DOCUMENT
S -- Waste/Refuse Removal Services - Attachment
- Notice Date
- 8/26/2015
- Notice Type
- Attachment
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915N0765
- Response Due
- 8/31/2015
- Archive Date
- 10/30/2015
- Point of Contact
- Victoria Rone
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, Murfreesboro, TN conducting market research to identify potential sources with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform waste/refuse services at the Memphis VA Medical Center, 1030 Jefferson Ave, Memphis, TN. 38002 and VA Community Outreach Clinic (South), 1056 East Raines Road, Memphis, TN. 38116 and VA Community Outreach Clinic (North), 3461 Austin Peay Highway, Memphis, TN. 38127. The North American Industry Classification System (NAICS) Code for this acquisition is 562111. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified within in the Statement of Work. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail Victoria.Rone3@va.gov. The subject line must specify Waste/Refuse Removal Services - Medical Center Memphis. Responses must be submitted no later than August 31, 2015 at 8:00am, Central Standard Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 562111. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 562111. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 562111. STATEMENT OF WORK 1.Description of Services: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform refuse services at the Memphis VA Medical Center, 1030 Jefferson Ave, Memphis, TN. 38002 and VA Community Outreach Clinic (South), 1056 East Raines Road, Memphis, TN. 38116 and VA Community Outreach Clinic (North), 3461 Austin Peay Highway, Memphis, TN. 38127 The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. All landfill fees shall be paid by the contractor. 2.Period of Performance: Base and four option year contract. Base Year: October 1, 2015 - September 30, 2016 Option Year 1: October 1, 2016 - September 30, 2017 Option Year 2: October 1, 2017 - September 30, 2018 Option Year 3: October 1, 2018 - September 30, 2019 Option Year 4: October 1, 2019 - September 30, 2020 3.Routes/Schedules Submittals: The contractor shall establish vehicle routes and collection schedules that meet the requirements of Memphis, VA Medical Center. They must be submitted to the contracting officer five (5) calendar days prior to start of contract performance. The contracting officer must approve the submittals prior to the contractor starting work. The contractor shall collect all refuse, garbage. No changes are allowed to the schedule or haul route without contracting officer approval. 4.Unscheduled Collections: The contracting officer may require the contractor to make unscheduled collection, disposals, and relocation of containers for special events or other occasions. The contractor will respond within 12 hours of the event. Unscheduled services shall be by separate delivery order. 5.Inclement Weather Schedule: The contractor shall collect refuse during periods of inclement weather. In cases of severe weather, the Contracting Officer's Representative (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. 6.Route Parameters: The contractor shall establish routes to the facilities through the route detailed by each COR. Collection shall be made at the time scheduled. Collection outside these hours shall require prior approval of the COR. 7.Points of Collection: The contractor shall position bulk containers for customer ease in depositing refuse. This may require repositioning of containers from time to time. The contractor shall also position containers to minimize interference with emergency vehicles, normal traffic flow, adjacent parking areas, sidewalks, roadways, overhead utilities, trees, and other potential obstructions. 8.Cubic Yard Capacity, Locations and Frequency of Deliveries: The contractor will provide the following listed quantity, type, and number of containers, at the various sites. The government reserves the right to change the cubic yard capacity of containers. The government may also change the frequency of collections. Quantity/Description Location: Pick Ups 1-35 Cubic Yard Compactor Medical Center - Service Yard M-W-F 2-35 Cubic Yard Compactor Medical Center - Spinal Cord On-Call 1-30 Cubic Yard Open Top Medical Center - Service Yard On-Call 1-30 Cubic Yard Open Top Medical Center - PMMR On-Call 1-8 Cubic Yard Dumpster North Clinic (CBOC) Once Weekly 1-8 Cubic Yard Dumpster South Clinic (CBOC) Once Weekly 9.Government-Approved Containers: Collections of refuse in all areas shall be from contractor-provided, government-approved containers. The schedule of container locations and container sizes included in this contract are specified for the purpose of locating adequate receptacles for anticipated refuse generation. The Contractor is authorized to vary such containers and locations as deemed necessary providing the overall quantity and size of containers remains the same and such changes are coordinated with and approved by the COR. Relocation of containers under this provision will not result in a change in contract price nor require a written modification to the contract. The Contractor containers shall be of uniformed color and numbers assigned for identification purposes. "Only" Contractor provided containers, shall be maintained and/or repainted to prevent rust or unsightly appearance. Cleaning of containers shall be the responsibility of the contractor. At a minimum. All containers shall be washed and cleaned inside and out once a week during the months of June, July, August, and September, and once a month the other eight months, or as they become malodorous or unsanitary or when determined by the Contracting Officer. 10.Contractor Replacement of Government-Owned Containers: In the event a government-owned compactor breaks down, the Contractor shall provide a replacement container at no additional cost until the Government Owned compactor is repaired. The size of this container shall be determined by the Contracting Officer. 11.Size and Type of Containers: Containers to be furnished by the contractor shall be comparable in design and fabrication to containers manufactured by Dumpster Brothers, Inc.; Lodal, Inc; A.E. Rausenbach, Inc.; or equal. The containers are to be equipped with top lids and side doors. Stop latches and release chains are to be open on all three (3) yard and over top-loaded containers. The latches must hold lids open at stops approximately 30 degrees, 60 degrees and 90 degrees, for the conveniences of the user. All larger containers shall be leak proof and containers used for putrescible waste shall be drain-fitted with a threaded plug to facilitate washing. Latches on end doors shall be spring-loaded so the doors will latch automatically when closed. 12.Size and Type of Vehicles: The pick-up and hauling vehicle shall incorporate a leak-proof body with replaceable door seals and shall be fully enclosed. Vehicles shall be equal to or comparable in design and specification to the equipment manufactured by Dempster Brothers, Inc.; Lodal, Inc.; A.E. Rausenbach, Inc.; or equal. To prevent unreasonable delay in servicing collection stations caused by breakdown of mechanical containers handling vehicle, a standby vehicle with duplicate handling mechanism shall be provided by the Contractor. A mechanically operated cover shall be incorporated on the vehicle to operate in such a manner as to protect the container in dump position from the wind and to prevent the spillage of materials across the back of the truck during dumping operations. Adequate measures will be taken at all times to prevent spillage or scattering of the truck contents by wind or other means. 13.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 refuse on the ground within ten feet of the container, whether spilled by the contractor or placed there by VA personnel, shall be picked up by the contractor during collection. The contractor shall collect debris placed at collection stations; for example, tree branches, sacks, cartons, boxes, cans, tied bundles, or other containers. The contractor will be responsible for keeping collection areas free of refuse and debris. 14.Weighing of Vehicles: All vehicles used in the collection of refuse shall be weighed on state certified vehicle scales at the landfill. Incoming and outgoing vehicle weights shall be recorded on weight tickets provided by the operator at the weigh station. 15.Disposal: The contractor shall transport and dispose of all solid waste at a licensed disposal site selected by the contractor. 16.Equipment Maintenance: The contractor shall maintain all contractor and government provided containers ensuring they are free of unpleasant odors, dirt, debris, and pests. All containers must remain in good, workable condition. They must remain easily accessible to customers. The contractor shall perform all cleaning, painting, repair and other maintenance tasks. The tasks cannot be performed at the VA facility, trucks and trailers used for hauling and collecting shall be washed as required to ensure they are free of odor, dirt and debris, and pests. 17.Reports and Records: The contractor shall provide a monthly report detailing total tonnages of refuse collected. 18.Insurance: The contractor shall provide worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. General Liability: Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property Damage Liability: Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. 19.Offeror's Qualification: Offers will be considered only from the Offers who are regularly established in the business called for and who in the judgment of the Contracting Officer are financially responsible. Upon request of the Government, Offers shall be able to show evidence of the reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume called for under this contract. 20.Contractor Personnel: The number of Contractor's personnel shall be adequate to perform daily work efficiently and maintain required standards. The Contracting Officer may require, in writing, the Contractor to remove from the work any employee the Contracting Officer deems incompetent, careless or otherwise objectionable. Truck drivers shall present a valid operator's permit and shall be thoroughly acquainted with and comply with station traffic regulations. If any issues arise during contracted services the contractor's personnel shall report directly to the VA Police located in room CEG19, during regular business hours or CEG5 after hours, Police can also be reached at (901) 523-8990 extension 5595. 21.Holidays: Collections will be provided as noted. If holidays are allowed and pickups are rescheduled these are the Federal Holidays that are defined for this contract: New Year's Day. Martin Luther King, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. There are requirements where the Contractor may be required to provide services on one, any, or all of these holidays. 22.If a scheduled pickup day falls on a Federal Holiday, Monday through Thursday, the pickup shall be rescheduled to the next business day. If the federal Holiday is on a Friday, then the pickup shall be rescheduled to the Thursday BEFORE the Federal Holiday. The Contractor shall verify with the COR if there is any uncertainty of the day of the week being observed. Conflicts shall be resolved by the Contracting Officer. 23.Service Delivery Summary: The contractor service requirements are summarized into performance objectives that relate directly to contract essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to contract success. Performance ObjectivePerformance Threshold Collect and Dispose of Solid Waste in accordance with the established schedule.No more than 1 Customer Complaints monthly. Maintain equipment in good workable condition. Trucks should be washed and free of odors.No more than 2 Customer Complaints monthly. Perform unscheduled collections required by the contracting officer in accordance with paragraphs #3.O Deficiencies permitted. (Delivery order shall not be accepted until all deficiencies are corrected.) 24.Quality Assurance: The government will periodically evaluate the contractor's performance by the COR monitoring performance to ensure services are received. The COR will evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of complaints from VA personnel. The government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the government may decrease the number of quality control inspections if performance dictates. The government will also receive and investigate complaints from various customers located on the installation. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 25.Government Remedies: The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (FEB 2002), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 26.Security Requirements: The Medical Center has protective services by members of the VA Police Unit. The Contractor shall comply with all posted traffic regulations as well as any verbal directive given by a VA Officer. Failure to comply with the safety regulations on VA facility grounds may be cause for termination. 27.Security Incident Investigation a. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s).to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0765/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-N-0765 VA249-15-N-0765.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2280060&FileName=VA249-15-N-0765-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2280060&FileName=VA249-15-N-0765-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-N-0765 VA249-15-N-0765.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2280060&FileName=VA249-15-N-0765-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center Memphis;1030 Jefferson Avenue;Memphis, TN
- Zip Code: 38104
- Zip Code: 38104
- Record
- SN03856432-W 20150828/150826235408-43b1cf2afde18bb0b0cbe42119f657cc (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 |