Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2019 FBO #6447
SOURCES SOUGHT

S -- Refuse/Garbage Collection and Disposal Services

Notice Date
7/17/2019
 
Notice Type
Synopsis
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25819Q0359
 
Response Due
7/29/2019
 
Archive Date
9/27/2019
 
Point of Contact
michael.williams48@va.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise 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. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 22 Gilbert is seeking a qualified vendor to provide Refuse and Recycling Collection and Disposal Services for the VA Cooperatives Program Clinical Research Pharmacy Coordinating Center at 2401 Centre Ave SE, Albuquerque, New Mexico. The contractor shall provide all labor, supplies, equipment, materials, and transportation to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement. STATEMENT OF WORK Title: Refuse/Garbage Collection and Disposal Services (NMVAHCS) 1. Background: The contractor shall provide all personnel, supervision, equipment, containers, tools, materials, vehicles, and other items and services necessary to perform Refuse/Garbage Collection and Disposal Services at the VA Cooperatives Program Clinical Research Pharmacy Coordinating Center, 2401 Centre Ave SE, Albuquerque, NM 87106 to collect and dispose of trash from two eight cubic yard dumpsters a minimum of two times per week. The contractor shall perform in accordance with all terms, conditions, provisions, schedule and Statement of Work (SOW) and resultant contract herein as well as all local, state, and federal regulations. Contract term will be for a base year, with four (4) one-year options. Award will be made subject to availability of funds. 2. SCOPE OF WORK 2.1. Contractor shall provide complete Refuse/Garbage Collection and Disposal Services for the VA Cooperatives Program Clinical Research Pharmacy Coordinating Center. No hazardous materials are expected to be encountered during contract performance. If the presence of hazardous materials is suspected, notify the Contracting Officer s Representative and the Contracting Officer immediately for assistance. Unscheduled pickups will be utilized on an as needed basis. The government shall notify contractor at least One (1) Day prior as a minimum notice to ensure pickup will be accomplished. Pick-ups shall be billed at a flat monthly rate, and invoices shall be submitted on or after the 1st of the following month of service. 2.2. Points of Collection. The contractor shall discuss with the Contracting Officer Representative (COR) where it is best to position bulk containers for customer ease in depositing non-hazardous waste. Contractor shall ensure containers are placed to minimize interference with adjacent parking areas, sidewalks, roadways, overhead utilities, trees, and other potential obstructions. After the initial set-up, it may be necessary during the term of the contract to reposition these containers (at no cost to the government) to time to conform to local environmental changes. 2.3 Government-Approved Containers. Collection of refuse in all areas shall be from contractor-provided, government-approved containers. Separate containers shall be designated for non-hazardous waste. 2.4 Disposal. The contractor shall transport and dispose of all solid waste at a licensed off-base disposal site selected by the contractor. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permits or fees associated with the use of off-base disposal locations. Recyclable materials will be handled appropriately. Any specific restrictions as to types of products which may be recycled shall be clearly identified on the contractor s supplied containers. 2.5 Maintaining Containers and Collection Area. The contractor shall return the containers to their original location after servicing, in an upright position with the lids securely in place (closed). The contractor will also be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. All non-hazardous waste on the ground within ten feet of the container spilled by the contractor will be picked up by the contractor during collection. 2.6 Equipment Maintenance. All containers must remain in good, workable condition, are free from unpleasant odors, dirt, debris, and pests, and remain easily accessible to customers. The contractor shall perform all cleaning, painting, repair and other maintenance tasks off the center s work site. Containers should be inspected by contractor quarterly for condition/safety and replaced if not in accordance to above. 3. PERFORMANCE PERIOD The period of performance under this contract is: Base Year 10/1/2019 to 09/30/2020 Option Year 1 10/01/2020 to 09/30/2021 Option Year 2 10/01/2021 to 09/30/2022 Option Year 3 10/01/2022 to 09/30/2023 Option Year 4 10/01/2023 to 09/30/2024 4. LOCATION Facility Address VA Cooperatives Program Clinical Research Pharmacy Coordinating Center (Main Building) 2401 Centre Ave SE Albuquerque, NM 87106 5. DELIVERABLES The contract quantities below are best estimates of the Government's anticipated usage. The Contractor shall furnish all labor, material, tools, equipment, and incidentals to remove the trash located in the two 8 cubic yard dumpsters. Contract performance shall be accomplished in accordance with the terms and conditions of this contract. 6. ANNUAL CONSUMPTION Collect and dispose of trash a minimum of two times a week (52 weeks) for a total of 104 pick-ups annually. 7. SECURITY The C & A requirements do not apply, Security Accreditation Package is not required. Project does not involve the storage, generating, transmitting or exchange of VA sensitive information. No sensitive information will be handled by contractor performing work. 8. GOVERNMENT POINT OF CONTACT Denise Baechtel Phone: (505)-1711, x6305 Email: denise.baechtel@va.gov Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562111 ($38.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85723 or by e-mail to Michael.williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Pacific Time on July 29, 2019. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2019); 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/TuVAMC/VASAHCS/36C25819Q0359/listing.html)
 
Place of Performance
Address: VA Cooperatives Program Clinical Research Program;Clinical Research Pharmacy Coordinating Center;2401 Centre Ave SE;Albuquerque, New Mexico
Zip Code: 87106
Country: USA
 
Record
SN05372623-F 20190719/190717230026 (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.