Friday from 6:30am through 2:30pm. No services shall be provided on the weekend or Federal Holidays. After Award, weekly pickup dates will be established C.2.5 Pick-up and Return timeframe: The compactor will be picked up and returned the same day within a two (2) hour window time frame. The compactor that is picked up and returned shall have the original compactor returned with serial number of the container verified. All pickups and returns of the compactor shall be within the designated hours of operation and within the two (2) hour window as specified. C.3 Maintenance of Compactor: C.3.1 Monthly: The contractor shall be required to perform the following preventative maintenance on the SDC compactor system monthly, except when performing semi-annual maintenance: "Inspect hydraulic hoses and fittings for wear, damage and or leaks. "Check and refill Hydraulic fluid level. C.3.2 Semi-annual: The contractor shall be required to perform the following ADDITIONAL preventative maintenance on the SDC compactor system every six (6) months in October and April: "Inspect compactor bin for rust or rotting, "Inspect hinge brackets. "Inspect casters for proper operations. "Inspect Dumpster guides for wear. C.4 Non-Routine Repair: C.4.1 If the contractor notes that repair is needed, the contractor must notify the Contracting Officer's Representative (COR) and submit a written quote for the repair to the CO for approval. C.4.2 This is an Optional Line Item. It will be exercised by modification upon approval of the requested quote at the time of repair. C.5 Non-Routine Pickups: C.5.1. Non-Routine Pickup of Compactor: If an additional pick up is required, the CO will notify the contractor in writing via a modification to exercise the optional line item. C.5.2 Non-Routine Refuse and Hazmat Materials: The contractor, when requested, shall furnish roll off dumpsters for debris of various types. This can include construction waste or special items not permitted in a trash compactor, as well as the removal of palletized obsolete paper products. Requests may ONLY be made by the CO in writing via a modification. C.5.3 Non-Routine Pickup may include various types of recyclables and hazardous waste produced from the building maintenance department. Materials include, but are not limited to, the following: "Old Paint "Ballasts "Batteries "Fluorescent lights and fixtures "Unrepairable A/C units. "Furniture "Construction waste "Broken pallets "Palletized Paper products C.5.3 This is an Optional Line Item in accordance with FAR 52.217-7. It is to be priced at the time of award, but will only be exercised based on the needs of the Government. C.6 SERVICE TICKETS / RECEIPTS AND REPORTS: All service tickets / receipts for services rendered must be signed for by a member of SDC's Facilities Management. C.7 Contractor shall provide yearly Leadership in Energy and Environmental Design (LEED) reports by the month of April 1st. C.8 Contractor must pay back to the government any royalties generated from a recycling center. Detailed instructions will be provided at time of award. C.9 Compactor: K-PAC, Manufacturer is Krause Corp., Hutchinson, Kansas COMPACTOR SERIAL NUMBER: To be provided upon award. C.10 Quality Assurance: The contractor shall ensure system integrity and conformance to all applicable codes and policies, and shall perform quality assurance audits. Audits shall be scheduled as preventative maintenance services and performed during normal business hours at no cost to the Government. Contractor shall provide warranty on all parts, components installed, and software upgrades, if applicable, as part of this agreement at no additional cost to the Government. Compliance with all VA and OSHA rules and safety regulations apply. D. Provisions D.1. The following provisions are incorporated by reference: FAR NumberTitleDate 52.212-1INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMSOCT 2015 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMSAPR 2016 D.2. The following provisions are incorporated: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror who meets the set-aside criteria of 852.219-10, and whose offer conforming to the solicitation is the lowest price, technically acceptable offer. (b) To determine technical acceptability, the government will evaluate the offeror's understanding of the requirements of the procurement. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) 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. (End of Provision) E. Clauses E.1. The following clauses are incorporated by reference: FAR NumberTitleDate 52.212-4CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMSMAY 2015 52.245-1GOVERNMENT PROPERTYAPR 2012 852.203-70COMMERCIAL ADVERTISINGJAN 2008 852.219-10VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDEDEC 2009 852.232-72ELECTRONIC SUBMISSION OF PAYMENT REQUESTSNOV 2012 852.237-70CONTRACTOR RESPONSIBILITIESAPR 1984 852.270-1REPRESENTATIVES OF CONTRACTING OFFICERSJAN 2008 852.273-70LATE OFFERSJAN 2003 852.273-74AWARD WITHOUT EXCHANGESJAN 2003 E.2. The following clauses are incorporated 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2015) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [X] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [X] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (38)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (39)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (41)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [X] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (45) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (46)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (47) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (48) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [X] (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (55) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (56) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (58)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee ClassMonetary Wage-Fringe Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one day. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. This clause applies ONLY to the following line items: CLIN 0005CLIN 2006 CLIN 0006CLIN 3005 CLIN 1005CLIN 3006 CLIN 1006CLIN 4005 CLIN 2005CLIN 4006 (End of Clause) 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 15 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (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 http://www.va.gov/oal/library/vaar/ (End of Clause) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797S16Q0033/listing.html)
 
Document(s)
Attachment
 
File Name: VA797S-16-Q-0033 VA797S-16-Q-0033_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997403&FileName=VA797S-16-Q-0033-015.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997403&FileName=VA797S-16-Q-0033-015.docx

 
File Name: VA797S-16-Q-0033 VA797S-16-Q-0033 Refuse Disposal Cover Sheet.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997404&FileName=VA797S-16-Q-0033-016.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997404&FileName=VA797S-16-Q-0033-016.pdf

 
File Name: VA797S-16-Q-0033 VA797S-16-Q-0033 Attachment 1 Pricing Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997405&FileName=VA797S-16-Q-0033-017.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997405&FileName=VA797S-16-Q-0033-017.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Hines SDC;PO Box 76;1st Ave., One Block N of 22nd;Hines IL 60141
Zip Code: 60141
 
Record
SN04264442-W 20160911/160911092229-a36f1aa9dd17faebd87c8616bdb253df (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.