|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 S -- REFUSE COLLECTION REGULAR WASTE AND RECYCLING SOL RFP672-181-99
DUE 082798 POC (POC) Rey F. Clemente, (787) 766-5389 FAX (787) 766-6543
This combined synopsis is amended as follow: This is a combined
synopsis/solicitation for Commercial Items prepared in accordance with
the format Subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation, proposals are being requested, a written solicitation
will not be issued. The Request for Proposal (RFP) number is
RFP672-181-99. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-05. Standard Industrial Classification Code 4212 is applied,
business size standard is $18.5M. The Department of Veterans Affairs,
VA Medical Center (VAMC) San Juan, Puerto Rico is procuring a Service
Contract to furnish all necessary labor, recycling service, equipment,
supplies, transportation and supervision to render complete pick up,
transport and disposal of all trash and non-hazardous solid waste
generated at the VAMC San Juan and the Puerto Rico National Cemetery
(PRNC) located in Bayamon, Puerto Rico. The contract will be for a base
year and four (4) one year option periods. 1001. BASE YEAR: (10/01/98
to 09/30/99) Removal of one 30 cubic yard unipack electric compactor
located at the loading dock area, pick-ups will be three per week to be
performed on Monday, Wednesday and Friday at the estimated quantity of
156 pick-ups at the unit price $_______ per pick-up and annual cost
$________. 1002. BASE YEAR (10/01/98 to 09/30/99): Removal of one 40
cubic yard open dumpster located at the loading dock area, pick-up will
be one per week to be performed on Saturday at the estimated quantity
of 52 pick-ups at the unit price $_______ per pick-up and annual cost
$________ . 1003. BASE YEAR (10/01/98 to 09/30/99): Removal of one 8
cubic yard covered dumpster located at the VA Nursing Home Care Unit
area, pick-up will be six per week to be performed on Monday through
Saturday at the estimated quantity of 312 pick-ups at the unit price
$_______ per pick up and annual cost $________. 1004. BASE YEAR
(10/01/98 to 09/30/99): Removal of one 40 cubic yard electric compactor
exclusive for recycling cardboard located at the loading dock area,
pick-ups will be two per month to be performed as requested by the
Contracting Officer Technical Representative (COTR) at the estimated
quantity of 24 pick-ups at the unit price $_______ per pick up and
annual cost $________. 1005. BASE YEAR (10/01/98 to 09/30/99): Removal
of one 8 cubic yard covered container exclusive for recycling white
paper only located at the loading dock area, pick- up will be two pick
ups per month to be performed as requested by the Contracting
Officer's Technical Representative (COTR) at the estimated quantity of
24 pick-ups at the unit price $_______ per pick up and annual cost
$________. 1006. BASE YEAR (10/01/98 to 09/30/99): Removal of one 40
cubic yard open dumpster located at the (PRNC), pick-up will be one per
month as requested by the (COTR) at the estimated quantity of 12
pick-ups at the unit price $_______ per pick up and annual cost
$________. NOTE: Option quantities are the same as the base year.
Offeror shall submit pricing for BASE YEAR (10/1/98 TO 9/30/99) L/I #
1001 through 1006 and for each option year on a separate sheet as
follows: OPTION YEAR I: (10/01/99 to 09/30/00) L/I # 2001 through 2006.
OPTION YEAR II: (10/01/00 to 09/30/01) L/I # 3001 through 3006. OPTION
YEAR III: (10/01/01 to 09/30/02) L/I # 4001 through 4006. OPTION YEAR
IV: (10/01/02 to 09/30/03) L/I # 5001 through 5006. Contractor shall
provide the described containers for approval by (COTR) prior to
placement. Containers shall be in place NLT 10/01/98. Contractor shall
ensure containers are rust free, neatly painted, labeled as required
and maintain a presentable appearance at all times. These containers
shall be totally closed, rodent proof, fire retardant, kept clean,
sanitized and after each dumping shall be deodorized. The contractor at
no additional cost to the Government shall replace containers
considered unacceptable by the (COTR). Containers shall be emptied
before 6:00 A.M. Contractor shall coordinate with (COTR) all pick-ups
scheduled after working hours and/or weekends. Contractor shall provide
an empty container for each line item of this contract at the time the
full container is removed for emptying. If refuse is dumped on the
ground during pick-up the Contractor shall be responsible to pick-up
this refuse at own expense. The pick-up area shall be left clean and in
a good sanitary condition. Contractor shall ensure they are in full
compliance with all applicable licenses and permits when disposing all
refuse. Contractor shall ensure all safety requirements are followed
when servicing the containers. Any safety related discrepancies or
hazards noted by the Contractor when servicing should be corrected
immediately or reported to the Contracting Officer for correction.
Contractor shall provide a 24 hour emergency number. Contractor shall
respond to all service calls within one (1) working day. Contractor
shall be liable for all personal and property damage at each
installation upon removal and delivery of each container. Contractor
shall not drag containers from one location to another location.
Offerors shall submit all cost associated with the handling,
transportation, and sale of recyclable materials, costs should be
included in the base price for the base year and optional years.
Contractor shall give a credit to the (VAMC) of all proceeds that
result from the sale of recyclable materials. These credits shall be
reported to the (COTR) within five (5) working days after transfer
and/or disposal and these credits shall be applied to the monthly
invoices. Offerors shall have and submit with their offer all
applicable licenses and permits required by the Federal Government, and
Commonwealth of Puerto Rico. The Provision 52.212-1 Instructions to
Offerors Commercial Items (AUG 1998), 52.212-2 Evaluation -- Commercial
Items (OCT 1997) applies. Addendum Clauses FAR 52.215-18 Facsimile
Proposal also applies. The Government contemplates the award of a firm
fixed price 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. Factors for Basis of Award: (a) Price (final selection(s)
will be determined by the offeror that submits the best technical
proposal. All evaluation factors other than price are significantly
less important than price and will have less weight. (b) Technical
Capability to meet the Government requirement (1) Experience: An
outline of previous projects, specific work previously performed or
being performed, years in business; (2) Personnel: Name, professional
qualifications and specific experience of technical personnel who may
be assigned as a principal performer and/or project officer; (3)
Facilities: Availability and description of special facilities required
to perform in the technical areas under consideration, required
licensing to operate in the Commonwealth of Puerto Rico. (c) Past
Performance: (1) Contract performance: Describe contract performance
and critical performance with private sector facilities, and/or other
federal agencies; (2) Service Technicians: Offeror must submit the
names of all qualified Service Technicians that will be performing the
work to include their experience. (2) References: List references with
proposal, offerors shall submit contract numbers, points of contact
with telephone numbers, and other relevant information to allow for
evaluation of performance of this acquisition. All criteria as listed
herein are required. All responsible sources may submit a proposal that
will be considered by the agency. Award may be made without any written
or oral discussions with any offeror. The government may make multiple
awards for the services listed herein to those responsible offerors
whose offers, conform to the factors as listed in priority. The
following provisions and clauses are applicable and are hereby
incorporated into the solicitation by reference and will be provided by
the Contracting Officer in full text upon request. Offeror must submit
a completed copy of provision 52.212-3 Offeror Representations, and
Certifications Commercial Items (OCT 1998) with the proposal. 52.212-4
Contract Terms and Conditions Commercial Items (APR 1998), 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items (OCT 1998), applicable clauses
(52.203-6, 52.203-10, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.239-1, 52.247-64, 52.222-41, 52.222-43, 52.222-47).
52.217-5 Evaluation of Options (JUL 1990) (evaluation of options shall
not obligate the Government to exercise the option(s)). 52.217-8
Option to Extend Services (AUG 1989), 52.217-9 Option to Extend the
Term of the Contract (MAR 1989), 52.228-5, Insurance Work on a
Government Installation (JAN 1997), and 52.246-20 Warranty of Services
(APR 1984). Proposals shall be requested in writing and submitted to
the address herein no later than 3:30 p.m. local time on Thursday 27
AUG 98 or faxed to 787-766-6543 directed to Rey F. Clemente (90C) Tel.
787-766-5389. The Government will not be held responsible for the
quality of fax transmittals. The solicitation number RFP672-181-99
shall be listed on the outside of your response for identification.
Posted 08/25/98 (W-SN241324). (0237) Loren Data Corp. http://www.ld.com (SYN# 0141 19980827\S-0006.SOL)
S - Utilities and Housekeeping Services Index Page
|
|