SOLICITATION NOTICE
S -- New Jersey Cardboard, Co-Mingled Paper and Solid Waste Removal(Both Campuses)
- Notice Date
- 4/14/2021 7:08:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24221Q0438
- Response Due
- 5/4/2021 9:00:00 AM
- Archive Date
- 08/02/2021
- Point of Contact
- Clifford S. Harrison, Contracting Officer, Phone: 718.584.9000 Ext.4680
- E-Mail Address
-
Clifford.Harrison@va.gov
(Clifford.Harrison@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION New Jersey Cardboard, Co-Mingled Paper & Solid Waste Removal, at the VA New Jersey East Orange Health Care System and New Jersey Lyons VA Healthcare System. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 and FAR 13.5, 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 beta.sam.gov on RFQ reference number 36C242-21-Q-0438_2. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 (eff. 03/10/2021). (iv) This solicitation is Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111 with a small business size standard of $41.5 Million. The FSC/PSC is S205. (v) This is a services contract to provide Co-Mingled Paper and Solid Waste Removal at the VA New Jersey East Orange Health Care System located at 385 East Tremont Avenue East Orange, NJ 07018-1095 and New Jersey Lyons 151 Knoll-croft Lyons NJ 07939 VA Healthcare System. The Contractor shall provide clear pricing as the Contracting Specialist will need to distinguish between the varying costs of the procurement in order to determine price reasonableness. (vi) The required work is as contained below in the Statement of Work. Statement of Work Both New Jersey Health Care Systems Background: The Environmental Management Service at VA New Jersey Healthcare System is requesting service contract for Cardboard and Co-Mingled Paper and Solid Waste Removal at the New Jersey Healthcare System East Orange and Lyons Campuses. Scope: a. This is a Firm Fixed Price Indefinite Quantity Indefinite Delivery Services Contract to provide cardboard and co-mingled paper and solid waste removal services in accordance with current federal, state and local regulations for New Jersey Healthcare System East Orange and Lyons Campuses. (Please see schedule on page 6 of Statement of Work.) b. Contract performance will be for the base year and four (4) one-year options as follows: Base year: June 1, 2021 to September 30, 2021 Option year 1: October 1, 2021 to September 30, 2022 Option year 2: October 1, 2022 to September 30, 2023 Option year 3: October 1, 2023 to September 30, 2024 Option year 4: October 1, 2024 to September 30, 2025 Six Month Extension 52.217-8 : October 1, 2025 to March 2026 Place of Performance/Place of Delivery: VA New Jersey Healthcare System East Orange campus (385 Tremont Avenue, East Orange, NJ 07018-1023, (973) 676-1000; Medical, Surgical and Psychiatric facility with 200 operating beds and outpatient clinics. EMS Hours: Monday Friday 7:00am 3:30pm Lyons Campus (151 Knoll-croft Road, Lyons, NJ 07939-5001, (908) 647-0180; Psychiatric facility with 272 psychosocial and domiciliary program beds operating beds and outpatient clinics. Extended Care Center that provides long and short-term skilled nursing and rehabilitation with 295 beds; also outpatient primary care services. EMS Hours: Monday Friday 6am 2:30pm General Conditions: Licensing Contractor must have all permits and licensing as required by NJDEP that includes the A-901 Solid Waste Transporter License and the Certificate of Public Convenience and Necessity (CPCN). Security Contractor s employees shall not enter the VA site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. For working outside the ""regular hours"" as defined in the Contract, the Contractor shall give a reasonable notice to the Contracting Officer so that security arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. No photography of VA premises is allowed without written permission of the Contracting Officer. Document control Contractor shall provide Material Safety Data Sheet of any and all cleaning agents used during their maintenance activities. Contractor shall prepare and submit the proposed maintenance schedule for approval Where indicated throughout the SOW, reports are to be submitted to COR s and/or designee upon completion of work. Failure to provide reports may be cause for delay in payment. All work will be subject to inspection by VA EMS personnel. Contractor to submit payment schedule of values for approval prior to invoicing. The schedule of values must indicate all provided services monthly, quarterly, semi-annually or annually as needed to match frequency of service provided as described in the individual equipment/system s SOW Scope of Work. Invoices billed within 30 days after work completed. Invoices to include breakdown list with proof of service as validated by Contractor on-site manager and each COR Payment will be made via on-line certified invoice following approval by the COR and in accordance to the approved schedule of values. Final Cleaning Upon completion of maintenance activities, or as work progresses, remove all replaced parts/debris. Set-Aside Funds for Emergency Repairs Outside of SOW and/or As-Needed/On-Call Services: Set-aside funding will be used for payment of the on-call / as-needed items identified throughout this document. Any work to be performed, which is not covered by this SOW, MUST be approved by the Contracting Officer prior to the work being performed. Cardboard and Co-Mingled Paper: COR: Upon arrival to perform service, Contractor to report to: Foreman EO, Bldg. 1, Ext. 1205 Foreman LY Bldg. 8, Ext. 4550 SOW: Contractor shall provide labor, materials, and equipment as follows: Two (2) 30 cubic yard self-contained compactor containers, one (1) 35 cubic yard self-contained compactor container and one (1) 8 yard container to be placed at designated locations at the Lyons Campus of the VA New Jersey Health Care System located at 151 Knollcroft Road, Lyons, NJ; and One (1) 30 cubic yard self-contained compactor container to be placed at a designated location at the East Orange Campus of the VA New Jersey Health Care System located at 385 Tremont Avenue, East Orange, NJ. All containers will be conspicuously marked to indicate their exclusive use for the recycling of corrugated cardboard / comingled paper only. The Contractor shall empty the containers according to the following schedule between the hours of 7:00am and 3:30pm: Facility Location Size Container Frequency # pick-ups East Orange Building #1 30 yd. compactor 2 times per week 104 Lyons Building #2 Dock 35 yd. compactor Biweekly (every 2 weeks) 26 Lyons Building #13 Warehouse Dock 30 yd. compactor Biweekly (every 2 weeks) 26 Lyons Building #135 8 yd. R/L container Biweekly (every 2 weeks) 26 Lyons Building #143 Dock 30 yd. compactor Biweekly (every 2 weeks) 26 The containers shall be rinsed, cleaned and sanitized by the Contractor as necessary to prevent odor problems. The Contractor shall provide mechanical repairs to the compactor as required as soon as possible but not to exceed 24 hours after a reported mechanical failure of the equipment. If, during the contract period, the VANJHCS determines that the condition of any equipment supplied by the contractor constitutes a hazard to the health, safety or well-being of VA employees, patients, or the general community, the Contractor shall immediately, upon receiving notice of the determination, remove the equipment from the installation and immediately replace it with equipment which is approved by the VANJHCS. The Contractor will provide all operators and the vehicles required to disconnect, remove, transport, replace, and reconnect all containers. Contractor s employees shall remove all containers from the established collection points and at no time will medical center employees load the contractor s vehicle, assist contractor s employees in loading the contractor s vehicle, or provide assistance or guidance to contractor s employees in the positioning, backing or parking of the contractor s vehicle. Any damages caused by the contractor, or contractor s vehicle will be repaired to original condition by the contractor. Repairs shall be arranged for, paid for, and supervised by the contractor and shall meet VA specifications. All work must be performed at a time agreeable to the VA and in a fashion acceptable to the VA. Material removed from the facilities as part of this agreement will become the responsibility of the contractor. Any spills, damage to containers, environmental contamination or damage caused by the material collected shall be cleaned, repaired or corrected by the contractor at their expense. Monthly service provided by the Contractor will include the following: Eliminate any oil leaks. Fill the system to the proper level with oil. Supply appropriate absorbent material to clean-up any oil spillage and remove the material from the VA property. Make any adjustments required for proper operation of the system. Insure that all key operated safety switches comply with OSHA standards. Supply a service report for all work performed along with the monthly invoice. j) Electric service disconnect will be provided for the connection of the compactor power unit by contractor personnel. Equipment connection schedules will be coordinated at the time of the award between the VA and the Contractor. All equipment will be installed in accordance with OSHA safety requirements. All key switches installed will be standardized so that they match the existing keys in-use at the individual VA campus. Frequency: See SOW above. Invoices billed monthly. The Contractor will be required to submit monthly invoices that include the Volume and Weight of the corrugated material that is removed. Hours of Work: Work to be performed during the hours of 7:00 AM to 3:30 PM. Reports: Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. PM Procedures: N/A Repair Procedures: N/A Equipment Listing: N/A Solid Waste Removal: COR: Upon arrival to perform service, Contractor to report to: Foreman EO, Bldg. 1, Ext. 1205 Foreman LY Bldg. 8, Ext. 4550 Scope: Provide all labor, materials, equipment and supervision for trash removal services at the East Orange and Lyons Campuses of the VANJHCS. Contractor to provide all equipment identified in the Equipment List below for the entire contract period for each campus. Placement of equipment and pick-up of containers shall also be in accordance with Schedule of Services below. Contractor shall rinse, clean and sanitize containers as necessary to prevent odor problems at either campus. Contractor shall furnish repair services to any Contractor-owned defective unit, upon notification by either COR of mechanical problems, within 24 hours. Compactor equipment will be inspected on a monthly basis. This inspection shall include: Elimination of any oil leaks Filling of systems to proper level with required oil Cleaning up of any oil spillage Making any adjustments required for proper operation of system Insuring all key operated safety switches comply with current OSHA standards Frequency: See Schedule of Services below. Invoices billed monthly; East Orange and Lyons campus performances will be billed separately. Hours of Work: Not applicable Reports: A copy of the monthly inspection service report will be forwarded to each COR. Additionally, Contractor shall submit a report monthly that indicates the volume and weight of each type of waste removed from each facility. This report will be submitted to the COR at each facility for their areas of responsibility. Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. PM Procedures: N/A Repair Procedures: N/A Equipment List and Schedule of Services: SCHEDULE RUBBISH REMOVAL: COLLECTION AND DISPOSAL RUBBISH REMOVAL (CONTRACTOR PROVIDED CONTAINERS) CONTAINER UNIT SITE FREQUENCY TIMES LOCATION 30 CY OPEN CONTAINER EA EO 156 MON-WED-FRI 6AM BLDG. 1 MORGUE ENTRANCE 20 CY OPEN CONTAINER EA EO 108 MON & THURS 6AM BLDG. 6 PAINT SHOP 6 CY HOPPER EA EO 156 MON-WED-FRI 6AM BLDG. 15 4 CY HOPPER EA EO 156 MON-WED-FRI 6AM BLDG. 5 2 CY HOPPER EA EO 156 MON-WED-FRI 6AM BLDG. 2 2 CY HOPPER EA EO 156 MON-WED-FRI 6AM BLDG. 11 4 CY HOPPER EA EO 108 MON & THURS 6AM BLDG. 7 4 CY CONTAINER EA LY WHEN CALLED WASTEWATER PLANT 4 CY CONTAINER EA LY 108 MON & THUR 7AM-10AM APARTMENT BUILDING 18 SOLID WASTE: COLLECTION AND DISPOSAL OF SOLID WASTE FROM COMPACTOR CONTAINERS (CONTRACTOR OWNED) CONTAINER UNIT SITE FREQUENCY TIMES LOCATION 30 CY CLOSED CONTAINER EA EO 156 MON-WED-FRI 6AM BLDG. 1 RECEIVING 30 CY CLOSED CONTAINER EA LY 52 FRIDAY 7AM BLDG. 2 DOCK 30 CY CLOSED CONTAINER EA LY 52 FRIDAY 8AM BLDG. 54 DOCK 30 CY CLOSED CONTAINER EA LY 52 FRIDAY 9AM BLDG. 135 DOCK SOLID WASTE: COLLECTION AND DISPOSAL OF NON-COMPACTED SOLID WASTE (CONTRACTOR PROVIDED CONTAINER) CONTAINER UNIT SITE FREQUENCY TIMES LOCATION 30 CY CONTAINER EA LY WHEN CALLED DUMP 30 CY CONTAINER EA LY WHEN CALLED DUMP 20 CY CONTAINER EA LY WHEN CALLED DUMP 4 CY CONTAINER EA LY WHEN CALLED WASTEWATER PLANT 4 CY CONTAINER EA LY WHEN CALLED APARTMENT BUILDING 18 ON-CALL COLLECTION AND DISPOSAL FOR RUBBISH CONTAINER UNIT SITE FREQUENCY TIMES LOCATION 30 CY CONTAINER EA EO ON CALL TO BE DETERMINED AT TIME OF CALL 30 CY CONTAINER EA LY ON CALL TO BE DETERMINED AT TIME OF CALL 30 CY CONTAINER EA LY ON CALL TO BE DETERMINED AT TIME OF CALL 30 CY CONTAINER EA LY ON CALL TO BE DETERMINED AT TIME OF CALL ON CALL COLLECTION AND DISPOSAL FOR SOLID WASTE CONTAINER UNIT SITE FREQUENCY TIMES LOCATION 30 CY CONTAINER EA EO ON CALL TO BE DETERMINED AT TIME OF CALL 6 CY CONTAINER EA EO ON CALL TO BE DETERMINED AT TIME OF CALL 4 CY CONTAINER EA LY MONTHLY LAST FRIDAY OF MONTH WASTEWATER PLANT 6 CY CONTAINER EA LY WEEKLY FRIDAYS 7AM 10AM APARTMENTS Reports: Contractor will provide a copy of service report to the COR. Report will include a list of all areas completed, any identified problems and/or deficiencies found, and an amount of debris removed in cubic yards for the purpose of meeting NJDEP requirements for storm water management. Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. PM Procedures: NA Repair Procedures: NA Equipment List: NA END OF STATEMENT OF WORK Service Contract Labor Standards apply to this solicitation; see attachment 6: Wage Determination WD 2015-4211(Rev. 14). (vii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) Solicitation number for this requirement as 36C242-21-Q-0438_2. Name, address and telephone number of offeror. Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Terms of any express warranty. Price should be for all services detailed on the Statement of Work. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Hourly rate shall be separated from any other costs. Failure to do so will result in automatically being disqualified. 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. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). The following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.216-1 Type of Contract (APR 1984) 52.233-2 Service of Protest (SEPT 2006) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. Award will be made to the offeror whose offer is determined to be the best value to the government, considering technical capability past performance and price. The offeror must be a responsible offeror and submit a package that meets all the technical and past performance requirements. Offeror must also meet the terms and conditions of all clauses and provisions. The award will be made to the responsible offerors, whose offer is the best value. When combined, technical and past performance is important then price. A quote may be determined to be unacceptable/incomplete if required information is missing or if the quote materially deviates from the requirements of the RFQ.. All complete quotes will be considered. Evaluation Factors: (1) TECHNICAL CAPABILITY - Contractor shall provide a maximum 10-page capability statement that demonstrates that the contractor/vendor is an entity regularly engaged in disposal of solid waste & recyclable materials. Please ensure your capability Statement have the ability to meet all of the requirements of the SOW. TECHNICAL PROFICIENCY: Contractor shall submit a package that demonstrates its understanding of the requirement in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. Contractor shall provide a proposed schedule for routine pick-up as part of their package. Schedule shall include day of the week and proposed time. CONTRACTOR EXPERIENCE: The offeror shall provide 3-5 instances of past experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged in disposal of solid waste & recyclable materials. Their expertise and experience shall be of such extent as to provide them the knowledge of procedures in disposal of solid waste & recyclable materials for a hospital/healthcare setting. Generally, the principals of the company shall have had approximately three years successful experience in performing in disposal of solid waste & recyclable materials. KEY PERSONAL: Contractor shall provide the key personnel and their function on this requirement. Contractor shall indicate if subcontractors will be used. If so, who the pertinent POCs will be for each subcontractor and their placement in the Management Hierarchy. Contractor must provide performance plan to meet the requirement and who will be responsible for performing what tasks. (Please provide resumes if need to) CERTIFICATION: In order to be awarded this requirement proof of your company A901 in the State of New Jersey needs to be provided in your company proposal. (2) PAST PERFORMANCE: A past performance evaluation sheet will be sent to a minimum of three VA facilities that have used the contractor s services within the past 5 years. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. (3) PRICE: Vendors Price must be fair and reasonable as determined by the Contracting Officer Price analysis. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 The following contract clauses apply to this acquisition: The following clauses are incorporated into Addendum to FAR 52.212-4, 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.216-18 Ordering (AUG 2020) 52.216-19 Order Limitations (OCT 1995) 52.216-20 Definite Quantity (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.217-8 Option to Extend Services (NOV 1999) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) -852.203-70, Commercial Advertising. -852.232-72, Electronic Submission of Payment Requests. -852.270-1, Representatives of Contracting Officers. 852.237-75 Key Personnel (OCT 2019) 852.242-71 Administrative Contracting Officer (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post Award Small Business Program Re-representation (NOV 2020) 52.222-3, Convict Labor (JUN 2003) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Clifford S. Harrison at Clifford.Harrison@va.gov This is a Small Business set-aside open market for Co-Mingled & Solid Waste Removal 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:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00pm on 05/04/2021 at Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Clifford S. Harrison at Clifford.Harrison@va.gov. All questions must be submitted by 04/20/2021 at 12:00pm. Point of Contact Clifford S. Harrison, Contracting Officer Clifford.Harrison@va.gov NO PHONE CALLS. See attached document: P07. WAGE DETERMINATION. See attached document: 36C24221Q0438 Line Items NEW.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/10054b67affb42b4ab00ba6289275399/view)
- Place of Performance
- Address: East Orange 385 Tremont, E. Orange 07018-1095, USA
- Zip Code: 07018-1095
- Country: USA
- Zip Code: 07018-1095
- Record
- SN05971969-F 20210416/210414230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |