SOURCES SOUGHT
S -- TOPEKA Recycling Services
- Notice Date
- 3/31/2020 11:46:54 AM
- Notice Type
- Sources Sought
- NAICS
- 423930
— Recyclable Material Merchant Wholesalers
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520Q0303
- Response Due
- 4/2/2020 12:00:00 AM
- Archive Date
- 05/02/2020
- Point of Contact
- Penny Barber 913-946-1956
- E-Mail Address
-
Penny.Barber@va.gov
(Penny.Barber@va.gov)
- Awardee
- null
- Description
- 1 The Department of Veterans Affairs, Network Contracting Office (NCO) 15 is conducting market research to help determine the availability and technical capabilities of qualified vendors who can provide Recycling Services for the Topeka VA Medical Center, Kansas City. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THE RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e. small/large), and DUNS Number. 2) Statement of Capability that demonstrates ability of providing the item in accordance with the attached Performance Work Statement (PWS) and past performance in providing this type of service. Include examples of prior completed Government contracts, references, and other related information. This notice is to assist the NCO 15 in determining SOURCES ONLY. This announcement is not a request for proposals or quotations. The Government is not committed to award a contract pursuant to this announcement. The Government will not pay for any costs incurred in the preparation or submission of information in response to this announcement. Questions and responses must be submitted no later than 5 pm (CST) on April 2, 2020 to Penny Barber@va.gov any proprietary information should be clearly identified as proprietary information . PERFORMANCE WORK STATEMENT (PWS) Recycling Services General Information Contractor shall provide containers for and complete removal of cardboard and comingled recycling materials for the Topeka VAMC. No hazardous waste removal will be required. Co- mingled containers will have lids. GENERAL: This is a non-personal services contract to provide Recycling Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform recycling services as defined in this Performance Work Statement (PWS), section 5 except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. Background: Recycling services have been provided to the Topeka VA Medical Center and current period of performance is expiring. Objectives: Reduce the amount of solid waste collected by providing recycling services and supporting the VHA recycling program. Scope: All container dumps/exchanges shall be accomplished during regular working hours, i.e., 8:00 a.m. to 4:30 p.m., excluding Federal Holidays. The pick-up schedule shall be closely adhered to prevent inconsistent and unnecessary call-ins. Additional charges will not be imposed for call-ins resulting from inconsistent dumping which are not in accordance with contract requirements. 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 containers shall be kept neat in appearance, repaired and painted when warranted (i.e. appearance of rust spots, stains, excessively chipped areas, etc.) Extra pickups due to excess recycling material generated at the facility will be charged at regular pick price set by the contract. The contractor shall furnish the necessary metal containers. The VA reserves the right to relocate the containers when deemed necessary. Container dumps will be spot checked and verified by the COR or his/her designee. All containers shall be clean and sanitary when placed in service. Monthly routine sanitizing/cleaning will occur for each co-mingled container. The COR will be informed by the contractor prior to this taking place for validation. Container Location and frequency: Topeka Furnish one (1) 8 cubic yard comingled recycled containers at the following locations: Bldg. 1 Bldg. 2 Bldg. 3 Bldg. 4 Bldg. 5 Bldg. 6 Bldg. 9 Bldg. 20 Bldg. 21 Bldg. 24 Containers shall be emptied one (1) time weekly. Furnish one (1) 40 cubic yard roll off container at Bldg. T-102. Container shall be configured in such a manner that will permit VA personnel to load cardboard bales. Pick-up is on an on-call basis for the roll off container. Period of Performance Base Year 6/1/2020 5/31/2021 Option Year I 6/1/2021 5/31/2022 Option Year II 6/1/2022 5/31/2023 Option Year III 6/1/2023 5/31/2024 Option Year IV 6/1/2024 5/31/2025 General Information Federal Observed Holidays: Contractor is not required to perform services on holidays listed below. However, an alternate pick-up day for that week will be identified. New Year s Day Labor Day Memorial Day Thanksgiving Day Independence Day Christmas Day Hours of Operation: The Contractor is responsible for conducting business, between the hours of 8:00am 4:30pm Monday through Friday except for Federal holidays noted in 1.6.1 or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. Emergency Points of Contact: Katherine Moseley 785-231-4223 Place of Performance: The work to be performed under this contract will be performed at 2200 SW Gage Blvd. Topeka, Kansas 66622. Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Type of Contract: Firm Fixed Price The government will award a Firm Fixed Priced single award with option periods. Special Qualifications: N/A Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The CO and Contracting Officer s Representative (COR) shall meet periodically with the contractor to review the contractor's performance. At these meetings the CO will apprise the Contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. Contracting Officer s Representative (COR): The COR Management System Tool (eCOR File)- for nomination, tracking, documentation, and management of CORs will be used. The COR will 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 notifies 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 order. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Drivers will not be required to obtain badges. Facility Access: Access is allowed to all recycling containers on campus. There are requirements or need to be within the VA buildings. Contractor Personnel Conduct: Contractor personnel s conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. The Contractor s employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring that any contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The Contractor employees must avoid improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non- disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions or discussions which may prejudice future competitions. The Contractor shall ensure no contractor employees conduct political related activities or events on U.S Government facilities. Incident Reporting The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor or their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor will, in turn, notify the CO or COR within 30 minutes of the incident. Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1cc416c21a0947d08c6c1ec5aa8b7009/view)
- Place of Performance
- Address: Department of Veterans Affairs;Colmery-O'Neil VAMC;2200 Gage Blvd.;Topeka, KS 66622-0001
- Zip Code: 66622-0001
- Zip Code: 66622-0001
- Record
- SN05606344-F 20200402/200331230154 (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 |