Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
DOCUMENT

S -- Copy of Trash Removal Services (VA-18-00131627) - Attachment

Notice Date
10/16/2018
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
36C24219Q0032
 
Response Due
11/2/2018
 
Archive Date
11/22/2018
 
Point of Contact
Anthony Murray
 
E-Mail Address
26-6138<br
 
Small Business Set-Aside
N/A
 
Description
Page 11 of 11 COMBINED SYNOPSIS/SOLICITATION TRASH REMOVAL SERVICES FOR ALBANY-STRATTON VA MEDICAL CENTER, 113 HOLLAND AVE, ALBANY, NY, 12208 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR 13.5 Simplified Procedures for Certain Commercial Items, 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0032. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This procurement is being issued as a total service disabled veteran owned small business set aside. The North American Industry Classification System (NAICS) code is 562111 Solid Waste Collection, with a small business size standard of $38.5 Million. The government intends to award an indefinite delivery indefinite quantity contract from this solicitation. (v) The Contractor shall provide pricing to provide the Trash Removal Services. See applicable salient characteristics/requirements below: PRICING FOR Trash Removal Services: The guaranteed minimum award amount for this contract is 88 trash pick ups and 26 recycling hauls. The maximum aggregate value of orders that can be placed under this contract is 100 trash pick ups. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from December 1,2018 through November 30, 2019. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after November 30, 2019. (vi) Description of the Requirement STATEMENT OF WORK Trash Removal Service Albany, NY Background: The Stratton VA Medical Center is seeking to provide for the requirement of performing trash removal and recycling services at the Medical Center, Albany, NY. Estimated tonnage is 450-550 tons per year. Trash Removal Scope of Work: Contractor Furnished Equipment: One (1) thirty yard trash compactor vehicle for hauling a self-contained compactor One(1) hinged top 5-6 cubic yard trash container three (3), thirty (30) yard trash containers The Contractor shall furnish one (1) hinged-top 5-6 cubic yard trash container for the disposal of miscellaneous trash materials. The contractor shall furnish a thirty (30) yard trash compactor for compacting trash. Contractor shall furnish the necessary vehicle for hauling a self-contained compactor. Vehicle must be in compliance with all Federal, State, and local requirements for inspection and operation of such equipment. The Contractor shall be required to assume full liability for compliance with all current Federal, State, and local laws, regulations and rules governing the removal of such waste materials, specifically 6 NYCRR. The Contractor shall dispose of waste generated by the VAMC in such a manner as not to cause conditions detrimental to public health, or to constitute a public nuisance. The Contractor shall ensure the ramp of the trash compactor is in the fully extended position and the external power is turned off prior to disconnection of the container. The Contractor shall clean any trash and/or garbage which is scattered as a direct result of disconnection of the waste container from the contractor owned compactor unit during each scheduled pick-up. The Waste pick-up areas must be left in a clean condition. Upon return of the empty trash container, the Contractor shall reconnect the container to the compactor unit and ensure that the external power is turned on. The Contractor is required to sanitize the contractor owned trash compactor on a monthly basis. Notification for sanitization shall be given to the Contractor by the Contracting Officer's Representative (COR) at least 48 hours in advance. The Contractor shall provide a temporary open-faced container for use by the VA during the sanitizing of the contractor owned compactor. Repainting and rehabilitation of the Contractor-owned trash container shall be performed periodically to ensure that the device is neat, clean, and satisfactory for its intended purpose. Location of Pick-up Points. Contractor-owned Trash Compactor/Container: Located at VA Receiving Dock, Myrtle Avenue Entrance to the VA Complex. Contractor-owned 5-6 Cubic Yard Container: To be located at the Facility Garage, opposite Parking Lot "D". Contractor-owned 30 yard Container for Construction and Debris material will be located to the right of the VA Receiving Dock, Myrtle Avenue Entrance to the VA Complex. Contractor-owned 30 yard Container for yard waste/grounds material will be located in Parking Lot "A" or Parking lot D depending on space at the time. Land Fill/Dumpsite Fees. The Contractor shall be responsible for all fees and costs associated with proper dumping of trash. Pickup Schedule: The Government requires pickup, disposal and return of the trash containers according to the following schedule: Contractor -Owned Compactor: TUESDAY MORNINGS: Between the Hours of 6:00 AM to 10:00 AM FRIDAY AFTERNOONS: Between the Hours of 1:00 PM to 4:00 PM NOTE: In the event that the above scheduled Pickup Day falls on a Holiday when the Land Fill is closed, the pickup will be moved to the previous day. Contractor Owned Compactors: a. The Government requires pick up, disposal and return of Contractor provided 5-6 cubic yard trash compactor located at the Garage (2) times per week on Tuesday and Friday from April-September and (1) time per week on Wednesday from October-March. b. The Government requires pick up, disposal and return of the two contractor provided 30 cu yd miscellaneous trash containers, on an as needed basis. The VA Medical Center will contact the vendor when the containers need to be emptied. Emergency Requirements & Contingency Plan: Contractor shall have in place and maintain a valid contingency plan to meet the requirements of the contract whenever trash cannot be handled by or at the primary transportation or processing facilities due to interruption of service or failure of equipment. Written documentation shall be made available to the Government that contingency plan is in accordance with all Federal, State, Municipal and local specifications and regulations for storage, transportation and disposal of trash. The contractor may be requested to perform additional trash removal services when conditions warrant additional removal services. Contractor response time for such services shall be within two (2) hours after receipt of verbal notification by the Contracting Officer or his/her designee. Reports The Contractor will be responsible for providing written/verbal notification of all pickups for each trash container and written notification of all sanitization done to the EMS Manager, Environmental Management Service or his/her designee on a monthly basis. Contractor will also provide monthly to the COR all necessary information for Green Tracker Health, including poundage and landfill diversion. Estimated Quantities/Approximate Accumulations It is estimated that approximately four (4) tons of trash and garbage will be accumulated for each pickup from the contractor-owned Trash Compactor/Container and approximately 35 tons of waste will be accumulated for each pickup from the contractor-owned Trash Container located at the Garage Facility. The quantities from the additional containers will vary depending on the time of the year and are approximately one ton per pick up. As it is impossible to determine the exact quantity that will require removal, the estimated quantity shown herein is for information only and may be increased or decreased in accordance with the actual accumulations. Recycling Services The contractor shall provide all labor, personnel, equipment, supplies, materials, supervision and other necessary and related services for the rental of compactors, roll-off containers and hauling of cardboard, scrap metal, plastics, mixed papers and recyclable containers as well as collection of and destruction of purged documents. All proceeds obtained from the recycled metals, cardboards, mixed recycling paper products (newspaper, magazines and non-sensitive papers and co-mingled used beverage containers (UBC) such as glass, tin, plastic #1-7) shall be applied and credited to the VA against monthly invoices. Scope of Work: Contractor shall Provide rental of one (1) 2yd. stationary compactor with 40 yd. receiving container. Contractor shall provide rental of one (1) 30yd. open-top roll-off. Contractor shall provide hauling services for compactor and open-top containers at one to two (1-2) hauls per month for the compactor and one to two (1-2) haul per month for the metal open-top roll-off container. Contractor shall accommodate Stratton VAMC destruction based upon existing Albany, VAMC recycling as follows: Approximately 65 Ton cardboard style destruction per year. 3,060 yd. metal recycling per year. Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. The Contractor will be responsible for the coordination for staging areas and parking within the receiving area of the building. All work shall be completed during business hours Monday Friday, 8am 4:30pm. All federal holidays, excluded Government Personnel Duties Stratton VAMC shall: Be responsible to place all cardboard (OCC) directly into the 2yd. x 40yd. stationary compactor. Be responsible to place all metal directly into the 30yd. open-top roll-off container. Collect all recyclable materials and content and deliver to a pre-determined location at the Albany, VAMC and shall coordinate in determining a scheduled time and day of the week for pickup with contractor. The Contractor shall work with the COR to develop a manifest for all monthly recycling totals including but not limited to, pickup schedules, total weights of all recycled items and credits to be applied. Pickups shall be scheduled every other week as firm fixed locked-in price per pound/ton with optional additional pickups on an as needed basis requested by the Stratton VAMC. All recycling credits shall be applied to monthly invoices as a lump sum with itemized summaries of pounds recycled and credited to the monthly document destruction fees and container rental fees. Recoverable Materials Materials that have been identified as materials to recover cardboard, scrap metal, nonPPI/sensitive paper and co-mingled used beverage containers (glass, tin, plastic). Cardboard shall be placed in the 2 yd. x 40yd. stationary compactor provided by Vendor complying with existing regulated VA guidelines. Metal shall be placed in a 30yd. open-top roll-off dumpster provided by Vendor complying with existing regulated VA guidelines. Mixed paper and UBC shall be placed in clear plastic bags and placed in a 2 yd. compactor as a vein. Secured document destructed items shall be placed in clear bags and placed in a 2 yd. compactor in a vein. Any applicable rebates for Cardboard, Scrap Metal and Secure Shred Mixed office paper shall be based upon best market conditions pricing. Existing Recycling Approximately 65 Ton cardboard style destruction per year. Approximately 64.80 Ton shredding destruction per year. 3,060 yd. metal recycling per year. The Contractor shall work with the COR to develop a manifest for all monthly recycling totals including but not limited to, pickup schedules, total weights of all recycled items and credits to be applied. Pickups shall be scheduled every other week as firm fixed locked-in price per pound/ton with optional additional pickups on an as needed basis requested by the Stratton VAMC. All recycling credits shall be applied to monthly invoices as a lump sum with itemized summaries of pounds recycled and credited to the monthly document destruction fees and container rental fees. Recoverable Materials: is the process by which materials that have been identified as materials to recover cardboard, scrap metal, non-PPI/sensitive paper and co-mingled used beverage containers (glass, tin, plastic). Collection Methods: Cardboard shall be placed in the 2 yd. x 40yd. stationary compactor provided by Vendor complying with existing regulated VA guidelines. Metal shall be placed in a 30yd. open-top roll-off dumpster provided by Vendor complying with existing regulated VA guidelines. Any applicable rebates for Cardboard an Scrap Metal shall be based upon best market conditions pricing. Place of Performance: The services shall be performed at the Stratton VA Medical Center located at 113 Holland Avenue, Albany, New York 12208-3410 Period of Performance. The estimated period of performance is Dec. 1, 2018 to Nov. 30, 2019 with the provision of 4 option years. Contractor Personnel Security Requirements All contractor employees will require a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel. Contracting Office Address: VISN 2 Network Contracting Office Albany 20 Madison Ave Extension Albany, New York, 12203 Place of Performance: Albany-Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as 36C24219Q0032. Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. Offerors that fail to provide full technical requirements may be determined incomplete. Terms of any express warranty Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.216-1 Type of Contract (April 1984) 52.233-2 Service of Protest (SEPT 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.233-70 Protest Content (JAN 2008) 852.233-71 Alternate Protest (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the contractor, whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 10 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed incomplete upon receipt. Factor 1 - Technical Technical Capabilities - Provide a capability statement demonstrating the contractor s capability to meet the requirements of the Statement of Work. Technical Experience - Provide reference of at least two (2) previous contracts for similar services in scope and complexity. Factor 2 Past Performance Each offeror will be evaluated on his/her performance under existing and prior contracts for similar services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. CPARS records will be reviewed. Offerors shall submit the following: Provide three references for contracts of similar scope and magnitude to be evaluated, the contractors past performance shall also be evaluated in CPARS. Contractors without past performance will receive a neutral rating. Factor 3 Price Price will be evaluated using the unit prices on the pricing worksheet. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the options (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.216-18 Ordering (Oct 1995) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total service disabled veteran small business set-aside combined synopsis/solicitation for Uniform Rental Services Program at the Stratton VA Medical Center as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 PM EST, Friday November 2, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday October 29, 2018 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer at Anthony.Murray2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24219Q0032/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q0032 36C24219Q0032.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637140&FileName=36C24219Q0032-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637140&FileName=36C24219Q0032-000.docx

 
File Name: 36C24219Q0032 Trash Disposal Pricing Worksheet and Recycling Worksheet.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637141&FileName=36C24219Q0032-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637141&FileName=36C24219Q0032-001.docx

 
File Name: 36C24219Q0032 P07 ALBANY WAGE DETERMINATION.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637142&FileName=36C24219Q0032-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637142&FileName=36C24219Q0032-002.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: Stratton VA Medical Center;113 Holland Ave;Albany, NY
Zip Code: 12208
 
Record
SN05126182-W 20181018/181016230707-39d2229e51a20e485b45afe05c7e0bb8 (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  © 1994-2020, Loren Data Corp.