SOURCES SOUGHT
S -- 760-20-2-162-0011 - Solid Waste & Recycling - LEAVENWORTH CMOP
- Notice Date
- 1/7/2020 8:15:28 AM
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NATIONAL CMOP OFFICE (36C770) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C77020Q0153
- Response Due
- 1/8/2020 8:59:59 PM
- Archive Date
- 02/07/2020
- Point of Contact
- Stacey LewallenStacey.Lewallen@va.gov
- E-Mail Address
-
Stacey.Lewallen@va.gov
(Stacey.Lewallen@va.gov)
- Awardee
- null
- Description
- OVERVIEW This is a Request for Information (RFI)/Sources Sought announcement only. This is not a solicitation announcement. Requests for a solicitation will not receive a response. The purpose of this announcement is to gain knowledge of potential qualified businesses interested and capable of providing Solid Waste Removal for the Consolidated Mail Outpatient Pharmacy (CMOP) facility located in Leavenworth, Kansas. This RFI/Sources Sought is part of the market research being conducted to locate qualified, experienced and interested potential sources for supporting the CMOP. The Government will determine whether or not the requirement warrants a set aside for small business. For the purpose of this RFI/Sources Sought announcement, the North American Industry Classification System (NAICS) code is 562111 with a size standard of $41.5M. SERVICES BEING SOUGHT BACKGROUND: The Department of Veteran Affairs (VA) Consolidated Mail Out Pharmacy (CMOP) located in Leavenworth, Kansas is seeking a requirement for a Contractor to provide complete removal of trash and refuse at the Veterans Administration (VA) Consolidated Mail Outpatient Pharmacy (CMOP) located at 5000 South 13th Street, Leavenworth, Kansas 66048. The Leavenworth CMOP facility located at 5000 South 13th Street anticipates moving to a location located at 23501 W. 84th Street Shawnee, Kansas. The move to new facility is tentatively planned to be implemented around the end of 2021 at the earliest, and may require dual service at both locations, for a short-term period of time. SCOPE OF WORK: The contractor shall provide all supplies, materials, equipment, labor supervision, management, and transportation to perform the task in accordance with the schedule and guidelines established by Federal, State, and local laws and ordinances. No hazardous medical waste removal will be required. Services to be provided by the Contractor: The contractor shall provide all transport of refuse from the CMOPs to approved landfills. Contractor shall dispose of the miscellaneous trash in such a manner that will not create conditions detrimental to public health or to constitute a public nuisance. The contractor shall pick up all residual trash from container spillage prior to leaving the area. The area shall be left ""broom clean. The container unit shall not be removed from the CMOP site for duration of more than two hours unless prior arrangements are made. Contractor shall provide all trash containers and self-contained trash compactors to include installation and maintenance. Contractor-provided containers shall be of commercial quality used regularly at other similar commercial activities in the community. The compactor shall have advance-warning lights to alert when capacity is being reached, handrails and safety gate, multi-cycle timer, and low oil shutdown at a minimum. Compactor must be kept in good working order so as not to leak oils or other fluids onto ground. The Government is responsible for providing power to the location of the compactor. Existing power for the previous unit is available. Any required alterations shall be coordinated with the CMOP through the contracting officer before any changes are made. All Contractor-provided containers shall be cleaned and sanitized prior to placement into service. In the event a dirty or foul smelling container is delivered, the contractor shall exchange and/or clean and sanitize at no cost to the Government within 24 hours after telephone notification. Scheduled cleaning fees will only apply when the VA CMOP requests a special or additional cleaning and sanitizing. Broken or damaged containers shall be replaced within 24 hours of notification. Contractor shall provide full maintenance of containers/compactor furnished. Pickup points for dumps shall be accomplished as specified below. In addition to the regularly scheduled dumps, Special Container and/or Extra Container Dumps may be requested on any day, at any hour, and the response time by the contractor shall be within 16 hours. A Special Container Dump is defined as additional containers being dumped on other than a scheduled service date. An Extra Container Dump is defined as emptying additional containers on other than a scheduled service date. An Extra Container Dump is defined as additional dumps being requested on the same day as scheduled dumps with 24-hour notice. Extra Container Dump requested dumps requested by the CMOP will be at the same cost as regular pickups with 24-hour notice. In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the work may be rescheduled to a date and time satisfactory to the Contracting Officer s Representative (COR). Climate or weather postponement will not cause any penalties to be assessed to the contractor, nor shall there be any additional cost to the Government. Contractor shall maintain licenses and/or permits required by Federal, State, City and County laws and regulations. The contractor shall assume full responsibility for compliance with all Federal, State, City and County laws, rules and regulations governing removal of waste materials. The Contractor shall participate in marketing recyclable cardboard to recycling centers. The VA Leavenworth CMOP shall receive the proceeds from the recyclable corrugated cardboard containers under the provisions of FMR 102-38.295 for the specific purposes listed in Public Law 107-67. Weight tickets issued by the recycling center and receipt indicating the weight and type of recyclable material shall be submitted to the COR with payment following the month of sale (i.e., goods sold in April shall be documented with the April payment) less environment cost recovery and Contractor s charges. Contractor will establish the value of Recyclables each month based upon such various factors, including but not limited to quantity, quality, and location. The CMOP acknowledges that the market value for Recyclables will fluctuate based upon various factors, and such Recyclables may at times have no value or that the value may be negative. Where the value of the Recyclables is positive, the proceeds of the sale of cardboard recyclables shall be submitted to the CMOP Financial Manager of the VA Leavenworth CMOP, 5000 S. 13th Street, Leavenworth, KS 66048, by check or money order on a monthly basis. Where the value of the Recyclables is negative, an invoice shall be submitted . Contractor shall assume full responsibility for compliance with all current Federal, State, City, and County laws, VA directives, and Institute of Scrap Recycling Industries (ISRI) guides governing the collection, removal, and recycling of bundled corrugated cardboard. Contractor shall load cardboard in accordance with the most current ISRI/AF&PA shipping guidance. Recyclables specifically exclude, and CMOP agrees not to deposit or permit the deposit for collection of, any waste tires, radioactive, volatile, corrosive, flammable, explosive, biomedical, infectious, bio-hazardous, regulated medical or hazardous waste, toxic substance or material, as defined by, characterized or listed under applicable federal, state, or local laws or regulations, or chemical or other properties that are deleterious or capable of causing material damage to any part of Contractor s property, its personnel or the public or materially impair the strength or the durability of the Contractor s structures or equipment, or any materials containing information (in hard copy or electronic format, or otherwise) which information is protected or regulated under any local, state or federal privacy or data security laws, including, but not limited to the Health Insurance Portability and Accountability Act of 1996, as amended, or other regulations or ordinances or other waste not approved in writing by Contractor (collectively, Excluded Materials ). Title to and liability for Excluded Materials shall remain with Customer at all times. Title to Recyclables provided by Customer to Contractor is transferred to Contractor upon Contractor s receipt or collection unless otherwise provided in this Agreement or applicable law. Contractor will deliver recycled material collected from the CMOP to a suitable recycling center in such a manner as not to cause conditions detrimental to public health or to constitute a public nuisance. Contractor will assume full responsibility for clean up in the event any solid waste from the CMOP is released into the environment, accidentally or otherwise, on or off CMOP property. Equipment Required, Scheduling and Pickup Points: One Contractor-owned 40 cubic yard or larger compactor to be located at 5000 South 13 Street at the far northwest corner of the facility. The preference would be for a self-contained container and can discussed as needed for other available alternatives. Due to fluctuation of fills, there will be no regularly scheduled pickup; the CMOP will call for pickup when this unit becomes full. Phone calls received by 12�Noon require pickup by the next business day. Estimate that pickups are required approximately every 6 days. Pickups for cardboard recycling shall be scheduled for every seven (7) days, which currently occurs on a Wednesday, however the day of the week this occurs in negotiable. Terms of the Contract: Qualifications: Offers will be considered only from offerors that are regularly established in the trash and refuse removal business. In addition, the contractor must be, in the judgment of the Contracting Officer, financially responsible and able to show evidence of resources, experience, and qualifications necessary to render services in accordance with the contract requirements. Indefinite Quantity Requirements: It is impossible to determine the exact or estimated amount that will be expended under this agreement. The VA agrees to make payments on a timely basis for services rendered in accordance with such authorizations upon the receipt of proper invoices submitted by the contractor. Quantities: Container quantities and size requirements may change with program adjustments as well as the frequency of the pickups needed. If the Government s requirements increase or decrease it shall constitute the basis for an equitable price adjustment. Contracting Officer Representative (COR): A COR shall be appointed to this contract. Acceptance of contract services will be the responsibility of the Contracting Officer or appointed representative. The COR is not authorized to change the scope of the work. Changes can be made only by the Contracting Officer. Wage Determination: Service employees who will be employed in the performance of the contract shall be paid no less than the wages as indicated in the applicable Wage Determination found in the List of attachments. Fuel Surcharge: The Government will not make additional payments for fuel surcharges under this contract. Invoices: The contractor is to submit a properly prepared invoice monthly in arrears indicating the dates and type of service provided along with the contract number for which payment is due. Contractor shall receive payment for services rendered. Payments will be made by Electronic Fund Transfer (EFT). Payment: Contractor shall submit a properly prepared invoice monthly in arrears to the payment office shown on the SF 1449 block 18a. Payment will be made in accordance with the Prompt Payment Act. Supplemental Insurance Requirements: In accordance with FAR 28.307-2, the following minimum coverage shall apply to this contract: Workers Compensation and Employer s Liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) Recyclable, Baled Cardboard: Contractor shall assume full responsibility for compliance with all current Federal, State, City, and County laws, VA directives, and Institute of Scrap Recycling Industries (ISRI) guides governing the collection, removal, and recycling of bundled corrugated cardboard. Contractor shall load cardboard in accordance with the most current ISRI/AF&PA shipping guidance. Recyclables specifically exclude, and CMOP agrees not to deposit or permit the deposit for collection of any waste tires, radioactive, volatile, corrosive, flammable, explosive, biomedical, infectious, bio-hazardous, regulated medical or hazardous waste, toxic substance or material as defined by, characterized, or listed under applicable Federal, State, or Local laws or regulations, or chemical or other properties that are deleterious or capable of causing material damage to any part of Contractor s property, its personnel or the public or materially impair the strength or the durability of the Contractor s structures or equipment, or any materials containing information (in hard copy or electronic format, or otherwise), which information is protected or regulated under any Local, State or Federal privacy or data security laws, including, but not limited to the Health Insurance Portability and Accountability Act of 1996, as amended, or other regulations or ordinances or other waste not approved in writing by Contractor (collectively, Excluded Materials ). Title to and liability for Excluded Materials shall remain with Customer at all times. Title to Recyclables provided by Customer to Contractor is transferred to Contractor upon Contractor s receipt or collection unless otherwise provided in this Agreement or applicable law. Contractor shall deliver recycled material collected from the CMOP to a suitable recycling center in such a manner as not to cause conditions detrimental to public health or to constitute a public nuisance. Contractor shall assume full responsibility for cleanup in the event any solid waste from the CMOP is released into the environment, accidentally or otherwise, on or off CMOP property. Pickups shall be called in to the Contractor approximately every seven (7) days. Call-ins received by the Contractor by 12:00 Noon shall require pickup on the next business day. The Contractor shall participate in marketing recyclable cardboard to recycling centers. Weight tickets issued by the recycling center and receipt indicating the weight and type of recyclable material shall be submitted to the COR with payment following the month of sale (i.e., goods sold in April shall be documented with the April payment) less environment cost recovery and Contractor s charges. Contractor shall establish the value of Recyclables each month based upon such various factors, including but not limited to quantity, quality, and location. CMOP acknowledges that the market value for Recyclables will fluctuate based upon various factors, and such Recyclables may at times have no value or that the value may be negative. Where the value of the Recyclables is positive, the proceeds of the sale of cardboard recyclables shall be submitted to the CMOP Financial Manager of the VA Leavenworth CMOP, 5000 S 13 Street, Leavenworth, KS 66048, by check or money order on a monthly basis. Contractor s compensation for the services being provided to CMOP in connection with the collection, processing and sale of the Recyclables, and an invoice shall be submitted electronically through the Tungsten OB-10 website as specified in VA797M 12-C-0001, and shall be paid in accordance with law. STATION INFORMATION: Contract Specialist: Stacey Lewallen Stacey.Lewallen@va.gov CONTRACTING OFFICER S REPRESENTATIVE: Pursuant to VAAR Provision 852.270-1, Contracting Officer s Representative (COR), shall be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notify both the CO and Contractor of any deficiencies; coordinate availability of Government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 3.2 HOURS OF OPERATION: Core Work Hours: Services shall be performed according to specifications of Government point of contact and Contracting Officer s Representative (COR). The core work hours for this facility is Monday through Friday, 08:00 am to 2:00pm. Weather Delays: In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then work may be rescheduled to a date and time satisfactory to the COR. Climate or weather postponement will not cause any penalties to be assessed to the contractor, nor shall there be any additional cost to the Government. Holidays: The following federal holidays are observed; however, circumstances may warrant approval for work on those days upon authorization. Additionally, any other day designated by Federal law, Executive Order, or presidential proclamation. New Year's Day Martin Luther King Jr.'s Birthday Washington s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by U.S. Government agencies. 3.3 SMOKING POLICY: Vendor is advised that the Government has placed restrictions on the smoking of tobacco products in Government facilities. Vendor s employees and visitors are subject to the same restrictions as Government personnel. Smoking is permitted only in designated smoking areas. 3.4 SAFETY REQUIREMENTS: The vendor shall comply with all local, state and federal laws and safety regulations. Compliance with OSHA and other applicable laws and regulations for the protection of contractor s employees is exclusively the contractor s obligation, and the Government will assume no liability or responsibility for the contractor s compliance or non-compliance with such responsibilities. The vendor shall provide vendors employees with all necessary personal protective clothing and equipment. The Contracting Officer or his designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, the contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, his representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any apart of the work and hold the contractor in default as provided for elsewhere in this contract. 3.5 WEAPONS, FIREARMS, AND AMMUNITION: Vendor s employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or on Government property while at the Leavenworth, KS CMOP facility. 3.6 FIRE PREVENTION AND SAFETY: Vendor s employees shall comply with the Occupational Safety and Health Act (OSHA) and the Fire Prevention and Health Program. 3.7 STANDARDS OF CONDUCT: The Contracting Officer or Contracting Officer s Representative shall refer to the Contractor for immediate action (including, but not limited to, removal from the work site) any contract technician whose personal or professional conduct jeopardizes or interferes with the regular and ordinary operation of the Cheyenne MbM facility. Breaches of conduct include, but are not limited to, intoxication or debilitation resulting from drug use; theft; dereliction; negligence in performing tasks or other conduct resulting in complaints by staff or management. 3.8 ILLEGAL SUBSTANCES: Illegal substance possession, use, or distribution will not be tolerated on any Government installation, including the Leavenworth, KS CMOP facility. This includes prescribed medical marijuana. The contractor shall ensure that contractor employees who have access do not possess, use, or distribute illegal substances. All vendors are required to adhere to all local, state and federal laws concerning possession and/or use of illegal substances. Vendors found to be in possession of illegal substances will be barred from the installation and subject to arrest and prosecution by local authorities. CONTRACTOR RESOURCE REQUIREMENTS AND INFORMATION: All contractors must be registered in the System for Award Management (SAM) database (http://www.SAM.gov) to be eligible for a government award. All contractors providing a response as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) must be registered and verified in the Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov) at the time of the offer and at the time of award. Contractor shall Contractor shall be required to provide documentation evidencing liability insurance coverage at the time of the offer, award and annually thereafter. INVOICES AND PAYMENTS: Upon notification of award, the Contractor must be vendorized in VA fiscal systems. The Contractor must: Submit a TIN and DUNS number to the Contract Officer for vendorization in the local VA logistics database, VistA so a purchase order may be created for the contract. Submit a VA Form 10091 to the VA Finance Service Center (FSC), if one is not already on file. Register and create an account in the online VA payment system, Tungsten/OB10. More information can be found at http://www.va.gov/oaa/invoicing/faqs.asp. Invoice Submissions. The VA uses a third-party web portal, called Tungsten OB-10 to process invoices. Tungsten OB10 receives invoice data through the Internet and verifies certain data fields on behalf of the VA, keys to AP routing for approval, and sends a confirmation report to the Contractor s point of contact. Tungsten OB10 then creates an invoice PDF for delivery into the VA accounts payable system. The certifying official at the station will certify the invoice for payment. Invoices are only to be submitted electronically to the VA Finance Service Center (FSC) through the Tungsten OB10 web portal. Invoices submitted directly to the FSC or the facility by fax or mail will not be accepted and will delay payment. Invoices submitted without a due date or purchase order (PO) number will be rejected. Payment inquiries may be made to the Contracting Officer or through the Vendor Customer Service Support Helpdesk at 512-460-5049 or VAFSCCSHD@VA.GOV.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6cd46047efeb4e699f86c8077e907b47/view)
- Place of Performance
- Address: Leavenworth, KS CMOP;5000 S. 13th Street;Leavenworth, KS 66048, USA
- Zip Code: 66048
- Country: USA
- Zip Code: 66048
- Record
- SN05528711-F 20200109/200107230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |