Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
DOCUMENT

S -- Roseburg Trash Disposal - Attachment

Notice Date
12/7/2016
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
VA26017N0081
 
Response Due
12/14/2016
 
Archive Date
3/23/2017
 
Point of Contact
Diana Curl
 
Small Business Set-Aside
N/A
 
Description
1 This is a Sources Sought announcement only for market research and interested firms to submit a quote for the Veterans Health Administration, Roseburg, OR, to perform trash disposal services. A copy of the draft Statement of Work is attached to this notice. GENERAL DESCRIPTION of the services to be performed: See attached Statement of Work. This is a Non-Personal Service. The designated NAICS Code is 562111 Solid Waste Collection, Size Standard, $38.5M. A Statement of Work (SOW) shall be included in the sources sought notice. The sources sought notice number is VA260-17-N-0081. Your response shall include the following information: Size of company (i.e., 8(a), HUBZONE, WOSB, EDWOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), Revenue for last three years. Relevant past performance on same/similar work dating back to the last five years and your company s capability to do this type of work. Teaming Arrangements to include relevant past performance on same/similar work dating back to the last three years. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.   It is imperative that business concerns responding to this sources sought, articulate their capabilities clearly and adequately. This shall be a single award contract, and all offerors shall submit bids for all services to be considered responsive. In order to compete for the solicitation, and be awarded a contract, firms must obtain a D-U-N-S Number: The Data Universal Number System code is required by the Federal Acquisition Regulations (FAR 52.204-6) and you must have this before registering in SAM. Register online at D&B DUNS Number site for government contractors. The Federal Government requires a DUNS number in order to process payments. For more information on obtaining a DUNS number call Dun & Bradstreet @ 1-888-814-1435. http://fedgov.dnb.com/webform/ In order to be awarded a contract, firms must ensure that they are registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/ or if already registered, the registration must be current and the applicable NAICS code for this solicitation (562111) must be included in the SAM profile. Firms offering a response to this notice must obtain an IRS Tax ID Number (TIN): For invoicing, payment, and tax purposes, you must have a Taxpayer Identification Number as required by the IRS. For privacy and security purposes, we recommend that you do not use your Social Security Number (SSN). Firms offering a response to this notice must register at FedBizOpps and watch for business opportunities: Every competitive solicitation we offer is first posted to FBO, which provides you with government-wide business opportunities. Every solicitation is different, so carefully read the instructions on how to submit your offers. https://www.fbo.gov/ VetBiz: Service Disabled and Veteran Owned Small Businesses must be registered in VetBiz in order to be eligible for award. Vendors can access VetBiz at http://www.vetbiz.gov/ The Oregon Procurement Technical Assistance Centers (PTAC) offers assistance to people in getting set up to compete for government solicitations. They can be reached at 1144 Gateway Loop, Ste. 203, Springfield, OR 97477, Telephone: (541) 736-1088, or on the web at: http://www.aptac-us.org/find-a-ptac/?state=OR It is estimated that the contract shall run from 04/01/2017 through 03/31/2018, with 4 possible Option Years to be exercised at the discretion of the government. The solicitation shall result in the award of a single contract. The resulting contract shall be a firm fixed-price contract. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.   After market research is completed, the government will decide the type of small business program consideration under which this solicitation will be issued, if any. This action is being considered for 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB) and/or Historically Underutilized Business Zone (HUBZone) firms. 8(a) firms, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Women Owned Small Businesses (WOSB). If interest is not received by the response due date from enough service disabled, veteran owned, or other small businesses, this solicitation can be issued unrestricted, and no further communications regarding the decision will take place. Interested firms should notify this office, in writing or by email, preferably via e-mail to Diana Curl at diana.curl@va.gov of their intention to submit a proposal as early as possible, but not later than December 14, 2016, 5:00 MT. All firms shall list their name, address, phone number, point of contact, and type of business. If mailed, send to  Department of Veterans Affairs, Network Contracting Office 20, ATTN: Diana Curl, 960 Broadway, Suite 460, Boise, ID 83706. Any questions can be directed to Diana Curl, Contract Specialist, at (208)-429-2031. Statement of Work for Trash/Solid Waste Removal For the VA Roseburg Healthcare System, Roseburg Campus B.1 STATEMENT OF WORK FACILITIES: The Contractor will provide all labor, materials, containers, pick-up at designated Medical Center location, transport, incinerate, recycle, or landfill by other commercially acceptable methodology, and dispose of Solid Waste from the VA Roseburg Healthcare System (VARHS), 913 NW Garden Valley Blvd., Roseburg, Oregon 97471. Contractor shall ensure that all Local, State and Federal laws and codes for solid waste removal and transportation are met or exceeded. Contractor vehicles shall met or exceed all City, County, State and Federal licensing and vehicle requirements as mandated by the State of Oregon. Vendor will provide containers, where applicable, to dispose of approximately 21 tons (per month) of non-hazardous solid waste (trash). The Vendor shall utilize the facilities compactor on date of pick up for compacted solid waste. The Vendor shall return the compactor in the same condition as when they took it off the facility. All waste under this contract should also be disposed in an environmentally free manner, such as waste to energy, utilizing re-usable containers, or other options that the vendor provides. GENERAL REQUIREMENTS: The contractor will meet or exceed all federal, state, county, and local laws and regulations concerning the handling, transportation, packaging and disposal of solid waste. If in the performance of this contract transportation, destruction, or disposal takes place in a another county or state other than Oregon, the contractor is required to fully comply with all applicable regulations of such county or state. The contractor will provide an on-line tracking service if one is available. VA Roseburg will negotiate for any fees at the contract renewal date based on satisfactory work rating for work provided throughout the contract. The contractor will provide the VA Medical Center with documentation, such as a receipt or bill within 14 days of pick up. The receipt should show container size and weights with the charges. The Contractor is required to provide four containers at the following areas, and the contractor is required to pay disposal fees: Quonset hut Carpenter Shop (2) Quarters The Contractor will pick up the VA s Compactor and dispose of it once a week: Compactor DISPOSAL: Contractors shall refer to the Roseburg VA Medical Center preferred disposal hierarchy when determining disposition of waste. This hierarchy consists of a) recycling, b) fuel blending/energy recovery, c) incineration (waste to energy) or d) treatment (neutralization; stabilization) and/or landfill. PATIENT CONFIDENTIALITY: The contractor shall ensure the confidentiality of all patient information found in any shipment of solid waste. The Sanitation company shall notify the VA Roseburg COR immediately if any information is discovered with any patient information. If not, it will be held liable in the event of breach of confidentiality. The contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579), the comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1972 (Public Law 93-282), and the Drug Abuse Office and Treatment Act of 1972 (Public Law 93-255), and any other statutes regarding confidentiality of patient information. PERSONNEL SCREENING COMPLIANCE: 1. The Contractor documents/records must show that they consistently conduct personnel screening for positions within their working unit on an ongoing basis. This is to include a current DOT physical and Oregon CDL. 2. The Contractor shall deny access to the VA property any employee who is unable to maintain their CDL within the Oregon state guidelines. INVESTIGATIVE PROCESS FOR CONTRACT PERSONNEL: a. For suitability and security eligibility determinations within VA, contract personnel will be subject to the same investigative requirements as those for regular VA appointees and employees. When appropriate, exemptions may be applied as described in VA Directive 0710, paragraph 2c, Exemptions. The Security and Investigations Center initiates and adjudicates background investigations of contract personnel for Low, Moderate, and High Risk position designations. Non-citizen contract personnel appointed to Low Risk or Non-sensitive positions will be subject to a NACLC investigation, to be initiated by the Security and Investigations Center within 14 calendar days of appointment. b. Contract personnel may be provided brief or one-time access to non-national security VA information in the performance of their contract requirements without requiring a background screening or investigation. All such contract personnel will be escorted or overseen by a suitable VA employee designated by the facility or organization's ISO. c. A risk assessment will be conducted by the requesting office and reviewed by the Information Security Officer using Appendix A and Information Technology Risk Assessments to determine the level of access required for the performance of the contractor's work. This risk assessment will examine the need and urgency of the contractor's performance, balanced against the possible harm that could result from the loss, misuse, or unauthorized access to or modification of VA information; including the potential for harm or embarrassment to an individual who is the subject of the information. The Information Security Officer will then make a written determination as to the appropriate safeguards required to protect VA information. These safeguards can range from intermittent to continuing oversight by a suitable VA employee. Such a risk assessment will also ensure that consistent procedures are taken in the protection of VA information that is non-national security in nature. UNSCHEDULED COLLECTIONS: The COR may require the contractor to make unscheduled collections or disposals, for special events or other occasions. The contractor shall respond to these requests within 24 hours of notification. Unscheduled services when ordered are billed to the next purchase cycle, i.e. if waste is needed to be disposed of for safety reasons and May is the next pick up cycle and it is only April. It would be agreed upon by both parties the billing is to advance the contract based off an emergency or safety technicality. The cost for this collection will be in accordance with the unit pricing limits established at the time this contract is signed. INCLEMENT WEATHER SCHEDULE: The contractor shall collect waste during periods of inclement weather. In cases of severe weather, the COR may authorize exceptions. When exceptions are granted, the contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the COR authorizes additional time. PACKAGING REQUIREMENTS: N/A LICENSES AND PERMITS: The contractor shall, without additional cost to the government, provide and maintain all licenses and permits to remove, handle, and dispose of solid waste. Contractor shall also be responsible for obtaining all necessary and current licenses, permits, vehicular insurance and registration, Workman s Compensatory Liability Insurance, property liability insurance, etc. Copies of all licenses and permits shall be provided to the VA Contracting Officer for reference prior to contract award and commencement of work. GEMS: The Roseburg VA Medical Center has a Green Environmental Management System (GEMS). The Medical Center is committed to protecting and improving the environment. Our goals are: a. Taking a leadership role in environmental stewardship by providing a clean and safe environment in our community. b. Conserving natural resources and supporting their sustainability by upgrading our environmental systems. c. Reducing the use of hazardous products and the generation of wastes. d. Purchasing renewable, reusable, recyclable and recycled products. e. Working to constantly improve the immediate and long term environmental impacts of the products, services and processes used by the Roseburg Medical Center. The Medical Center Contractor must follow the spirit of GEMS and recycle all applicable material and use environmentally preferable products. The Contractor will follow the GEMS guidelines provided by the Medical Center GEMS Program Manager. HOURS: The Contractor shall accomplish the waste removal tasks inside the normal hours of medical center operation. Work shall be planned so as to minimize interference with the functions of the hospital. Normal hours of Medical Center operations are Monday through Friday, 7:00 a.m. to 3:00 p.m. except Federal Holidays. Should the scheduled pick-up fall on a Federal Holiday, the pick-up shall be made up within 24 hours. Federal Holidays are legal public holidays observed by the Federal Government: New Year's Day Labor Day Martin Luther King, Jr.'s Birthday Columbus Day President's Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Or any other day specifically declared by the President of the United States. HANDLING AND LOADING OF VEHICLES: The medical center environment can pose many hazards. Such hazards are chemical, biohazards, infectious waste, asbestos, etc. Therefore, the contractor or designee shall obey all speed signs, and only go into authorized areas escorted by staff such as building 72. This is a smoke-free facility. Smoking is not permitted in any building. Smoking shall only be permitted in the area designated by the VA Roseburg Healthcare Service. Contact the COTR for access to the smoking areas. Contractor employees shall remove all containers from the designated collection point at the VA Medical Center to their vehicle. At no time shall VA employees load the contractor vehicle, assist the contractor employees in the loading of the contractor vehicle, or provide assistance or guidance to the contractor employees in the positioning, backing, or parking of the contractor vehicle. Any damages caused by the contractor shall be repaired to the original condition by the contractor and shall meet VA specifications, be performed at a time agreeable to the Contracting Officer, and approved as to manner of accomplishment and acceptability by the Contracting Officer. All containers, regardless of the weight of those containers, shall be handled, moved, and placed in the contractor vehicle by the contractor employees, in such a manner that the structural integrity of the container is maintained, waste is properly contained, and environmental contamination is prevented. From the time that waste is removed from the VA under the terms of this contract, any spills, damage to containers, or environmental contamination or damage caused by the solid waste, collected under the terms of this contract, shall be cleaned, repaired, and/or corrected by the contractor at the expense of the contractor. DEFINITIONS: CONTRACTING OFFICER: The Contracting Officer (CO) named below is responsible for the overall administration of this contract. Contractor is advised that only the Contracting Officer, acting within the scope of his/her duties and responsibilities, has the authority to make changes to the contract, which affect contract prices, terms and conditions of this contract: VA HEALTHCARE SYSTEM Contracting Specialist TBD CONTRACTING OFFICER REPRESENTATIVE: A Representative of the Contracting Officer (COR) will be designated to represent the Contracting Officer in furnishing technical guidance and advice under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the Contracting Officer and shall not be delegated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26017N0081/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0081 VA260-17-N-0081.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3148923&FileName=VA260-17-N-0081-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3148923&FileName=VA260-17-N-0081-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04345286-W 20161209/161207233900-6ee2610bc24040bb76b7b73aa6fff423 (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.