DOCUMENT
S -- Organic Waste Recycling Services - Attachment
- Notice Date
- 10/28/2016
- Notice Type
- Attachment
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- Department of Veterans Affairs;VA Black Hills HCS;Fort Meade Campus;113 Comanche Rd.;Fort Meade SD 57741
- ZIP Code
- 57741
- Solicitation Number
- VA26317N0053
- Response Due
- 11/2/2016
- Archive Date
- 1/1/2017
- Point of Contact
- Shane Galles
- E-Mail Address
-
347-2511
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This announcement constitutes a Sources Sought Notice. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The St. Cloud Veterans Affairs Medical Center (STCVAMC) is seeking qualified sources for food waste removal and recycling services for its campus located at 4801 Veterans Dr. St. Cloud, MN 56303-2099. The STCVAMC is seeking a contractor who has the capability to provide outside storage and recycling of organic waste. The objective of this contracting effort is to obtain high quality, sanitary, efficient and cost effective organic waste collection and recycling services. The purpose of this notice is to determine interest and capability of potentially qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small-Businesses (VOSB) relative to the North American Industry Classification code (NAICS) 562219 Other Nonhazardous Waste Treatment and Disposal Services. The Small Business Size Standard is $38.5 million. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis. Description: Vendor to Furnish all Labor, Tools, and Equipment necessary to recycle organic waste from the VA Health Care System, 4801 Veterans Drive, St. Cloud, MN, for a period of 1 year to include 4 option periods as specified in the Statement of Work contained within this requirement. STATEMENT OF WORK (SOW) for Organic Waste Recycling Services Purpose: The St. Cloud Veterans Affairs Medical Center (STCVAMC) is requesting proposals for food waste removal and recycling services for its campus located at 4801 Veterans Dr. St. Cloud, MN 56303-2099. The STCVAMC is seeking a contractor who has the capability to provide outside storage and recycling of organic waste. The objective of this contracting effort is to obtain high quality, sanitary, efficient and cost effective organic waste collection and recycling services. The Contractor is expected to meet the following VA Waste management objectives: Comply with Executive Order (EO) 13693, Planning for Federal Sustainability in the Next Decade, which was signed by President Obama on 19 March 2015. The EO includes a sustainability goal to advance waste prevention and pollution prevention by diverting at least 50 percent of non-hazardous solid waste including organic and compostable material annually. The Contractor will assure that the organic waste is recycled in accordance with all local, state, and federal regulations. Collaborate proactively with the Contracting Officer Representative (COR), GEMS Program Manager and VA representatives to meet VA s waste management program objectives. The estimated weight generated to be managed under this contract is approximately 325 lbs. a day or 6500 lbs. a month. Definition of Organic Waste: Food scraps including fruit & vegetable trimmings, meat, poultry, bones, seafood, shellfish, beans, pasta, breads, dairy, nuts and shells, eggs and eggshells, coffee and tea grounds and filters, and all other organic residue generated by the handling, storage, sale, preparation, cooking and serving of foods. Food soiled paper products including paper cups, plates, napkins, waxed paper, waxed cardboard cartons, cardboard drums, pizza boxes, soda boxes, food soiled cardboard and soiled hand towels. Compostable products including compostable flatware and food service containers approved by www.bpiworld.org General Requirements: Outdoor container and material removal service. The Contractor shall provide wheeled outdoor containers with liners, equipment, labor, materials and services for storage and removal of organic waste materials. Documentation. Monthly billing statements shall describe services provided and the cost of services. The statement must include the number of trips and trip charge cost, the number and size of carts serviced as well as an estimated average volume to weight conversion for the waste collected. They should also describe the method or standard used to compute the volume to weight conversion. The contractor shall provide training and education materials for use by the SCVAHCS to train and educate staff on acceptable and non-acceptable organic waste upon contract award. Removal hours: The Contractor will be responsible for delivery and setup of all containers, supplies and equipment necessary to be in place by noon the first day of the contract. The contractor will be required to remove all Organic Waste material between the hours of 6 am and 8 am Monday, Wednesday and Friday excluding holidays. Exceptions to days and hours may occur as only when specified by the COR in collaboration with the Contractor. Government holidays include: New Year s Day January 1 Martin Luther King Day 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11 Thanksgiving Day Last Thursday in November Christmas Day December 25 Container hygiene and maintenance: All containers must be covered and constructed so they can be moved easily. Containers must be rodent proof, leak proof, fire retardant and show a neat, clean and orderly appearance. Containers must be free from rust and excessive dents. Containers that reflect an unsightly appearance will be removed and replaced by the Contractor upon request of the COR. Mechanical maintenance and painting of Contractor furnished containers is the responsibility of the Contractor. All painting of containers and other than minor maintenance shall be performed off of VA grounds. All repair or exchange of unsightly containers must occur within 24 hours of COR notification to the Contractor unless other arrangements are made with the COR. Public health nuisance: The Contractor will be required to provide all services in such a manner as to not cause conditions detrimental to public health or to constitute a public nuisance. Regulatory Compliance: The Contractor will assume full responsibility for compliance with all Federal, State, City and county laws, rules and regulations governing waste, compost and recycling management services. Daily General Waste Removal: Containers used for daily general waste storage must open from the top for easy access and have a lockable lid. Padlocks and a key will be provided by the VA COR. Keys must be turned in at the time of contract termination. If the key is not turned in, the Contractor will be charged the cost of padlock replacement including labor. Non-personal Service: Contractor shall provide all tools, parts, equipment, materials, supervision and transportation necessary to provide refuse and recycling services for the Department of Veterans Affairs St. Cloud Veterans Affairs Medical Center (STCVAMC) in accordance with the attached Statement of Work. Services are to be performed for a period of the Base Year plus four renewal option years. No pass through costs due to an increase in delivery, fuel, processing, or disposal site shall be passed onto the Government during the contract period. Billing shall be monthly and must be itemized and cost or credit for each material by volume and/or weight. Costs shall be based on current market pricing and existing level of service with the understanding that service improvements may affect the number and size of containers, locations and other services as the vendor works with the VA to meet the objectives stated in section 1.b. Mutually agreeable contract modifications may be used as a vehicle to adjust for container and services levels from year to year. Waste Spill or Release: Should organic waste be spilled or released during the performance of services, through no fault of the SCVAHCS, the Contractor will be responsible for cleanup and all costs associated with cleanup. This will include the cost of all labor and materials, repair of any damage, and/or harm caused to patients, visitors and staff. Cleanup shall be performed to the satisfaction of regulatory authorities if applicable and the COR. The Contractor shall provide the COR with a description of the cause and corrective measures instituted by Contractor to ensure spills do not occur again. Quality Assurance: The Contractor shall maintain a quality assurance program to assure services are performed in accordance with commonly accepted commercial practices. The Contractor shall implement procedures to identify, prevent, and ensure non-recurrence of defective services. At a minimum, the Contractor shall develop quality control procedures addressing the areas identified in the next paragraph. Timely collection services. Timely and properly completed reports that detail the amount of carts serviced, weight of waste that was recycled and the cost savings compared to disposal in a landfill. Sufficient and competent personnel to perform required services. Sufficient equipment and supplies in good sanitary working condition. Timely and accurate billing. The government will periodically evaluate the contractor performance by appointing a representative(s) to monitor performance to ensure services are received. The government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate. Likewise, the government may decrease the number of quality control inspections if performance dictates. Identification: Contractor employees shall carry identification at all times while on the SCVAHCS premises. Contractor vehicles shall also be clearly marked with the company name. -End of SOW: Submission requirements for responses to this sources sought notice: VOSB/SDVOSB offerors interested in submitting a quote for this requirement, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. *Please send a copy of your capability statement along with proof of VetBiz Certification.* Where to send responses: ATTN: Shane Galles shane.galles@va.gov Response Deadline: 2 November 2016, 1400 MST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/VA26317N0053/listing.html)
- Document(s)
- Attachment
- File Name: VA263-17-N-0053 VA263-17-N-0053_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3080785&FileName=VA263-17-N-0053-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3080785&FileName=VA263-17-N-0053-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-17-N-0053 VA263-17-N-0053_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3080785&FileName=VA263-17-N-0053-000.docx)
- Place of Performance
- Address: 4801 Veterans Drive;St. Cloud, MN
- Zip Code: 56303
- Zip Code: 56303
- Record
- SN04315460-W 20161030/161028234053-c2b7a0a4bc6b8e0372be8b67a65a0604 (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 |