DOCUMENT
S -- Solid Waste and Recycle Pick-up and Disposal services for the Syracuse VA Medical Center, Rome CBOC, and Binghamton CBOC. - Attachment
- Notice Date
- 6/25/2013
- Notice Type
- Attachment
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Contracting Officer;Department of Veterans Affairs Syracuse;Network Contracting Office;800 Irving Ave;Syracuse NY 13210
- ZIP Code
- 13210
- Solicitation Number
- VA52813R0360
- Response Due
- 7/2/2013
- Archive Date
- 8/31/2013
- Point of Contact
- Charlene Booth
- E-Mail Address
-
Contracting Specialist
(charlene.booth@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs (VA) Health Care Upstate New York Syracuse VA Medical Center located at 800 Irving Avenue, Syracuse, NY 13210, is issuing a Presolicitation Notice to acquire services for the pick-up and disposal of Municipal Solid Waste and Recycling from the Syracuse VA Medical Center, Rome VA Community Based Outpatient Clinic, and Binghamton VA Community Outpatient Clinic. THIS IS NOT A SOLICITATION. This requirement is being set-aside as a Service Disabled Veteran Owned Small business (SDVOSB). SDVOSB Contractors must be currently registered and verified with VetBiz at http://www.vip.vetbiz.gov and must be registered on https://www.sam.gov/portal/public/SAM/ and complete online Reps and Certs at http://orca.bpn.gov. The North American Industry Classification System (NAICS) code and size standard is 562112 and $12.5M, respectively. 1. GENERAL: The contractor shall provide pick-up and disposal of Municipal Solid Waste from a contractor-leased thirty-five (35) cubic yard self-contained dumpster with a built-in compactor on a twice per week schedule, and provide pick-up and disposal of recycling (paper, plastic, metal, and glass) from VA-owned containers on a twice per week schedule at the Syracuse VA Medical Center located at 800 Irving Ave, Syracuse NY. The contractor shall provide pick-up and disposal of Municipal Solid Waste from a contractor-leased Eight (8) cubic yard self-contained dumpster on a once per week schedule, and provide pick-up and disposal of cardboard from a contractor-leased six (6) cubic yard self-contained dumpster on a once per week schedule, and provide pick-up and disposal of recycling (paper, plastic, metal, and glass) from Two (2) contractor-leased 95 gallon containers on a once per week schedule at the Rome VA Community Based Outpatient Clinic located at Griffiss Business Park, 125 Brookley Rd, Building 510, Rome, NY 13441. The contractor shall provide pick-up and disposal of Municipal Solid Waste from a contractor-leased Four (4) cubic yard self-contained dumpster on a once per week schedule, and provide pick-up and disposal of recycling (paper, plastic, metal, and glass) from two (2) contractor-leased 95 gallon containers on a once per week schedule at the Binghamton VA Community Based Outpatient Clinic located at Garvin Building, 425 Robinson St, Binghamton, NY 13901. 2. CONTRACTOR-OWNED TRASH COMPACTOR TRUCKS: All trucks used by the Contractor to pick-up and dispose of all trash shall be equipped with a back-up alarm, or similar warning device, to alert pedestrians and other traffic when the vehicle is backing up. The trucks shall not dispose of, or drain off liquid accumulation on VA grounds. The Contractor's personnel shall immediately clean up any spills of oil, or other fluids, caused by malfunctions of the engine or hydraulics. The Contractor's personnel shall pick-up and clean up all loose trash upon separation of each container or compactor in order to leave the area clean. The Contractor shall be responsible for storage and maintenance of their trucks. The Contractor's personnel shall not leave vehicles on the VA facility grounds. 3. CONTRACTOR-OWNED CONTAINERS: The Contractor shall furnish the following container sizes, types and configurations at the following locations; LocationQuantityContainerPurpose Syracuse VAMC 800 Irving Av Syracuse, NY 132101Thirty-five (35) cubic yard self-contained dumpsterMunicipal solid waste Rome VA CBOC Griffiss Business Park 125 Brookley Rd Building 510 Rome, NY 13441 1Eight (8) cubic yard self-contained dumpsterMunicipal solid waste Rome VA CBOC Griffiss Business Park 125 Brookley Rd Building 510 Rome, NY 13441 1Six (6) cubic yard Self-contained dumpsterCardboard Rome VA CBOC Griffiss Business Park 125 Brookley Rd Building 510 Rome, NY 13441 2Ninety-five (95) gallon ContainersRecycling Binghamton VA CBOC Garvin Building 425 Robinson St Binghamton, NY 139011Four (4) cubic yard Self-contained dumpsterMunicipal solid waste Binghamton VA CBOC Garvin Building 425 Robinson St Binghamton, NY 139012Ninety-five (95) gallon ContainersRecycling The containers shall be of an acceptable appearance, repair and maintenance of the Contractor-leased containers will be the sole responsibility of the Contractor during the life of the lease. The containers shall be kept neat in appearance, and repaired and painted as appropriate (i.e. appearance of rust spots, stains, excessively chipped areas, punctured holes, missing covers, lids or doors). The Contractor's driver is responsible for identifying required repairs. Containers not suitable because of age or condition shall be replaced within ten (10) business days from the date the notification is submitted to the Contractor by the COR or Contracting Officer. The containers shall remain at the designated locations herein for the duration of the contract unless otherwise directed, in writing, by the Contracting Officer or the COR. The Contractor will fabricate a cover chute (dog house) from the exit point of the Syracuse VA medical Center Municipal solid waste room to the contractor-leased thirty-five (35) cubic yard dumpster that will be located at the Syracuse VAMC, 800 Irving Ave, Syracuse, NY. The VA will provide the necessary utilities to operate the contractor-leased thirty-five (35) cubic yard dumpster. 4. INITIAL DELIVERY OF CONTRACTOR-LEASED CONTAINERS: Within 2 business days prior to the effective date of the contract, the Contractor shall arrange with the COR to have their containers delivered to the designated sites on the VA grounds. 5. SANITARY CONDITIONS/COMPLIANCE: The contractor shall be required to dispose of trash in such a manner that will not create conditions detrimental to public health or, to constitute a public nuisance. The Contractor shall transport and dispose of Municipal Solid waste in accordance with all applicable Environmental Protection Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA), New York State Department of Environmental Conservation (DEC) and any other state and federal regulations and guidelines. Self-contained compactors must be fully enclosed, rat proof, leak proof, and fire retardant. Any trash or garbage scattered by the Contractor, or their equipment, on the VA facility's grounds must be pick-up and disposed of properly. 6. SAFETY REQUIREMENTS: The Contractor shall take such safety precautions as the COR determines reasonably necessary to protect the lives and health of all personnel on VA property. The Contractor shall use only established roads or drives in the performance of this contract, and shall be responsible for any damages or VA traffic violations. 7. LANDFILL: Municipal Solid Waste collected under the terms of this contract shall be disposed of at a permitted landfill. The Contractor shall furnish proof of guaranteed available dumping privileges with their offer. Once contract award has been made, the VA reserves the right to request proof of guaranteed available dumping privileges from the Contractor at any time during the contract period. All costs associated with the landfill will be included in the unit prices proposed by the contractor. 8. WEIGHT TICKETS: The Contractor shall provide a record (weight ticket) of the actual weight of refuse picked-up and delivered to the landfill. Weight tickets shall indicate the weight of Municipal Solid Waste removed from the VA. Waste generated by the VA shall not be co-mingled/hauled in the same trash compactor truck with waste generated by other facilities or agencies serviced by the contractor. The Contractor shall provide all refuse weight tickets to the following address: Syracuse VA Medical Center 800 Irving Ave Syracuse, NY 13210 ATTN: Environmental Services Manager (138) Room# CL-46a All weight tickets shall be provided no later than the 5th work day of the following month from when services were provided. Invoices will not be paid unless valid weight tickets are received. 9. MUNICIPAL SOLID WASTE AND RECYCLING PICK-UP SCHEDULE AND TIME: The Contractor shall provide pick-up of VA-owned and Contractor-leased containers as outlines; LocationFrequency of pick-upsContainerPurpose Syracuse VAMC 800 Irving Av Syracuse, NY 13210Pick-up and disposal twice per weekThirty-five (35) cubic yard self-contained dumpster Contractor-Leased (qty:1)Municipal solid waste Syracuse VAMC 800 Irving Av Syracuse, NY 13210Pick-up and disposal Twice per weekNinety-five (95) gallon Containers VA-Owned (qty:3)Recycling Rome VA CBOC Griffiss Business Park 125 Brookley Rd Building 510 Rome, NY 13441 Pick-up and disposal Once per weekEight (8) cubic yard self-contained dumpster Contractor-leased (qty:1)Municipal solid waste Rome VA CBOC Griffiss Business Park 125 Brookley Rd Building 510 Rome, NY 13441 Pick-up and disposal Once per weekSix (6) cubic yard Self-contained dumpster Contractor-leased (qty:1)Cardboard Rome VA CBOC Griffiss Business Park 125 Brookley Rd Building 510 Rome, NY 13441 Pick-up and disposal Once per weekNinety-five (95) gallon Containers Contractor-leased (qty:2)Recycling Binghamton VA CBOC Garvin Building 425 Robinson St Binghamton, NY 13901Pick-up and disposal Once per weekFour (4) cubic yard Self-contained dumpster Contractor-leased (qty:1)Municipal solid waste Binghamton VA CBOC Garvin Building 425 Robinson St Binghamton, NY 13901Pick-up and disposal Once per weekNinety-five (95) gallon Containers Contractor-leased (qty:2)Recycling In the event that a scheduled pick-up falls on a National Holiday, the Contractor shall provide pick-up services on the following business day or, on a date that is mutually agreeable with the COR Pick-ups shall be made between the hours of 5:00a.m. and 7:00a.m. The compactor/containers shall be returned no later than 8:00 a.m. 10. GOVERNMENT HOLIDAYS: Services shall not be performed on the following National Holidays: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Any other day that the President of the United States declares a holiday. 11. MISSED PICK-UP: Upon discovery that a pick-up was missed, the COR or Environmental Services Department will notify the Contractor. The Contractor shall return to the VA location and pick-up the container on the same day and shall notify the COR when the pick-up has been completed. 12. SERVICE CALLS: The Contractor shall provide in the space below, the name, location, and telephone number of the office where service calls are to be placed: Name:_______________________________________ Address:_____________________________________ Telephone:___________________________________ Point of Contact:_______________________________ E-Mail Address________________________________ 13. MODIFICATIONS: As a fixed price, indefinite delivery, requirements contract with option years, it is reasonable to expect that usage and/or requirements, based upon estimated quantities may change during the contract period. It is also reasonable to expect that Government requirements may result in the discontinuance of any item, or require a new product under this contract. In order to satisfy any such needs/changes, the Government reserves the right to negotiate with the Contractor to add or delete items. Upon mutual agreement, the Contract shall be modified accordingly to reflect such agreed upon changes. Changes determined by the Contracting Officer to be within the general scope of the contract shall be made in accordance with FAR Part 43, Contract Modifications, and shall not necessitate new solicitation proceedings. 14. CONTRACTOR-OWNED CONTAINERS AS NEEDED: From time to time the VA may require additional Contractor-owned trash containers to be delivered for use by the VA. The VA shall call in their request for the additional containers to the contractor. The Contractor shall be required to respond by telephone to the request for the additional container within two (2) hours after the initial request. The request will indicate the VA location that requires the additional container, as well as provide a name and phone number of a VA personnel point-of-contact. The Contractor shall provide the additional container the next business day and pick-up and dispose of the trash when notified. The Contractor shall invoice accordingly against the Contract. 15. PICK-UP SERVICES AS NEEDED: In the event that the VA requires pick-up of a Contractor-owned bin, the following procedure shall apply: (1.)The VA will call their request for pick-up to the Contractor. The request will indicate which location requires the pick-up. (2.)The Contractor shall respond back to the VA by telephone within two (2) hours after the initial call from the VA is received. (3.)All requests for as-needed pick-ups or additional pick-ups shall be made the following business day. (4.)The Contractor shall invoice accordingly against the Contract. 16. RELOCATION OF CONTAINERS: Pick-up schedules may be revised due to change in the location of the containers. The Government shall give the Contractor notice, in writing, a minimum of five (5) working days prior to the relocation of containers and subsequent changes in pick-up schedules. The service to relocate containers is part of this contract requirement, and shall be at no additional cost to the Government. The approximate number of relocations per year is unlimited. 17. CONTRACTOR'S PERSONNEL: The parties agree that the Contractor's personnel working as a result of this contract shall not be considered VA employees for any purpose and shall be considered employees of the contractor. The Contractor shall be responsible for providing: (1)Workers Compensation. (2)Professional Liability Insurance. (3)Health Examinations. (4)Income tax withholding. (5)Social Security withholding and payments. 18. INSURANCE LIABILITY: The Contractor is required to comply with applicable Federal and State worker's compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. The Contractor is required to maintain bodily liability insurance coverage. The Contractor will be responsible for all damage to property, which may be caused by the Contractor, or any employee engaged in the performance of this contract. The Contractor is required to maintain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. 19. INVOICE AND PAYMENT: Payment to be made monthly in arrears upon receipt of a properly prepared invoice. Contractor shall submit invoice in the original, addressed to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714-8971 The invoice must be itemized to include the following information: (1)Time period being invoiced for. (2)Description of services. (3)Unit Cost billed. (4)Extended amount due. (5)Invoice number, date. (6)Contract and obligation number. Any information listed below that is not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction. 20. SMOKING POLICY: Smoking is not permitted within or around the VA facility grounds. 21. I.D. BADGES: All Contractor personnel are required to wear identification (I.D.) during the entire time they are on the VA properties. I.D. badges must have an identification picture, name of the individual, and; the name of the represented company depicted on it. 22. PARKING: It is the responsibility of the Contractor's personnel to park in the appropriate designated parking areas. Parking information is available from the VA Police and Security Service. The VA facilities will not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. 23. TRAVEL: Transportation charges for Contractor's service personnel will not be billed or paid under the resulting contract. 24. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The Contracting Officer's Representative (COR) shall be identified by the Contracting Officer after contract award. The COR shall be the Contractor's primary point-of-contact, and will have limited authority in relation to the contract-identified in his/her Delegation of Authority. A copy of the COR's Delegation of Authority will be provided to the Contractor after all required signatures have been obtained. 25. SUBCONTRACTORS: Any subcontractor utilized by the Prime Contractor for the provision of services required under this contract must meet the same qualifications specified herein for the Prime Contractor. The Prime Contractor must obtain approval from the Contracting Officer for any subcontractor to be utilized for the provision of services required under the contract. A subcontracting plan is required in accordance with Federal Acquisition Regulation 19. Any proposed subcontracting plan must be submitted with the initial offer. A sample draft subcontracting plan will be included in Section D of the contract for the offertory's convenience. 26. RETURN OF CONTRACTOR'S EQUIPMENT: Upon contract expiration, or earlier termination, the contractor shall arrange with the COR a time to pick-up the equipment at no expense to the Government. The contractor must make arrangements for the equipment to be removed from the VA within three (3) business days after contract expiration or cancellation. THIS IS NOT A SOLICITATION. No telephone requests will be accepted. If your company is capable of fulfilling these requirements and is interested in bidding, send a company profile to the Contracting Specialist, including a description of their technical capabilities and any relevant past performance information. Bid Opening will be posted on the Federal Business Opportunities (FedBizOpps) website: http://www.fedbizopps.gov) on or about July 2, 2013. Charlene Booth Contract Specialist VISN 2 - Upstate New York Email: charlene.booth@va.gov *Preferred method of contact is Email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52813R0360/listing.html)
- Document(s)
- Attachment
- File Name: VA528-13-R-0360 VA528-13-R-0360.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=832049&FileName=VA528-13-R-0360-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=832049&FileName=VA528-13-R-0360-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-13-R-0360 VA528-13-R-0360.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=832049&FileName=VA528-13-R-0360-000.docx)
- Place of Performance
- Address: See attached Scope of Work for details.
- Zip Code: 13210-2716
- Zip Code: 13210-2716
- Record
- SN03099415-W 20130627/130625235508-0b5281ce3f4e6eab80ca2787001dd815 (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 |