Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
DOCUMENT

S -- Batavia VAMC Trash/Recycling (VA-17-082623) - Attachment

Notice Date
8/4/2017
 
Notice Type
Attachment
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA24217Q0805
 
Response Due
8/18/2017
 
Archive Date
9/2/2017
 
Point of Contact
COBAS, JUAN
 
E-Mail Address
obas@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION WASTE DISPOSAL PROGRAM FOR BATAVIA VA MEDICAL CENTER, 222 RICHMOND AVE, BATAVIA, NY, 14020 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0805. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as open market unrestricted. The North American Industry Classification System (NAICS) code is 562219 (Other Nonhazardous Waste Treatment and Disposal), with a small business size standard of $38.5 Million. (v) The Contractor shall provide pricing to provide service for a base and four option year periods. PRICING/SCHEDULE FOR: Batavia Waste Disposal Program BASE YEAR 10/01/2017 TO 09/30/2018 CLIN # Description Unit Quantity Price 1000 20 yard open top dumpster Each 1   1001 8 cubic yards container Each 6   1002 Hauling Charge to take debris to landfill (including tonnage) Each 120 (estimated)   1003 Disposal fee Ton 160 (estimated)   OPTION YEAR 1 10/01/2018 TO 09/30/2019 CLIN # Description Unit Quantity Price 2000 20 yard open top dumpster Each 1   2001 8 cubic yards container Each 6   2002 Hauling Charge to take debris to landfill (including tonnage) Each 120 (estimated)   2003 Disposal fee Ton 160 (estimated)   OPTION YEAR 2 10/01/2019 TO 09/30/2020 CLIN # Description Unit Quantity Price 3000 20 yard open top dumpster Each 1   3001 8 cubic yards container Each 6   3002 Hauling Charge to take debris to landfill (including tonnage) Each 120 (estimated)   3003 Disposal fee Ton 160 (estimated)   OPTION YEAR 3 10/01/2020 TO 09/30/2021 CLIN # Description Unit Quantity Price 4000 20 yard open top dumpster Each 1   4001 8 cubic yards container Each 6   4002 Hauling Charge to take debris to landfill (including tonnage) Each 120 (estimated)   4003 Disposal fee Ton 160 (estimated)   OPTION YEAR 4 10/01/2021 TO 09/30/2022 CLIN # Description Unit Quantity Price 5000 20 yard open top dumpster Each 1   5001 8 cubic yards container Each 6   5002 Hauling Charge to take debris to landfill (including tonnage) Each 120 (estimated)   5003 Disposal fee Ton 160 (estimated)   (vi) STATEMENT OF WORK (SOW) BATAVIA V.A.M.C TRASH/RECYCLING PROGRAM General Requirements: Contractor shall furnish all personnel, equipment, and supplies to provide removal of trash and cardboard that is generated, stored or accumulated at the VAMC Batavia Facility, 222 Richmond Avenue, Batavia, NY 14020. Description Unit Quantity 20 yard open top dumpster Each 1 8 cubic yards container Each 6 Hauling Charge to take debris to landfill (including tonnage) Each 120 (estimated) Disposal fee Ton 160 (estimated) Frequency of Pickups/Schedule of services: Service shall be provided as per schedule above and/or per call basis, and will be completed within twenty-four (24) hours after notification to Contractor, or as scheduled. Maintenance: The Contractor shall maintain their containers in working order, so as to prevent leakage, or unsightly appearances. Working Hours: The working hours shall be 6:00 AM to 2:30 PM, Monday through Friday, excluding the following Federal holidays: New Year s Day, Martin Luther King Jr s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Disposal and Health Regulations: Disposal shall be made by the Contractor who shall be responsible for any and all cost incurred in connection with the removal and disposal of all generated rubbish/debris under this contract. Once the Contractor has left the VA grounds, he shall comply with all local ordinances and State laws applicable to the transportation and disposal of rubbish/debris. Copies of all Licenses and Permits shall be provided to the Contracting Officer upon request Weighing Facilities: The Government shall have the right to approve and inspect the Contractor s weighing facility prior, or during the award of contract. The Contractor shall provide documentation supporting/demonstrating weighing equipment is tested as least annually for accuracy, properly maintained, calibrated and operated. Credit shall be provided to the VA whenever it is determined that over-charges resulted from defective weighting equipment. Evidence of Coverage: Before commencing work under the contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating the coverage outlined and containing an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day advance written notice of cancellation or change is furnished by the Contracting Officer. Contractor Responsibilities The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of New York. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. Contractor shall refer all issues to the COR related to waste management. 3. Quality Assurance Surveillance Plan The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. The Contractor and the COR shall develop specific monitors covering work performance and management under this contract. A copy of these monitors shall be maintained by both parties. Monitors shall be completed no later than six (6) weeks after date of award. The Government will monitor the Contractor s performance under this contract utilizing customer complaints, performance requirements, and random quality assurance inspections. In accordance with FAR 37.604, prospective vendors shall submit a Quality Assurance Surveillance Plan (QASP) at the request of the government. A QASP is required and shall be submitted with the quote. Quarterly Reviews with CO/COR: It is the COR s responsibility to develop a monthly schedule for activities based on the surveillance plan s requirements. This schedule will cover the times during which work is being performed or re-performed under the terms of this contract. The surveillance schedule will be quarterly. The monthly schedule will be completed by the last workday of the preceding month and a copy will be submitted electronically to the Contracting Officer for information. 4. Period of Performance. Services are required to start on October 1, 2017 through September 30, 2018 with provision of four (4) option periods. 5. Contractor Personnel Security Requirements All contractor employees will require a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel. Contracting Office Address: VISN 2 Network Contracting Office - Canandaigua 400 Fort Hill Ave Canandaigua, New York, 14424 (vii) Place of Performance: Batavia VA Medical Center 222 Richmond Ave Batavia, NY 14020 Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as VA242-17-Q-0805. Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-20 Predecessor of Offeror (July 2016) 52.204-22 Alternate Line Item Proposal (Jan 2017) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the contractor, whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Factor 1 - Technical Capabilities (a) Provide a capability statement to meet all the requirements of the Statement of Work. Factor 2 Past Performance Each offeror will be evaluated on his/her performance under existing and prior contracts for similar services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. CPARS records will be reviewed. Offerors shall submit the following: Provide three references for contracts of similar scope and magnitude to be evaluated, the contractors past performance shall also be evaluated in CPARS. Contractors without past performance will receive a neutral rating. Factor 3 Price This factor indicates what each offeror s proposal will cost the Government, if selected. Except when it is determined in accordance to FAR 17.206(b) not to be in the Government s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the options (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.216-18 Ordering 52.216.21 Requirements (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984)                            001AL-11-15-B     Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market unrestricted combined synopsis/solicitation for Waste Disposal Services Program at the Western NY Health Care System as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 2:00 PM EST, Friday August 18, 2017. The government shall only accept electronic submissions via email, please send all quotations to Juan.Cobas@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Friday August 11, 2017 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Juan Cobas, Contract Specialist, 585-393-7731; Juan.Cobas@va.gov. See attached document: P07 WD 17 Genesee COUNTY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA24217Q0805/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-0805 VA242-17-Q-0805.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711421&FileName=VA242-17-Q-0805-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3711421&FileName=VA242-17-Q-0805-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: BATAVIA VA MEDICAL CENTER;222 RICHMOND AVE;BATAVIA, NY
Zip Code: 14020
 
Record
SN04614185-W 20170806/170804232224-97c15e8022d7b72393d6359891cc5950 (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.