Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
DOCUMENT

S -- 636-16-1-5127-0003 Omaha Waste Service - Attachment

Notice Date
11/24/2015
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26316Q0086
 
Response Due
11/20/2015
 
Archive Date
12/5/2015
 
Point of Contact
Scott Morrison
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor will be responsible and held to the expectations mentioned within this Scope of Work (SOW). a.The Contractor shall provide all necessary labor, tools, equipment and materials to remove non-infectious waste and recyclable waste from the VA Nebraska Western Iowa Healthcare System (NWIHCS) Omaha Division, 4101 Woolworth Avenue, Omaha, Nebraska 68105. b.The Contractor shall provide all necessary labor, tools, equipment and materials to provide a safe accessible route for VA employees to dispose of waste. c.The Contractor shall obtain all necessary licenses and/or permits required to perform this work. d.Work will consist of removal of non-infectious waste and non-edible garbage on a twice-weekly basis on Tuesday and Friday of each week using contractor provided equipment. e.Contractor will provide 2 Self-Contained Compactor/Container Units. One container will have a capacity of 2 cubic yards with a 35 cubic yard Self-Contained Compactor/Container Units for non-infectious waste. Another Self-Contained Compactor/Container Unit will have a capacity of 2 cubic yards with a 40 cubic yard Self-Contained Compactor/Container Unit for recyclable waste. The Contractor, at no charge, shall provide all maintenance and repair to the aforementioned equipment. oNote: Self-Contained Compactor/Container Unit is not to be confused with the Stationary Compactor and Receiver Box System. f.Infectious waste should consist of combustible and non-combustible materials such as paper, wrappings, cartons, metals, glass, plastics, floor sweepings, grass cuttings, tree trimmings, street sweepings, waste papers, lumber, general office trash and non-infectious ward area trash and waste. 2.Recyclable waste shall include all cardboards, plastics, glass and paper. 3.The Contractor will accept the trash at his risk and the Government will not be liable for any injury or disease resulting from handling it. a.Note: A signature for each delivery shall be obtained from warehouse personnel or if after normal duty hours, signature for receipt is to be made by a VA Hospital Police Officer. 4.WEIGHT TICKETS ARE TO BE PROVIDED WITH MONTHLY INVOICES. 5.As it is impossible to determine the exact quantity that will require removal during the contract period, the estimated quantity shown herein is for information only and may be increased or decreased in accordance with the actual accumulations, it being understood that the contractor will not be relieved of his obligations to remove any such accumulations. 6.If compactors become full before the regularly schedule pick up date, the Contractor will be required to remove full container(s) within 3 hours from the time of call-in. 7.Definitions a.Non-infectious waste: Non-infectious waste shall consist of combustible and non-combustible materials such as paper, wrappings, cartons, metals, glass, plastics, floor sweepings, grass cuttings, tree trimmings, street sweepings, waste paper, lumber, general office trash and other non-infectious ward area trash/waste. b.Non-edible garbage: Coffee grounds, tea leaves, banana peels, citrus fruit rinds, onion hulls and similar materials. c.Materials, substances and or items not specifically covered above shall be accepted and disposed of by the Contractor at his expense and shall be removed from the site of the VANWIHS without delay. 8.Contractor Responsibilities a.Removal of used container and contents: i.The Self-Contained Compactor/Container Unit and contents are to be removed and disposed of off the grounds at the complete expense of the Contractor. Contractor is required to accomplish removal of used Self-Contained Compactor/Container Unit such as not to interfere with established trash dumping schedules of hospital personnel. Time of exchange must meet the approval of the COTR. Contractor will be advised 48 hours in advance of changes to hospital trash dumping schedules, at which time the Contractor will be obligated to alter his pick up schedules to meet the needs of the hospital. ii.Prior to exchanging used Self-Contained Compactor/Container Unit, the Contractor shall insure that the replacement Self-Contained Compactor/Container Unit covers no trash or foreign materials. The Contractor shall remove stated foreign materials in order that contamination or odorous circumstances will not develop. b.Replacement of used trash containers: i.Clean Self-Contained Compactor/Container Unit shall replace used trash Self-Contained Compactor/Container Unit immediately after removal thereof in the hospital loading dock recess as provided. Self-Contained Compactor/Container Unit shall be firmly set and in line, providing equal space on each side of the container with respect of the sidewalls of the afore-stated dock recess. ii.No Self-Contained Compactor/Container Unit may be used if it will not fit into the loading dock recess at the hospital. All containers shall have covers and or tops, which will close to protect the area form blowing trash and or foreign materials as well as protect contents of said containers from inclement weather. iii.Any accumulation of trash under the compactor is to be removed by the Contractor prior to replacement with the empty container. iv.VAMC in Omaha will only accept an exchange of compactor units for both trash and recycling units. Expectations are that the Contractor will have units on site to immediately replace the full units being picked up. c.Sanitary Conditions: i.The Contractor will be required to dispose of non-infectious waste and non-edible garbage in such a manner as not to cause conditions detrimental to public health or to constitute a public nuisance. ii.The Contractor shall assume full responsibility for compliance with all Federal, State, City and County Laws, rules and regulations governing removal of waste materials. Collections must be made in Contractors containers which must be fully enclosed, rat proof, leak proof, fire retarding, kept clean, sanitized and after dumping, must be deodorized. Any trash or garbage scattered by the Contractor on the hospital grounds must be recovered and removed. The pick-up area must be left in a clean and sanitary condition. d.Non-Storage: i.The Contractor shall not store any filled trash containers on site once they are removed from the loading dock or designated area. 9.Quality Control Program "Inspection of Contractors Facility: oThe Government reserves the right to thoroughly inspect and investigate the establishment, facilities, business reputation and other qualifications of any offeror and reject any bid, irrespective of price if it shall be administratively determined lacking in any of the essential necessary to assure acceptable standards of performance. 10.Supplies, Materials, Equipment and Utilities a.Contractor will provide a Self-Contained Compactor/Container Unit (charge box) with a capacity of 2 cubic yards with a 35-40 cubic yard Self-Contained Compactor/Container Units. The Contractor, at no charge, shall provide all maintenance and repair to the aforementioned equipment. i.Note: Self-Contained Compactor/Container Unit is not to be confused with the Stationary Compactor and Receiver Box System. 11.Frequency of Service a.Work will consist of removal of non-infectious waste and non-edible garbage on a twice-weekly basis on Tuesday and Friday of each week using contractor provided equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26316Q0086/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-16-Q-0086 VA263-16-Q-0086_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2432713&FileName=VA263-16-Q-0086-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2432713&FileName=VA263-16-Q-0086-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Omaha VA Medical Center;4101 Woolworth Avenue;Omaha, NE
Zip Code: 68105
 
Record
SN03953608-W 20151126/151124234343-96233587859550ad763419b40f9878e7 (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.