Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2022 SAM #7469
SOLICITATION NOTICE

S -- Trash Collection Services Montgomery Alabama Regional Office

Notice Date
5/11/2022 5:13:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E22Q0038
 
Response Due
5/25/2022 2:00:00 PM
 
Archive Date
07/24/2022
 
Point of Contact
Raymond S. Tracey, Contract Specialist, Phone: 716-218-6579
 
E-Mail Address
raymond.tracey@va.gov
(raymond.tracey@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 4 of 4 This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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. Services. REQUEST FOR QUOTE (RFQ) 36C10E22Q0038, Trash Collection Services for the Montgomery Alabama Regional Office. The Request for Quote incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-04 01/30/2022. This action is being issued as a small business set-aside. NAICS CODE 562112 List of line Items: 0001 Base Year Trash Collection/Solid Waste Removal IAW the Statement of Work 1 EIGHT YARD DUMPSTER $________ three times a week. Monday, Wednesday, and Friday. Period of Performance 06/01/2022 through 05/31/2023 1001 Option Year one (1) Trash Collection/Solid Waste Removal IAW the Statement of Work 1 EIGHT YARD DUMPSTER $________ three times a week. Monday, Wednesday, and Friday. Period of Performance 06/01/2023 through 05/31/2024 2001 Option Year two (2) Trash Collection/Solid Waste Removal IAW the Statement of Work 1 EIGHT YARD DUMPSTER $________ three times a week. Monday, Wednesday, and Friday. Period of Performance 06/01/2024 through 05/31/2025 3001 Option Year three (3) Trash Collection/Solid Waste Removal IAW the Statement of Work 1 EIGHT YARD DUMPSTER $________ three times a week. Monday, Wednesday, and Friday. Period of Performance 06/01/2025 through 05/31/2026 4001 Option Year four (4) Trash Collection/Solid Waste Removal IAW the Statement of Work 1 EIGHT YARD DUMPSTER $________ three times a week. Monday, Wednesday, and Friday. Period of Performance 06/01/2026 through 05/31/2027 (vi) Description of Service & Dumpster: The contractor will furnish all labor, material, and equipment to haul trash from dumpster to an authorized landfill for disposal. The landfill used will be ethe entity responsible for compliance and disposal of the trash. The trash shall be collected from the Department of Veterans Affairs, VA Regional Office, 345 Perry Hill Road, Montgomery, AL, 36109-4551. Contractor will provide one (1) eight (8) yard dumpster. The dumpster shall be an open top dumpster with side slide openings to allow ease of access. The container shall be standard commercial-industrial type of heavy gauge metal construction and designed for mechanized handling. The container shall be freshly painted at the start of the contract and periodically during the contract to maintain a pleasant appearance. The container shall be marked with the Contractor name and contact information. The contractor shall perform all maintenance, repair and cleaning of all equipment and components associated with the unit. (xv) and ( The contractor is only responsible for hauling the trash to an authorized landfill/disposal site that is compliant with all applicable federal, state, city, and county laws, rules and regulations governing removal, recycling of waste materials. Hazardous waste does not apply to this service. Contractor must use EPA approved dump sites. The VBA facility service location collection shall be three days a week between 12 AM and 7 AM, Monday, Wednesday, and Friday. Any trash or garbage scattered by the contractor on the Regional Office grounds shall be recovered and removed by the contractor. The pickup area must be left in a clean and sanitary condition. (viii) A statement that the provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision. (ix) 52.212-2  EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)   (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:    Technical                                                       Past performance                                                Price      Technical and past performance, when combined, are more important than price. (x) Offerors shall include a completed copy of the provision at 52.212-3  , Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. `(xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the clause. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.  (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).     (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91).     (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115 232).     (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).     (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).     (6) 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: (14) 52.219-6 Notice of Total Small Business Set-Aside ( Nov 2020)   (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). (28) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). (48) 52.225-1, Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83). (51) 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). (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (xiii)  52.232-33, Payment by Electronic Funds Transfer System for Award Management.  INVOICES:  Invoices shall be submitted in arrears:  Invoices shall be submitted bae don progress: 1. Ordering 2. Delivery 3. Install Final.  GOVERNMENT INVOICE ADDRESS:  All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. / delted52.252-2  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/                                                                                                         52.204-18 Commercial & Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.242-71 Administrative Contracting Officer End of Addendum to 52.212-4 VAAR 852.212-70  PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)   (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. 852.203 70, Commercial Advertising. 852.232 72, Electronic Submission of Payment Requests.          VAAR 852.219-74  LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set Aside                                                                                                                  .   (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable.  The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records, or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.   (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.   (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A  (xv) The date, time and place offers are due. 26 May 2022, 5:00 PM EST. (xvi) The name and email address to contact for information regarding the solicitation. Raymond S. Tracey, Raymond.tracey@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e9e24f827dc482bbefd02c751fb7e93/view)
 
Place of Performance
Address: Department of Veteran Affairs Veterans Benefits Administration Support Services Division 345 Perry Hill Road, Montgomery 36109-4551, USA
Zip Code: 36109-4551
Country: USA
 
Record
SN06323931-F 20220513/220511230100 (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 |
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.