SOLICITATION NOTICE
S -- . Refuse Waste Collection
- Notice Date
- 7/1/2022 6:08:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24722Q0798
- Response Due
- 7/27/2022 6:00:00 AM
- Archive Date
- 08/03/2022
- Point of Contact
- Richard Bogle, Contract Specialist, Phone: 404-417-1736
- E-Mail Address
-
richard.bogle@va.gov
(richard.bogle@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- STATEMENT OF WORK (SOW) FOR COLLECTION, TRANSPORTATION, AND DISPOSAL OF SOLID WASTE A. GENERAL REQUIREMENTS 1. SCOPE: The contractor shall provide services for the collection, transportation, and disposal of solid waste from the Charlie Norwood VA Medical Centers - Uptown Division, located at 1 Freedom Way, Augusta, GA 30904, and Downtown Division, located at 800 Bailie Drive, Augusta, GA, 30901. 2. PERIOD OF PERFORMANCE: The period of October 01, 2022 through September 30, 2023 with four option periods exercised at the Governments discretion. 3. HOURS OF SERVICE: Work is to be performed during normal business hours, between 8:00a.m. and 4:00p.m., Monday through Friday, excluding holidays and weekends. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th Description of Supplies/Services (Uptown - Logistics Bldg 111) Pick-up, haul to landfill, empty, clean, sanitize, disinfect, and replace Government-owned 42 cubic yard dumpster compaction container. Rental, collection, empty, haul to landfill, clean, sanitize and disinfect eleven (11) 8- cubic yards dumpsters. (Downtown - Loading Dock Bldg 801) Pick-up, haul to landfill, empty, clean, sanitize, disinfect, and replace Government-owned 42 cubic yard dumpster compaction container. (Downtown - Loading Dock Bldg 801) Rental, collection, empty, haul to landfill, clean, sanitize and disinfect one 30 yard roll off dumpster for yard waste. (Uptown Fisher House) Pick -up and haul to land fill, sanitize, disinfect, and replace six (6) contractor provided 96-gallon residential carts (with service twice weekly on Monday & Thursday) B. VENDOR/CONTRACTOR RESPONSIBILITIES: Provide all management, tools, supplies, equipment, labor, and applicable local, state, and federal licenses and permits necessary to collect, transport, and dispose of solid waste in such a manner as to not cause conditions detrimental to public health or to constitute a public nuisance, in accordance with federal, state, and local laws/regulations. Contractor will assume full responsibility for compliance with all federal, state, city, and county laws, rules, and regulations governing the collection, transportation, and disposal of solid waste. Contractor will be responsible for the clean-up and removal of any debris that has fallen from any containers while the service is being performed. Upon notification by the contracting officer through the issuance of a delivery order, the contractor shall perform emergency refuse and trash removal in areas covered under this contract. The contract shall perform general removal of refuse and trash as identified by the government in areas identified. The contractor shall remove refuse and trash within twenty-four (24) hours after notice to proceed unless otherwise approved by the Contracting Officer (CO). Contractor s responsibilities shall include, but not limited to, the removal and disposal of all-natural refuse and trash and to clean up and remove any debris that has fallen from any containers while the exchange is being made. The pick-up area must be left in a clean and sanitary condition. Dispose of all refuse and trash at an off-base location or landfill in accordance with local, state, and federal regulations and procedures. Collections must be made in contractor s containers, which must be fully enclosed, leak-proof, and fire-retarding, and kept clean. Classification of Refuse and Trash. Examples of refuse and trash to be disposed include the following: Combustible and non-combustible materials. Vegetation such as leaves, branches, upFboNoticeed shrubs, and trees. Inert environmental refuse and trash such as dirt, mud, rocks, and sand. Construction refuse and trash such as asphalt, blinds, brick, carpet, concrete, drywall, electrical wires, lamps, glass, insulation materials, copper, steel, aluminum, tile, pipe, plastic, vinyl, and wood. Personal items such as books, papers, clothing, and cooking utensils. Household or office items such as appliances, furniture, computer equipment, and telephones. Food remnants and edible or non-edible garbage but not limited to coffee grounds, tea leaves, egg shells, banana peels, citrus fruit rinds, onion hulls, table scraps, and similar materials. Miscellaneous trash such as: paper, wrappings, cartons, metal, glass, floor sweepings, waste products of coal and other fuels, wastepaper, lumber, non-repairable wooden items, and construction debris. Patient Care Waste including but not limited to miscellaneous trash in patient areas, such as tissues, papers, and similar materials used by patients and for the patients. Ashes - burned refuse from incinerated combustible materials. Other incinerated refuse such as partially charred or burnt materials such as tin cans, glass containers, other metal or glass items, refuse, and trash. Recyclable trash items identified by and in accordance with local, state, and federal regulations and procedures such as cardboard, metal, paper, plastics, etc. Reconstitution. All loose and visible refuse and trash shall be completely removed. Areas damaged by contract vehicles shall be repaired to meet the appearance of the surrounding area. Hauling. All refuse and trash hauled by the contractor shall be contained, tied, or enclosed to prevent leaking, spilling, or blowing. 6. Transportation Routes. The contractor shall ensure all refuse and trash or dirt is promptly removed from any transportation route if such refuse and trash is spilled, blown, or leaked from hauling equipment within one hour of notification by the government. 7. Disposal. All refuse and trash collected by the contractor shall be disposed of in an authorized landfill or transfer station. No display is allowed on Charlie Norwood VA property. Burning is not allowed on Charlie Norwood VA property. The contractor shall provide the government evaluator with a copy of each dump receipt at the conclusion of every disposal cycle, usually every month with their invoice. 8. Emergencies or Special Event Services. Upon notification of an emergency, the contract manager shall respond within one (1) hour to meet with the contracting officer and the COR and initiate emergency services. Upon receiving direction by the contracting officer, contractor personnel shall begin emergency work within two hours. The contracting officer will notify the contractor as soon as a special event requirement is known, but not less than 24 hours prior to the event. Total emergency or special event services shall not exceed 8 calls per year. In the event of a Union Strike by (Contractor Services), provisions will be made by (Contractor Services) to provide waste removal services as listed in the Performance Work Statement at no additional cost to the Charlie Norwood VA Medical Center. C. PERFORMANCE STANDARDS SUMMARY REQUIRED SERVICE PERFORMANCE STANDARD MONITORING METHOD INCENTIVE/DISINCENTIVES FOR MEETING OR NOT MEETING THE PERFORMANCE STANDARDS Remove bulk waste from Downtown Division Confirm same day service, removal and return of compactor bi-weekly Visual 5% of the total invoice amount shall be deducted when the performance standard is missed Remove bulk waste from Uptown Division Confirm same day service, removal and return of compactor weekly Visual 5% of the total invoice amount shall be deducted when the performance standard is missed Empty (11) 8 cubic yard dumpsters Confirm service is provided weekly Visual 5% of the total invoice amount shall be deducted when the performance standard is missed. Remove bulk waste from 30 cu. yd roll off dumpster, yard waste Downtown campus Confirm service provided 6X annually 95% on Visual 5% of the total invoice amount shall be deducted when the performance standard is missed. Empty (6) 96-gallon containers at Fisher House Uptown Confirm service is provided bi-weekly Visual 5% of the total invoice amount shall be deducted when the performance standard is missed. E. INVOICES 1. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer s Representative (COR), and submitted electronically through OB-10 (https://portal.tungsten-network.com/). 2. A properly prepared invoice will contain: a) Invoice Number and Date b) Contractor s Name and Address b) Accurate Purchase Order Number c) Supply or Service provided d) Total Amount Due F. SECURITY PER REVIEW OF VA HANDBOOK 6500.6, CONTRACT SECURITY, APPENDIX A- INFORMATION SECURITY AND PRIVACY CHECKLIST: 1. The C&A requirements do not apply, and a Security Accreditation Package is not required. 2. Acquisition of this service does not involve the storage, generating, transmitting, or exchanging of VA sensitive information to the vendor. 3. There may exist exposure to VA sensitive information, in particular to sensitive personal information (SPI) while implementing contractual services. Minimum Statutory Requirements 1. Prohibition on unauthorized disclosure: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). See VA Handbook 6500.6, Appendix C, paragraph 3.a. 2. Requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COR, the designated ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a 3. Requirement to pay liquidated damages in the event of a data breach: Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code. (3) Number of individuals affected or potentially affected. (4) Names of individuals or groups affected or potentially affected. (5) Ease of logical data access to the lost, stolen or improperly accessed data considering the degree of protection for the data, e.g., unencrypted, plain text. (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs (see VA handbook 6500.6, appendix c, paragraph 7.a, 7.d) Information System Security The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VBA Headquarters Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. Security Training All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. Contractors must provide signed certifications of completion to the CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Contractor Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 1. Background Investigation The position sensitivity impact for this effort has been designated as [LIMITED, MODERATE, SUBSTANTIAL, or MAJOR] Risk and the level of background investigation is [NACI, MBI, or BI]. 2. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. b. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized.  c. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak, and understand the English language. d. After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: (1) List of names of contractor personnel.  (2) Social Security Number of contractor personnel.  (3) Home address of contractor personnel or the contractor's address.  e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract.  f. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. g. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 3. Government Responsibilities a. The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses.  b. Upon receipt, the VA Security, and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation.  c. The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Security and Investigations Center (07C) will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. e. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested.  ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS INTERNET/INTRANET The contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). VA Directive 6102 sets forth policies and responsibilities for the planning, design, maintenance support, and any other functions related to the administration of a VA Internet/Intranet Service Site or related service (hereinafter referred to as Internet). This directive applies to all organizational elements in the Department. This policy applies to all individuals designing and/or maintaining VA Internet Service Sites; including but not limited to full time and part time employees, contractors, interns, and volunteers. This policy applies to all VA Internet/Intranet domains and servers that utilize VA resources. This includes but is not limited to va.gov and other extensions such as, .com, .edu, .mil, .net, .org, and personal Internet service pages managed from individual workstations. VA Handbook 6102 establishes Department-wide procedures for managing, maintaining, establishing, and presenting VA Internet/Intranet Service Sites or related services (hereafter referred to as Internet ). The handbook implements the policies contained in VA Directive 6102, Internet/Intranet Services. This includes, but is not limited to, File Transfer Protocol (FTP), Hypertext Markup Language (HTML), Simple Mail Transfer Protocol (SMTP), Web pages, Active Server Pages (ASP), e-mail forums, and list servers. VA Directive 6102 and VA Handbook 6102 are available at: Internet/Intranet Services Directive 6102 http://www.va.gov/pubs/directives/Information-Resources-Management-(IRM)/6102d.doc Internet/Intranet Services Handbook 6102 http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/6102h.doc Internet/Intranet Services Handbook 6102 Change 1 updates VA's cookie use policy, Section 508 guidelines, guidance on posting of Hot Topics, approved warning notices, and minor editorial errors. http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/61021h.doc In addition, any technologies that enable a Network Delivered Application (NDA) to access or modify resources of the local machine that are outside of the browser s sand box"" are strictly prohibited. Specifically, this prohibition includes signed-applets, or any ActiveX controls delivered through a browser's session. ActiveX is expressly forbidden within the VA while .NET is allowed only when granted a waiver by the VA CIO *PRIOR* to use. JavaScript is the preferred language standard for developing relatively simple interactions (i.e., forms validation, interactive menus, etc.) and Applets (J2SE APIs and Java Language) for complex network delivered applications. SECTION 508 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4531de9a98484de39b95f3ccffc3702b/view)
- Place of Performance
- Address: Department of Veterans Affairs Charlie Norwood VA Medical Center 1 Freedom Way, Augusta, GA 30904, USA
- Zip Code: 30904
- Country: USA
- Record
- SN06376682-F 20220703/220701230056 (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 |