SOURCES SOUGHT
S -- VISN 4 Municipal Solid Waste Sources Sought Only
- Notice Date
- 11/29/2018
- Notice Type
- Synopsis
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;135 East 38th Street;Erie PA, 16504
- ZIP Code
- 16504
- Solicitation Number
- 36C24419Q0025
- Response Due
- 12/12/2018
- Archive Date
- 12/22/2018
- Point of Contact
- Donald.Butler3@va.gov
- Small Business Set-Aside
- N/A
- Description
- 1 Sources Sought This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Sources Sought in support of market research and/or planning purposes only and does not constitute a solicitation. This notice is not a confirmation that the Government will contract for the items or services contained in the sources sought, nor is any commitment on the part of the Government to award a contract implied. This notice does NOT constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. All information received in response to this sources sought that is marked proprietary will be handled accordingly. In accordance with FAR 15.201(c), response to this sources sought is not offers and cannot be accepted by the Government to form a binding contract. The purpose of this is to seek capable and responsible sources interested in performing this service. Responses will assist the Government with developing its acquisition strategy to include socio-economic set-asides. If you believe there are ambiguities in the draft SOW, please identify them. Note that the Government will not answer questions about this requirement at this time. Please answer the questions below, send your brief capability narrative and draft SOW feedback, if ambiguities exist, to me at Donald.Butler3@va.gov not later than 1100 AM E.S.T. 12/12/18. If you are interested, please e-mail: Company Name. Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Do you currently hold a government contract? Contract Number? Type of contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service listed at all VISN04 Medical Centers location (Pittsburgh, Butler, Erie, Altoona, Wilkes-Barre, Philadelphia, Coatesville, Lebanon, Wilmington)? What NAIC and PSC code do you use for this service? How do you invoice for this service, including rates? What Certifications, State and Federal, if any must you have to perform this service? Please submit any other information you may feel important or relevant to Donald Butler at donald.butler3@va.gov by 11:00 AM EST 12/12/2018. Performance Work Statement Municipal Solid Waste Disposal Services Veterans Integrated Service Network -04 (VISN04) Introduction General Information: The VISN04 is contracting for a Monthly Firm Fixed Price 5 year In-definite Delivery Contract for complete Municipal Solid Waste (MSW) Services to include the identification, segregation, collection, handling, transport, storage, reduction, diversion, treatment, and disposal for all VISN04 Medical Centers and associated Veteran s Community Clinics (VCC). The Contractor shall comply with all applicable VA, Federal, State, and Local directives, standards, ordinances, laws and regulations during the course of the contract. Scope of Work: The Contractor shall provide complete services which include all labor, material, equipment, maintenance, repair, supplies, transportation, management, expertise and supervision as requested to perform complete MSW services for all of the VISN04 Medical Centers and associated VCCs. Facility Contracting Officer Representatives (FCOR) and Facilities Primary Point of Contact (FPOC), when applicable, will be identified for each participating Medical Center and Task Order. A VISN04 Contracting Officer Representative (VCOR) and Alternate will be appointed for the IDIQ Contract as identified. Facility historical data will be provided and included as an Attachment for each Medical Center. General Requirements Contract Management The Contractor or designated qualified personnel, such as a Project Manager or Supervisor and any substitute(s), shall effectively communicate with all VA personnel and shall have full authority to act for the Contractor on all contractual matters relating to the daily performance of the contract; and, to receive, accept and sign for any notices, inspection reports and all other correspondence on behalf of the Contractor from the FCOR, COR and/or Contracting Officer. This individual shall serve as the point of contact for the VA, shall oversee the collection operations, ensure all work is performed in accordance with the contract, and shall maintain the work specification requirements, scheduling, inspections and safety standards. This individual or designated qualified personnel shall be available at all times when the contract work is in progress, if needed, and shall have the ability to respond to the site, when needed, to monitor work progress and for any other emergency, as required. The Contractor or designated qualified personnel shall return calls to the FCOR, VCOR and/or Contracting Officer within one (1) hour of being contacted. This individual shall provide the government his or her cellular phone number to be reached during normal workday hours. The resume of the individual(s) shall be submitted with the Contractor s response to the solicitation. Contractor shall provide for acceptance a disaster or contingency plan regarding MSW services/operations for each medical center and associated VCCs during unplanned natural or man-made disaster conditions. Contractor shall repair and/or compensate for any damage incurred to Government property, surrounding equipment, personal belongings or property during the course of contract execution. Contractor shall inform the FCOR immediately of any hazardous materials (EPA or DOT HM listed) found in MSW that would impact the performance of this contract and to ensure hazardous materials are not disposed of improperly. Contractor shall be responsible for any violations or fines that are related to the services in this contract. Contractor shall provide a back-up source of disposal, at no additional charge to the government, in the event primary source of disposal is not accessible. Contractor employees working on VA property shall be familiar with and obey established fire, safety, environmental and security regulations. Contractor employees shall wear a distinctive uniform at all times. The contractor shall ensure employees look neat and wear applicable safety equipment/clothing to include identification badge/pass if required by Medical Center. Diversion Program Contractor shall provide for acceptance a Diversion Program customized for each medical center and associated VCCs that will work to improve the facilities diversion rate and support the local Green Environmental Management System (GEMS) programs by improving techniques, methods, and researching new markets for items not currently recycled to maximize recycling. In coordination with the FCOR, Contractor shall provide tools and training to include recycling procedures or waste minimization. Contractor shall possess the ability to ensure the collection of at least the following VHA Recyclable benchmark materials: Wood Pallets; Cardboard (loose and baled), Office Mixed Paper (paper, books/magazines), Batteries (all types: alkaline, lithium, lead-acid, etc.), Scrap Metals (ferrous and non-ferrous), Precious Metals (platinum tips, etc.), Fluorescent Lamps/Ballasts, Plastics (all types: bottles, wrapping, bags, polyethylene drums, etc.), Glass (clear or colored bottles), Used Tires; or Blue Wrap, Construction and Demolition Debris. Containers, Dumpsters, Compactors, Totes Contractor shall furnish and maintain the requested amount of refuse and recycling containers, dumpsters, compactors, and totes as identified as necessary by each Facility COR. Contractor shall provide for the removal, replacement, or addition of containers, dumpsters, compactors, and totes and modification of pick up frequency to accommodate each facility s needs. Contractor provided containers, dumpsters, compactors, and totes shall be fully enclosed, rat proof, leak proof, and fire retardant. Contractor provided containers, dumpsters, compactors, and totes shall be kept neat in appearance, repaired and painted when warranted (free of rust spots, stains, excessively chipped areas) or at the request of the COR, and replaced immediately if broken or non-functional. Transportation The contractor shall acquire and maintain all federal, state and local certifications, permits, licenses and registrations required to handle or transport MSW. The contractor is solely responsible for any and all spills or leaks during the performance of the contract. The contractor shall clean-up and disinfect spills and/or leaks to the satisfaction of the Government in a manner which satisfies the applicable state, federal and local laws and regulations, at no additional cost to the Government. Disposal Contractor shall dispose of MSW in compliance with all applicable Federal, State and Local directives, standards, ordinances, laws and regulations. The contractor shall acquire and maintain all applicable federal, state and local certifications, permits, licenses and registrations required to process and dispose of MSW. The Contracting Officer and/or VCOR may inspect the Contractor s facility for compliance. Schedule FCOR will establish in coordination with Contractor regularly scheduled pick-up times prior to start of service. The FCOR shall be notified in advance of any schedule deviations and determine an alternate pick-up time. Changes to the regularly scheduled pick-up times shall be coordinated with and approved by the FCOR. If a federal holiday has the potential to disrupt scheduled pick-ups, an alternate pick-up time may be scheduled in coordination with and approval by the FCOR. Contractor shall return refuse and recycling containers to their designated position at the facility or as recommended by the Facility COR with lids and doors replaced in the closed position. Contractor shall maintain a clean and sanitary condition, free of debris, at all container locations. Contractor shall reschedule with the COR and complete missed pick-ups within 24 hours. Maintenance Contractor shall visually inspect all VA owned dumpsters and compactor systems annually. The inspections will include, but are not limited to examination of hinges, wheels, axles, latches, turn buckets, hoses, connectors, exterior wiring, scrapper bars, control panels, stops, and guide rails. A report and recommended repairs shall be provided to the FCOR within 30 days of the inspection. Contractor shall clean, sanitize, and deodorize all Contractor and VA owned containers at an offsite location on a recurring frequency identified by the FCOR. Qualifications: Permits, Licenses, Registrations and Certifications: Contractor shall provide annually a current copy of all Federal, State and Local certifications, permits, licenses, insurance and registrations prior to contract award. Insurance Coverage: The Contractor shall furnish a copy of the insurance policies required by federal, state, and local regulation to perform this contract. These policies may not be changed or canceled without written consent of the contracting officer. History: At time of solicitation publication, the Contractor shall have been doing business in good standing in the MSW industry as a provider of services similar to those described herein. Certifications, permits, licenses and/or registrations shall be unencumbered with no current possibility of suspension or termination. Violations: Contractor shall notify the FCOR, VCOR and Contracting Officer in writing any imposed violations while performing this contract within one (1) business day of issuance. Renewals: A copy of each applicable federal, state and local certifications, permits, licenses, registrations and applicable insurance renewals shall be delivered to FCOR, VCOR and Contracting Officer five (5) business days prior to the current expiration date. Contractor will not perform nor invoice for services performed without current certifications, permits, licenses, registrations and insurance coverage. Contractor Quality Assurance The contractor shall develop a comprehensive program and submit a quality assurance plan to the Contracting Officer and VCOR for approval/acceptance. The Contractor s designated personnel, FCORs, VCORs, and the Contracting Officer shall be informed of all issues affecting the quality of service to include proposed resolution. Documentation and Invoicing Contractor shall provide the FCOR with an electronic (clear and legible) monthly invoice and report to include at a minimum: Contractor Name, address, phone number Contractor invoicing contact, phone, and email address Invoice number and date Purchase order number coving the invoiced dates of service Dates of Service Monthly Amount Monthly weights in pounds for container pickups, front end loader pickups, each compactor, and recycling/comingled by campus. Container Truck Pickups quantity Front End Loader Pickups quantity Disposal locations Other Place of Performance: VISN04 Medical Centers and associated Community Clinics. Hours of Operation: To be determined by each Medical Center s FCOR NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0025/listing.html)
- Record
- SN05162351-F 20181201/181129230020 (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 |