Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2015 FBO #4976
DOCUMENT

S -- Food Waste Composting Collection Services for the Ralph H Johnson VA Medical Center in Charleston, SC - Attachment

Notice Date
7/7/2015
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0846
 
Response Due
7/16/2015
 
Archive Date
8/15/2015
 
Point of Contact
Ronnette Coffman
 
E-Mail Address
9-6379<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA247-15-Q-0846 Notice Type: Combined Synopsis/Solicitation (i) Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA247-15-Q-0846 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-83, July 2, 2015. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 562111, Solid Waste Collection, and the size standard is $38.5 million. (v) This requirement consists of the following quantities for 12 months. This requirement is for one base year and four option years. Vendors are therefore asked to submit pricing for each year (12 month performance period) in their response, and to include one TOTAL price at the end of pricing: BASE YEAR: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 0001Food Waste Collection Service for composting initiative on a weekly basis for the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located at 109 Bee Street, Charleston, South Carolina. Priced on an annual basis.1YR$_____$________ OPTION YEAR 1: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 1001Food Waste Collection Service for composting initiative on a weekly basis for the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located at 109 Bee Street, Charleston, South Carolina. Priced on an annual basis.1YR$_____$________ OPTION YEAR 2: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 2001Food Waste Collection Service for composting initiative on a weekly basis for the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located at 109 Bee Street, Charleston, South Carolina. Priced on an annual basis.1YR$_____$________ OPTION YEAR 3: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 3001Food Waste Collection Service for composting initiative on a weekly basis for the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located at 109 Bee Street, Charleston, South Carolina. Priced on an annual basis.1YR$_____$________ OPTION YEAR 4: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 4001Food Waste Collection Service for composting initiative on a weekly basis for the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located at 109 Bee Street, Charleston, South Carolina. Priced on an annual basis.1YR$_____$________ Total all Years$$________ (vi) The following is a detailed description of the requirements for this solicitation: Statement of Work Food Waste Composting Collection Services Dated May 8, 2015 1. Background: The Ralph H. Johnson VA Medical Center (RHJVAMC) has operating units which require regularly scheduled solid waste collection of their food waste for composting. These operating units require food waste collection service for composting in order to operate efficiently and help RHJVAMC reach facility environmental goals. 2. Scope: The contractor shall perform food waste collection service for composting on a weekly basis for the RHJVAMC operating units including transportation to a local certified compost facility. 3. Task: The contractor shall perform the following service: a.Food Waste collection at RHJVAMC for transport to local Composting Facility in Charleston, SC. b.Transport Food Waste to local Compost Facility in Charleston, SC. 3.1. Performance: Perform food waste collection services for RHJVA Medical Center as follows: a.Food waste will be collected at RHJVAMC with roll carts at a designated area for transport only to local Compost Facility, which is accredited with the Seal of Testing Assurance (SLA) from the United States Composting Council (USSC). b. Prior to establishing service, the collection vendor and RHJVAMC will agree upon a designated area onsite to locate 2 roll carts for collection. This activity will be scheduled with GEMS Coordinator, who will serve as the contracting officer's representative (COR). The collection vendor will only charge RHJVAMC for the number of carts used. c.If there is minor contamination of the food waste, then the collection vendor will remove visible but limited contaminants from the waste stream. When minor contamination occurs there will be no contamination fee, however the vendor will contact and make RHJVAMC aware. 4. Reports: A written summary report will be issued for each month's worth of waste collection services and a copy via e-mail provided to the COR, within 7 days of the end of the month. Each month's report will include at a minimum the date, time, and location where food waste was collected, as well as table showing summary of weights collected. 5. Personnel Qualifications: This food waste collection services may be performed by personnel certified to operate a commercial vehicle in the State of South Carolina. 6. Contractor Qualification: Contractor shall have at least 3 years of successful solid waste management experience in conducting solid waste collection services and experience in food waste collection at a healthcare facility. Experience shall be verified by having at least two references sent to contracting office no later than the closing date of the solicitation. Contractors must be within the commuting area, no further than 50 miles, to minimize travel costs. 7. Equipment: Contractor shall utilize appropriate equipment, vehicles, waste collection roll carts or any other supplies necessary for collection of the food waste for transport to Compost Facility in Charleston, SC. 8. Contractor Pricing: Upon needs of food waste collection service the COR will be able to call the contractor to discuss specific needs. The contractor can then quote price via service agreement prior to collection day. Upon COR signature of service agreement food waste collection service shall begin within two working days. Contractor should supply per collection equipment and labor costs per monthly invoice. 8. Place of Performance: Main Facility Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401 9. Period of Performance: The Base Year period of performance will begin at award of contract and continue for 12 months. Option Year One will begin at the end of the Base Year and continue for 12 months. Options Two through Four will follow in the same manner. 10. Contract Performance Monitoring: The government reserves the right to monitor the Contractor's performance. 11. Payment/Invoices: Vendors will submit invoices electronically to the Financial Services Center (FSC) one of two methods below: a.The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. For information on OB10 electronic invoicing set-up, vendors should call 877-752-0900, or email USClientServices@ob10.com b.A system that conforms to X12 electronic data interchange (EDI) format established by the Accredited Standards Center. For FSC e-invoicing information, please call 877-353-9797 or email vafsccshd@va.gov. --END OF SOW-- (vii) Pick up location is the Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - Commercial Items, apply to this solicitation with the following addenda; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated (not including the Offeror Representations and Certifications pages). To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms the Offeror can provide the food collection & compost services and equipment as indicated in the Statement of Work. 2.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located at https:// www.sam.gov 3.Documentation that confirms personnel licenced to operate a commercial vehicle in State of SC will perform food waste collection services. 4.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing solid waste management and food waste collection at a healthcare facility as specified in this solicitation. 5.Documentation of at least two health care facilities references in the collection/disposal of food waste services. (End of Evaluation Criteria) (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. Alternately, the Offeror may submit a statement that their Representations and Certifications are available online at SAM.GOV. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.232-72 Electronic Submission of Payment Requests. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-8, 52.219-28, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 52.222-44, 52.225-1, 52.232-34. Additional Clauses and/or Provisions: 52.217-5 --Evaluation of Options --Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. --The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.217-8 -- Option to Extend Services. --The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract. -- (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. The Department of Labor Wage Determination applicable to this requirement is: WD 05-2473 (Rev 17) dated 12/22/2014. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor's determination of the appropriate classification. (xiii) SPECIAL CONTRACT REQUIREMENTS Taxes: The Department of Veterans Affairs Medical Center is exempt from federal, state, and local taxes. Insurance: Satisfactory insurance coverage is a condition precedent to the award of this contract. In general, the contractor must present satisfactory proof of full compliance with federal, state, and local requirements, whichever is greater. The contractor shall obtain all necessary license and/or permits, equipment and supplies required to perform this service. The contractor shall take all reasonable precautions necessary to protect persons and property from injury, damage, and danger during the performance of this contract. He/She shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage and/or loss of federal, personal, or public property that occurs during the performance of this contract that is caused by his/her employee's fault or negligence, and shall maintain personal liability and property damage and loss insurance having coverage for a limit is required. Contractor Conduct: While performing services at the VA Medical Center, the contractor and his/her employees are subject to the rules of the Medical Center applicable to their conduct. Subcontracting: Subcontracting is not allowed. Authorized Services: Only those services specified in the contract are authorized. Before performing any service not included in the contract, the Contracting Officer shall be advised of the reason for the additional work. The contractor is cautioned that only the Contracting Officer may authorize additional services and reimbursement will not be made unless prior authorization is obtained. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) QUOTES/OFFERS ARE DUE July 16th, 2015 at 2:00PM Eastern Daylight Time (EDT). Only electronic offers will be accepted; submit quotation to - Ronnette Coffman, NCO 7 Contracting Officer by e-mail at Ronnette.Coffman@va.gov. All offers must include the solicitation number. Quotes/offers received after this date and time will not be considered for award. (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than July 10th, 2015 2 pm EDT to Ronnette Coffman, NCO 7 Contracting Officer by e-mail at Ronnette.Coffman@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) Contact information: Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 109 Bee Street Charleston, SC 29403-5799 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs Nuclear Medicine Department Room B203A or B206 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Ronnette Coffman, Contract Specialist Ronnette.coffman@va.gov Phone: 843-789-6379
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0846/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0846 VA247-15-Q-0846_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2150547&FileName=VA247-15-Q-0846-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2150547&FileName=VA247-15-Q-0846-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03787972-W 20150709/150708000113-cff258f969ff9d7ba438a18c1c015f07 (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 |
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.