Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
DOCUMENT

S -- Municipal Solid Waste and Recycling - Attachment

Notice Date
11/9/2018
 
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
36C24919Q0035
 
Response Due
11/27/2018
 
Archive Date
3/6/2019
 
Point of Contact
Tara Hammrich
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C24919Q0035 Posted Date: 11/8/2018 Response Date: 11/27/2018 2 PM CT Product or Service Code: S222 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 562111 Contracting Office Address Network Contracting Office 9 ATTN: Tara Hammrich Department of Veterans Affairs Contracting Office, 4th floor 1639 Medical Center Parkway Murfreesboro, TN 37129 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, 10/26/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111, with a small business size standard of $38.5 Million. The Network Contracting Office (NCO) 9 is seeking to purchase Municipal Solid Waste (MSW) and Recycling Services for Tennessee Valley Healthcare System (TVHS). All questions regarding this RFQ must be in writing and may be sent by e mail to tara.hammrich@va.gov. Questions must be received no later than Nov. 16, 2018 at 2:00 PM CST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Tennessee Valley Healthcare System (TVHS) employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. PERFORMANCE WORK STATEMENT MUNICIPAL SOLID WASTE (MSW) & RECYCLING SERVICES BACKGROUND VA Tennessee Valley Healthcare System (TVHS) is an integrated healthcare system comprised of two Medical Centers: the Alvin C. York Campus in Murfreesboro, TN, the Nashville Campus in Nashville, TN, and  many community based outpatient clinics and other facilities located in Tennessee and Kentucky. TVHS provides ambulatory care, primary care, and secondary care in acute medicine and surgery, specialized tertiary care, transplant services, spinal cord injury, outpatient care, and a full range of extended care and mental health services.  The Nashville Campus is the only VA facility that supports all solid organ transplant programs, including total in-house kidney and bone marrow transplants. The Alvin C. York Campus is a network referral center for mental health services, geriatrics, and extended care. TVHS provides a full range of specialized medical services. TVHS has a mandated goal to achieve a 50% or greater recycling rate across the healthcare system. Currently, at the conclusion of FY17, TVHS has a diversion rate of approximately 33.9%. As such, TVHS is looking for service providers who can help assist in obtaining this goal of 50%. Offerors will be afforded the opportunity to participate in a site visit of the two main campuses to observe current waste management and recycling practices. It is the VA s intent to allow each offeror to develop and submit a Recycling Plan that will help the VA manage waste in the most efficient, economical and best way possible to obtain a 50% or greater recycling/diversion rate by the end of the 2nd Option Period of the contract. A general overview of how the offeror intends to help the VA accomplish their 50% goal is expected with the offer. The awardee will conduct an independent study of the VAs current recycling practices and accounting and will provide the plan to the COR for approval. SOLID WASTE & RECYCYCLABLES REMOVAL The Contractor shall furnish all labor, materials, equipment, and expertise necessary to perform waste removal and recycling services consisting of municipal solid waste (MSW) and recycling of numerous materials including but not limited to cardboard, metal, plastic, wood, yard waste, food waste, solid fill, and construction debris typical of healthcare, institutional, and office occupancy excluding regulated medical waste, pathological, anti-neoplastic (chemotherapeutic) waste, and hazardous wastes for TVHS.. Offerors should be aware that there is always a potential for inappropriate hazardous waste in any solid waste stream. Training and programs implemented by the awardee and the VA should prevent or reduce any such potential. The Contractor shall provide all equipment to include roll-offs, tip dumpsters, compactor units, guide rails, collection units, etc. to accomplish proper MSW and recycling removal. Due to space constraints and the number of potential recycling streams, it is highly encouraged that proposals include single stream recycling initiatives. The Contractor shall provide all labor for segregating recyclable materials from MSW that ends up in the roll-offs, dumpsters, etc. to ensure all potentially recyclable materials are segregated, recycled, and diverted from landfills. This applies to readily available items identified in the dumpsters. For example, the Contractor identifies large pieces of metal or a wooden desk in a dumpster. It is expected the Contractor will extricate the recyclable materials and place them in the appropriate recycling stream. The Contractor is not expected to open bags of trash to find recyclable materials. 2.1 Service Locations Solid Waste and recycling removal is required at the following sites: a. Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 b. Nashville Campus 1310 24th Avenue South Nashville, TN 37212 c. Chattanooga VA Outpatient Clinic 6098 Debra Rd Suite 5200, Bldg 6200 Chattanooga, Tennessee 37411 Recycling plans, concepts and education shall be developed for the following sites: a. Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 b. Nashville Campus 1310 24th Avenue South Nashville, TN 37212 c. Chattanooga VA Outpatient Clinic 6098 Debra Rd Suite 5200, Bldg 6200 Chattanooga, Tennessee 37411 d. Clarksville Outpatient Clinic 1832  Memorial Street Clarksville, Tennessee 37043 e. Charlotte Avenue Clinic 1919 Charlotte Avenue Nashville, TN 37203 f. Women Veterans Healthcare Center 1919 Charlotte Avenue Suite 300 Nashville, TN 37203 g. Athens Outpatient Clinic 1320 Decatur Pike Athens, TN 37303 h. Tullahoma Outpatient Clinic 225 Von Karman Road Arnold Air Force Base, TN 37389 i. Clarksville Dental Clinic 2291 Dalton Drive Suite F Clarksville, TN 37043 j. Compensation and Pension Clinic 2 International Plaza Nashville, TN 37217 k. International Plaza VA Clinic 2 International Plaza Suite 300 Nashville, TN 37217 l. Pointe Center VA Clinic 1208 Pointe Center Drive Suite 100 Chattanooga, TN 37421 2.2 Service Schedule & Container Locations Alvin C. York Campus Building Service Schedule Container Size 2 4x Weekly 30yd Compactor 5 5x Weekly 8yd 7 Mon/Wed/Fri 8yd 8 Mon/Wed/Fri 8yd 10 Mon/Wed/Fri 8yd Fisher House Mon/Wed/Fri 2yd 12 On Call 30yd Open 16 On Call 30yd Open 107 Mon/Wed/Fri 8yd 116 Mon/Wed/Fri 8yd 118 On Call (Recycle) 42yd Compactor 146 On Call 30yd Open Scrap Yard On Call (Recycle) 30yd Open Scrap Yard On Call 30yd Open Nashville Campus Location Service Schedule Container Size Loading Dock Wednesday (Recy) 40yd Compactor Loading Dock Mon/Wed/Fri 34yd Compactor Nashville Campus: The contractor shall arrange the compactors and self-contained units at Building No. 1 so that the TVHS may fill the compactor from the dock area. TVHS will furnish the necessary power cable for the compactors. Chattanooga Outpatient Clinic Location Service Schedule Container Size Main Dock Wednesday (Recy) 8yd Main Dock Mon/Thur 8yd Chattanooga Outpatient Clinic: The 8 yd dumpster for recycling shall be located adjacent to the main dock area so that it accessible from the ground by TVHS staff. The 8 yd dumpster for solid waste shall be located at the main dock so that it is accessible from the dock by TVHS staff. All Locations: Refer to Section 9.1-d-iv regarding technology use and its impact to this Service Schedule. GENERAL SPECIFICATIONS Period of Performance: One Base Year with the possibility of four one-year option periods. Base Year: 1 October 2018 30 September 2019 1st Option Period 1 October 2019 30 September 2020 2nd Option Period 1 October 2020 30 September 2021 3rd Option Period ^ 1 October 2021 30 September 2022 4th Option Period ^ 1 October 2022 30 September 2023 Days and frequency of service shall be set forth by this document. The contractor shall not vary from the established schedule without prior approval form the COR except for Federal Holidays, which are: New Year s Day Birthday of Martin Luther King, Jr. Washington s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day The VA reserves the right to require waste removal on days other than or in addition to those indicated in the pricing schedule, on Sundays, and holidays at the rates specified in the pricing schedule. The contractor shall remove and dispose of waste in a manner that shall not create or cause conditions detrimental to public health or that constitute a public nuisance. The contractor maintains full responsibility for compliance with all federal, state and local laws governing removal of waste materials. Special emphasis needs to be placed on ensuring that the loads removed are covered and secured in such a manner as to prevent accidental spillage during transport. The contractor shall dispose of metal, wood, cardboard, plastic, construction debris, solid fill, yard waste and all such other waste that is capable of being recycled in such a manner that the items are in fact recycled. Certificates of Recycling or an equivalent demonstrating that the material has been recycled shall be provided to TVHS within 30 days of processing materials. Noise Ordinance. No pickups will be made at any campus during noise reduction periods as set for the by the town/city in which the facility is being serviced. The Contractor is responsible for researching this requirement for each municipality it provides services to TVHS and adhering to the established ordinances. At the time of the service the contractor shall recover and remove any debris, trash, or waste on VA grounds around container regardless of how it got there. The contractor shall also pick up and dispose of any visible waste material after pulling the containers away from the building before leaving the property. Internal recycling bins will be provided by the offeror or the VA depending on the waste and recycling plan presented by the offeror. All internal recycling bins used at all facilities will be taken to a central collection location by the VA. Any equipment provided by the Contractor shall be compatible with existing TVHS equipment and electrical connections. TVHS shall provide AC current to the equipment. Some containers may be designated to receive On Call services. This refers to waste containers that are used intermittently and not filled on a regular basis. For example, a recycling container used for yard waste will be serviced differently throughout the year. During summer and fall months there may be increased usage of this container. At any time during the year, there may be damage that is caused by weather that may require increased usage of this container (e.g. after storm cleanup). Containers designated as On Call indicates the COR or other authorized representatives of TVHS will contact the vendor to request emptying of this container. On Call is defined as the VA will call when services is needed. The Contractor will work with TVHS personnel to develop a comprehensive recycling plan for the identified sites. The Recycling Plan shall include at a minimum the following: Identification of specific waste streams and collection methods. Locations of specific waste stream containers and management/pickup frequencies. Solid waste stream assessment (identification of waste stream components and percentages). Opportunities for new recyclable waste streams and best management practices for collection/removal. Employee training. Signage for specific waste stream collection. The Contractor shall travel to the Alvin C. York campus and Nashville campus as often as necessary to implement a successful waste reduction and recycling program and to the outpatient clinics at least twice annually to inspect and review their recycling programs and progress. The Contractor shall make presentations and conduct demonstrations of products, services, and techniques to TVHS staff to ensure successful implementation of a waste reduction and recycling program. The Contractor, COR, and CO shall meet quarterly to review the current progress of the Contract and to discuss ways to improve compliance, review past performance, issues and concerns, and review and update (modification as needed) of the comprehensive recycling plan, to name a few. The goal of TVHS is to recycle as much material as possible. The Contractor is tasked with developing processes to capture as many of the waste streams identified below. Processes developed by the Contractor shall be reasonable to implement by the VA without incurring substantial additional costs. RECYCLABLE MATERIALS 4.1 Potentially Recyclable Materials. This list is not meant to be all-inclusive. ABS Computer Trays ABS Plastic ABS Regrind Alum Scrap Animal Bedding Asphalt Paving Asphalt Shingles Batteries Biotech Plastics Biotech Recyclables Blue Wrap Brick/Concrete Mix Bronze Bubble Wrap Bulk Plastics Business Mach Housin C & D Debris Cable Housing Cardboard Cores Carpet - N6 Carpet - N66 Carpet - PET Carpet - PP Carpet - WTE Ceiling Tiles Chipboard Circuit Boards/Pop Circuit Boards/UnPop Clothing Commingled Compact Disks Compost/Yard Waste Computer Electronics Computer Paper Concrete Copper Corrugated Boxes Corrugated/Mix Paper CPU Crepe Paper CRT's Each Drums Electrical Meters EPDM EPS Foam EPS Foam/Food Relate Fiber Board Fiber Drums File Board Film Plastics Flower Pots Foam Insul/Composite Foam Insul/EPS Foam Insul/ISO Foam Insul/XEPS Foam plastics Food Waste Furniture Glass Bottles Glass Slides Glass Vials Glass, Brown Glass, Clear Plate Glass, Green Glass, Mixed Bottle Glass, Mixed Color Grease/Commodities Gypsum HDPE # 2 - Baled HDPE Containers HDPE Crate Grade HDPE Drums HDPE Milk Bottles HDPE Molders Waste HDPE Tanks/Trays HDPE Turnings HDPE/LDPE Film HH Debris HID Lamps Hospital PPE Hotel Recyclables Household Materials Industrial Mix Inorganics Latex Foam LDPE Foam LDPE Plastics LDPE/PP/EPS Foam Lead-Containing Items Light Bulbs Light Iron Magazines Mattress Fluff Mattress Quilt Scrap Mattress Springs Mattresses Metal Metal Door Cutout Metal Drums Metal Ferrous Metal Fixtures Metal Framed Window Metal Machinery Metal Motors Metal Wire Spools Mixed C&E Mixed Drums Mixed Paper Mixed Plas Agg Mixed Wood Munip Plas #1-#7 Newspaper/Newsprint Nylon Regrind Obsolete Boxes Goods Ofc Cleanout Debris Office Partitions Oil/Byproducts OR Plastics Organics Other Lamps Outthrow Pallets Plastic Pallets Wood Paper (Computer) Paper Files Paper Stock PC Eng Plastic PC Water Bottles PE Film Personal Computer PET Fluff/PVC PET Mylar Film PET Plastic PET Rolls PET Soda Bottles PET Strapping PET Trays PET/HDPE Plastic Pill Bottles Plastic Aggregate Plastic Film Plastic Housings Plastic Pipe Plastics #3-#7 Porcelain items PP - Rope PP #5 Film PP Foam PP Non-Woven PP Regrind PP Rigid PP Woven PS Rigid Plastic PS#6 - Rigid PUR Foam PVC PVC Flex Roof PVC IC Tubes PVC ID Cards PVC IV Bags PVC Scrap PVC Siding Retail Retail Carpet Square Retail Kiosks Rigid plastics Roof Ballast Rock Rubber Rubber Tires Sand/Agg Fines Shrink Wrap Single Stream Slate Shingles SMS Fabric Solder Dross Steel Cans Steel Disks Stumps/Brush Styrofoam/Packing Textiles Tires Titanium Chips Toner Cartridges TPO Membrane Baled Treated Wood Wood 4.2 Component Definitions. Description of some of the waste streams identified above. Computer Paper: any paper output from a computer, paper includes letter size, legal, tabloid, or poster size. Newsprint: newspaper. Corrugated Paper and File Board: Corrugated (a series of parallel ridges and furrows) paper product, corrugated boxes or cartons, and brown (kraft) paper bags. Examples include paper-based cartons filled with liquids like milk and juice; and brown paper bags). Other Paper: Magazines, glossy paper, waxed paper, photographs, coated paper cups, and any other paper not fitting the categories of computer printout, newsprint, or corrugated. Plastic PET Bottles: any plastic bottles coded with the resin identification code number "1" inside the universal recycling symbol, usually located on the bottom of the container. PET stands for Polyethylene Terephthalate. Examples include bottles or food containers (if PET) containing solid foods or liquids). Plastic HDPE Bottles: any plastic bottles coded with the resin identification code number "2" inside the universal recycling symbol, usually located on the bottom of the container. HDPE stands for High Density Polyethylene. Examples include bottles or food containers (if HDPE) containing solid foods or liquids). Plastic Film: thin continuous polymeric material. Thicker plastic material is often called a "sheet." These thin plastic membranes are used to separate areas or volumes, to hold items, to act as barriers, or as printable surfaces. Examples include packaging, plastic bags, labels, bubble wrap, building construction, landscaping, electrical fabrication, photographic film, film stock for movies, video tape, etc. Plastic Other: any other plastic items not fitting the categories of bottles and film, including Styrofoam. Food Waste: any food debris, including bones. Wood: lumber, wood products, pallets, and furniture. Other Organics: textiles (natural and synthetic), rubber (natural and synthetic ), leather (natural and synthetic), and other organic materials (all organic materials contain carbon). Examples include disposable surgical/isolation gowns, nitrile gloves, latex gloves, ultrasorb bed liners, polyester pillows and other polyester materials, TB/disposable filtering face pieces). Ferrous Cans: iron, steel, tin cans, and bi-metal cans. Ferrous Other: any iron material not fitting the categories of iron, steel, tin, and metal cans. Aluminum: cans, aluminum cans Aluminum Other: any other aluminum material Other Metals: any other metal not fitting categories of iron, aluminum (copper, brass, etc.) Glass Clear: any clear colored glass Glass Brown: any brown colored glass Glass Green: any green colored glass Other Inorganics: rock, sand, dirt, ceramics, plaster, solid fill 4.3 Unable to Recycle/ Donation of Items. It is understood that it is not possible to recycle all items. If items cannot be recycled then it is expected that those items will be donated. Similar to recycled items, records will be kept to ensure proper tracking of weights so that TVHS can receive credit for items diverted from the waste stream. Below is a list of potential materials that may be donated. Although UNICOR and FPI are the recommended source to donate items that cannot be recycled, other sources may be sought as long as the Contractor s primary focus is to prevent materials from being sent to a landfill. This list is not meant to be all-inclusive. For the most up-to-date listing of items that may be donated to UNICOR/FPI, please visit: www.unicor.gov/RecyclingAcceptableItems.aspx. Audio/Visual Equipment Bar Coding Equipment Blackberrys Cable TV Boxes Calculators Cameras CD ROM Drives Cell Phones Circuit Boards Communication Systems Computer Equipment Computer Scrap (Copper) Computer Scrap (Metal) Computer Scrap (Plastic) Copiers Fax Machines Floppy Drives Game Boys Hard Drives and Memory Laptops Mainframes and Servers Microfiche Readers Microscopes Modems MP3 Players Nintendos Oscilloscopes PDAs Peripherals Play Stations Plotters Power Supplies Printers Telephone/Systems Telescopes Televisions Test Equipment X-Boxes HISTORICAL DATA The following information is an analysis of current waste streams for FY17 for TVHS. This information should give prospective offerors an expectation of volume and what waste streams will need to be captured: WASTE AUDIT The Contractor shall provide TVHS an annual waste stream survey of all sites to include a formal written report after completion, in which the Contractor specifically reviews the waste generation and waste flow within each facility to determine areas of opportunity for waste reduction and elimination. The audit will be based on what TVHS currently places in its waste streams. This establishes the plan moving forward of what the offeror and the VA need to work on. The first audit will be provided to the COR 90 days after award of the contract. Once a clear reduction plan is approved, the Contractor and TVHS will implement the program. The Contractor and COR will develop and administer training to employees and work with them to achieve the program's goals. The Contractor shall provide a monthly tracking reporting system that shall allow for TVHS to track all wastes from the point of generation as a means to identify waste volume and classification. This report shall clearly demonstrate the facilities classification of wastes and opportunities for reduction. The report shall track all waste streams to include solid waste, recycling, and diverted wastes. The report shall also provide recycling data (e.g. pounds and type). The Contractor shall provide a sample of the proposed report to the COR for approval. This sample shall be submitted within thirty (30) calendar days of receipt of the Notice of Award. See Appendix A for a suggested format. TRAINING REQUIREMENTS The Contractor and TVHS will train employees on the different types of waste in their area (solid waste, recyclables, etc.) and where to properly dispose of it. The contractor shall monitor and track cost, waste generation by type and location, and training records for employees. The frequencies and locations of training varies and is dependent on the deficiencies identified and programs and processes implemented. All training records shall be sent electronically to the COR. The Contractor understands they shall provide subsequent briefing and in-service training for TVHS in support of contractor objectives. This training shall be conducted at no additional cost to the VA. Dates and times of training will be mutually agreed upon between the Contractor and the COR. The Contractor shall provide training for all sites as deemed necessary to include initial training for Environmental Management Service personnel on any new procedures relative to the handling/processing of the different waste streams. All training schedules shall be coordinated with the COR. MONETARY RECYCLING CREDIT The VA understands the recycling market varies over time with respect to waste streams that have value rather than cost. The Contractor will furnish to the COR a revised listing of all waste streams with credits reflecting increases or decreases quarterly. The listing will be broken out by waste stream and when feasible reference industry markets or demands citing increases or decreases. Any monetary recycling credit due to TVHS for recyclable materials will be paid within 30 days of processing materials along with a description of the materials recycled and the credit applied to each category of recyclable materials. Credits due to TVHS will be paid to the facility through CHECK rather than deducted from the monthly invoice. The check shall be made out to Tennessee Valley Healthcare System and must include the verbiage: recycling revenue for deposit in FCP 581. COMPACTOR REQUIREMENTS 9.1 Maintenance. The contractor shall maintain all compactors in proper operating condition according to the manufacturer s specifications. In the event of failure, the contractor shall respond to the maintenance request within 4 hours from the time the contractor is notified of any failure. Contractor will provide a 24-hour emergency number for TVHS to call in the event of an emergency. If the contractor cannot repair the compactor(s) within 24 hours of notification, the contractor shall replace the self-contained unit associated with the inoperative compactor with a comparable size open-top container. In this event, unless the self-contained unit is full, the contractor shall not charge TVHS for removal of the waste within the self-contained unit. All repairs shall be accomplished within 72 hours of notification. Only the contractor s experienced and qualified personnel shall repair and maintain the equipment. In addition, the contractor shall repair and maintain the equipment in accordance with manufacturer s specifications. There should be no charge to the VA for any repairs or maintenance on Contractor s equipment unless such damage is determined to be due to negligence or vandalism of TVHS. The contractor shall use compactors that are fully enclosed, vermin-proof, leak-proof, fire-retardant, clean and sanitized. TVHS reserves the right to request containers be cleaned due to foul odors or other contaminants. Requests to clean containers will be fulfilled within 24 hours of notification and at no additional charge to TVHS. All compactors shall include the latest energy efficient technology. TVHS recommends similar technology to Waste Management s SmartEnergy Compactors. Benefits of this technology include: Reduction of electricity consumption by as much as 70% versus traditional compactors resulting in lower operating costs and a reduced carbon footprint. Provides lower energy usage through equal compaction performance and cycle times compared to traditional compactors. Equipped with compactor monitoring technology. This enables a waste company to optimize when a compactor needs to be emptied, eliminating unnecessary pickups and greenhouse gas emissions. TVHS has the responsibility of being efficient with tax payer dollars. If the use of this technology indicates that a particular compactor is requiring twice weekly pickup, yet the Service Schedule identified in Section 2.2 indicates four times weekly, then the Contractor will empty the compactor twice weekly and bill TVHS for two pickups. To maximize efficiency and minimize the impact on the environment, the use of this technology supersedes the Service Schedule in Section 2.2. Electronic controls are powered by solar energy, while the compactor cycle is traditionally powered. If the compactor doesn t have the maximum solar charge, it is equipped with constant AC-powered backup so that we can always run a cycle while the battery recovers. The compactor has a two-speed system, which actually downshifts when it needs more compression and uses less energy than a traditional one-speed system. Charge box fullness indicator encourages users to run cycles only when needed, reducing our company s electricity usage and carbon footprint. This technology and equipment is a visible statement to our stakeholders about our commitment to sustainability. The Contractor shall submit a cutsheet of the proposed equipment as part of their submittal so it may be reviewed by TVHS officials. The contractor shall provide self-contained units with permanent hose couplings compatible with the city or town fire department s equipment in which the unit is located. 9.2 Keys. All compactors and other equipment that require keys will be keyed alike throughout TVHS. An adequate supply of keys will be provided to the COR upon request without additional charge. 9.3 Hydraulic Fluid. All hydraulic equipment shall utilize vegetable or other non-toxic environmentally friendly fluid that will minimize impact to the environment. Contractor must use all reasonable efforts to mitigate any leaks and all incidents of leaking equipment will be reported to the COR without delay and without failure regardless of the size of the leak. The Contractor shall submit a cutsheet of the proposed equipment as part of their submittal so it may be reviewed by TVHS. OTHER REQUIREMENTS 10.1 Licenses/permits. The Contractor shall obtain all licenses and permits necessary to perform the work under the contract. 10.2 Documentation. Contractor will be required to supply monthly data to the COR.   This data will include (1) weight of waste picked up at TVHS for the prior month, (2) the cost that TVHS paid to the contractor for the prior month, and (3) the amount of waste diverted toward recycling.   All data will be broken down by campus (and satellite locations as applicable).   All data will be broken down by disposed/recycled items (eg. Solid Waste, Cardboard, Metal, Yard Waste, etc.) and shall be reported in pounds or tons along with the credit or cost for that category of materials. All data shall be submitted to the COR by the 7th day of the following month.   The COR may provide a standard form to the contractor for the contractor to complete. See Appendix A for a suggested format. Contractor will provide Certificates of Recycling or an equivalent to validate material sent for recycling. The data shall be emailed to the COR. 10.3 Invoicing. Vendor will submit one invoice per campus, monthly in arrears to the VA Electronic Payment System http://www.tungsten-network.com/US/en/veterans-affairs. Invoice will include the dates of service performed during that month along with the number of containers pulled. Invoice format shall reflect and not deviate from the pricing cost proposal submitted (sample provided below). SAMPLE Alvin C. York Campus March 2017 Line 01 35 CU YD self-contained unit for general trash located at Building #2 loading dock serviced on Wednesdays: 3/6(891 lbs) 3/13 (1023 lbs) 3/20 (999 lbs) 3/27 (1117 lbs) 4030 lbs @ $.06/lb = $241.80 10.4 Point of Contact. There shall be one Contractor contact phone number for all sites. There shall be one Contractor representative who will function as the contact person for all sites. 10.5 Deviations from Contract. Contractor shall obtain approval from the COR of any cancellations or deviations from scheduled services. Contractor shall reschedule said services at a mutually agreed upon timeframe. 10.6 Quality Assurance Surveillance Plan. The Contractor is responsible for the effective implementation of their Quality Control Program and shall be responsive to the requirements of the Quality Assurance Surveillance Plan (QASP) in this SOW. 10.7 At contract expiration or termination, Contractor coordinates with TVHS and incoming Contractor to ensure smooth transition of equipment and services and there are no risks to public health or safety of persons. APPENDIX A Proposed Waste Management/Recycling Pricing and Cost Schedule Contractor will supply the best option for waste stream segregation and container location to meet the waste volume needs of the VA and help achieve a 50% or greater recycling/diversion rate by the end of the 2nd Option Period of the contract. Contractor will provide pricing per pound for each separate waste stream collection method. Costs per pound will be all inclusive for the disposal of each stream (transportation, tipping fees, insurance, fuel, etc.) Costs will be designated as a positive number and credits designated as negative number. All costs will be totaled for each facility. Contractor will also identify method of disposal (landfill, recycling, incineration, etc.). Provide pricing for waste streams listed below. List any recyclable waste streams and cost per pound on each worksheet below (quantities may be unknown). See Example for details. WORKSHEET EXAMPLE WASTE STREAMS IN TVHS (ANNUAL FIGURES) Waste Stream Disposal Method Est Lbs Cost|Credit/lb Total Examples Solid Waste 3,586,120 Cardboard 463,080 Mixed Metal 214,140 Yard Waste 240,180 Wood 542,260 Construction Debris 536,040 Solid Fill 825,880 Plastic Recycled 11,718 $.03 $352 Metal Recycled 64,312 -$.04 -$2572 Glass Bottles Recycled 37,997 -$.02 -$760 Computers Diverted/Donated 25,961 $.00 $0........ TOTAL COST (EXAMPLE YEAR, 10/01/XX to 09/30/XX) $_____________________ WORKSHEET EXAMPLE BASE YEAR WASTE STREAMS IN TVHS (ANNUAL FIGURES) Waste Stream Disposal Method Est Lbs Cost|Credit/lb Total.................... TOTAL COST (BASE YEAR, 10/01/XX to 09/30/XX) $_____________________ WORKSHEET EXAMPLE OPTION PERIOD 1 WASTE STREAMS IN TVHS (ANNUAL FIGURES) Waste Stream Disposal Method Est Lbs Cost|Credit/lb Total.................... TOTAL COST (OPTION PD 1, 10/01/XX to 09/30/XX) $_____________________ WORKSHEET EXAMPLE OPTION PERIOD 2 WASTE STREAMS IN TVHS (ANNUAL FIGURES) Waste Stream Disposal Method Est Lbs Cost|Credit/lb Total.................... TOTAL COST (OPTION PD 2, 10/01/XX to 09/30/XX) $_____________________ WORKSHEET EXAMPLE OPTION PERIOD 3 WASTE STREAMS IN TVHS (ANNUAL FIGURES) Waste Stream Disposal Method Est Lbs Cost|Credit/lb Total.................... TOTAL COST (OPTION PD 3, 10/01/XX to 09/30/XX) $_____________________ WORKSHEET EXAMPLE OPTION PERIOD 4 WASTE STREAMS IN TVHS (ANNUAL FIGURES) Waste Stream Disposal Method Est Lbs Cost|Credit/lb Total.................... TOTAL COST (OPTION PD 4, 10/01/XX to 09/30/XX) $_____________________ All interested companies shall provide quotation(S) for the following: Price/Cost Schedule Line Item Description Quantity Unit Price Total Price 0001 Base Year: TVHS Municipal Solid Waste and Recycling Services. Period of Performance 01/01/2019 to 12/31/2019. 12 Months 0002 Option Year 1: TVHS Municipal Solid Waste and Recycling Services. Period of Performance 01/01/2020 to 12/31/2020. 12 Months 0003 Option Year 2: TVHS Municipal Solid Waste and Recycling Services. Period of Performance 01/01/2021 to 12/31/2021. 12 Months 0004 Option Year 3: TVHS Municipal Solid Waste and Recycling Services. Period of Performance 01/01/2022 to 12/31/2022. 12 Months 0005 Option Year 4: TVHS Municipal Solid Waste and Recycling Services. Period of Performance 01/01/2023 to 12/31/2023. 12 Months TOTAL PRICE For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.   The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.   The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.   This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the above pricing schedule. Not completing the pricing will result in unsuccessful quote. Price will be evaluated based on the lowest summary price. Technical Requirements that the Contractor Shall Provide: FACTOR 1: Technical Capability (Best Value Determination) SUBFACTOR A: Segregation of Materials. Proposal shall explain how recyclable materials will be segregated from MSW when recyclable materials end up in the roll-offs, dumpsters, etc. This applies to readily available items identified in the dumpsters. For example, the Contractor identifies large pieces of metal or a wooden desk in a dumpster. It is expected the Contractor will extricate the recyclable materials and place them in the appropriate recycling stream. The Contractor is not expected to open bags of trash to find recyclable materials. SUBFACTOR B: Recyclable and Donated Materials. Proposal shall describe in detail how the list (not all-inclusive) of the nearly 200 potentially recyclable materials in the Performance Work Statement (PWS) shall be collected and recycled. Additionally, the proposal shall identify if recyclable materials will be collected through a single-stream process and how the contractor will donate materials than cannot be recycled. Proposal shall describe how the offeror intends to help the VA accomplish their 50% goal of diversion and recycling. SUBFACTOR C: Waste Audit. Proposal shall identify a detailed description of how the annual waste audit will be performed and include an example of a finished report VA can expect to receive. SUBFACTOR D: Program Training. Proposal shall provide a copy of the training materials that the Contractor will provide to VA employees relevant to solid waste and recyclables collection, management and disposal. SUBFACTOR E: Monetary Recycling Credit. Proposal shall describe the process of how VA will be compensated for recycled materials that have value rather than cost. Details shall include how the industry value or cost is calculated and the official industry source where this data was acquired. SUBFACTOR F: Equipment Program. Proposal shall include a detailed plan for routine equipment maintenance and; include cutsheet for equipment using SmartEnergySM or similar technology and; cutsheet and ingredient list of the non-toxic environmentally safe hydraulic fluid to be used in all equipment. FACTOR 2: Past Performance. Evaluation of submitted past performance questionnaires and CO review of the CPARS system. Past Performance: (Past Performance is part of Technical) Offerors may provide up to three references of their performance providing the same or similar services matching the magnitude and complexity of this requirement within the last three years to include the following information:                     Contract Number                     Dollar Value                     Dates of performance                     Name of Contracting Agency/Hospital                     Point of Contact at that Agency/Hospital                     Point of Contact information (i.e. email address, telephone number, etc.)                     A brief description of the work effort sufficient to demonstrate the relationship between the reference contract and the proposed effort. b. The Offeror s present and past work record will be used to evaluate the Offeror s reputation for a record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror s business-like concern for the interest of the customer to indicate probability of successful performance. c. Offerors must provide the Past Performance Questionnaire (Attachment A), for up to three (3) Past Performance References of the same size and scope, instructing them to complete the form and Email the completed form per the instructions on the Questionnaire, by Nov 27, 2018 2:00 PM CST.   FACTOR 3: Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes shall be submitted via e-mail. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ Quotes must be received on/or before Nov 27, 2018, 2:00 PM CST to be considered for award. Vendors shall provide a minimum quote acceptance period of 90 calendar days after RFQ closing for offers Award The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The period of performance is the following: Base year: Jan 01, 2019 to Dec 31, 2019 Option Year 1: Jan 01, 2020 to Dec 31, 2020 Option Year 2: Jan 01, 2021 to Dec 31, 2021 Option Year 3: Jan 01, 2022 to Dec 31, 2022 Option Year 4: Jan 01, 2023 to Dec 31, 2023 Place of Performance Alvin C. York Campus Nashville Campus 3400 Lebanon Pike 1310 24th Avenue South Murfreesboro, TN 37129 Nashville, TN 37212 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: 52.203-17, CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) 52.204-21, BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JAN 2017) 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) 52.232-18, AVAILABILITY OF FUNDS (APR 1984) 52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) 852.219-10, VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) 852.219-74, LIMITATIONS OF SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) CL-120 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers 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 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6. RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995) 52.204-10. REPORTING EXECUTIVE COMPENSATION & FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-14, SERVICE CONTRACT REPORTING REQUIREMENTS (OCT 2016) 52.209-6. PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9, UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIILITY MATTERS (JUL 2013) 52.219-8. UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.219-28. POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3. CONVICT LABOR (JUNE 2003) 52.222-17, NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014) (E.O. 13495) 52.222-21. PROHIBITION OF SEGREGATED FACILITIES (APR 2015). 52.222-26. EQUAL OPPORTUNITY (SEPT 2016) 52.222-35. EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36. EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37. EMPLOYMENT REPORTS ON VETERANS (FEB 2016) 52.222-40. NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-41. SERVICE CONTRACT LABOR STANDARDS (MAY 2014) 52.222-42. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-43. FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 2014) 52.222-50. COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-54. EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.222-55. MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015). 52.222-62. PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) 52.223-18. ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13. RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-33. PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (31 U.S.C. 3332) The following solicitation provisions apply to this acquisition: 52.209-7, INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) (a) Definitions. As used in this provision "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2017) applies to this acquisition. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1: Technical Capability (Best Value Determination) SUBFACTOR A: Segregation of Materials. Proposal shall explain how recyclable materials will be segregated from MSW when recyclable materials end up in the roll-offs, dumpsters, etc. This applies to readily available items identified in the dumpsters. For example, the Contractor identifies large pieces of metal or a wooden desk in a dumpster. It is expected the Contractor will extricate the recyclable materials and place them in the appropriate recycling stream. The Contractor is not expected to open bags of trash to find recyclable materials. SUBFACTOR B: Recyclable and Donated Materials. Proposal shall describe in detail how the list (not all-inclusive) of the nearly 200 potentially recyclable materials in the Performance Work Statement (PWS) shall be collected and recycled. Additionally, the proposal shall identify if recyclable materials will be collected through a single-stream process and how the contractor will donate materials than cannot be recycled. Proposal shall describe how the offeror intends to help the VA accomplish their 50% goal of diversion and recycling. SUBFACTOR C: Waste Audit. Proposal shall identify a detailed description of how the annual waste audit will be performed and include an example of a finished report VA can expect to receive. SUBFACTOR D: Program Training. Proposal shall provide a copy of the training materials that the Contractor will provide to VA employees relevant to solid waste and recyclables collection, management and disposal. SUBFACTOR E: Monetary Recycling Credit. Proposal shall describe the process of how VA will be compensated for recycled materials that have value rather than cost. Details shall include how the industry value or cost is calculated and the official industry source where this data was acquired. SUBFACTOR F: Equipment Program. Proposal shall include a detailed plan for routine equipment maintenance and; include cutsheet for equipment using SmartEnergySM or similar technology and; cutsheet and ingredient list of the non-toxic environmentally safe hydraulic fluid to be used in all equipment. FACTOR 2: Past Performance. Evaluation of submitted past performance questionnaires and CO review of the CPARS system. FACTOR 3: Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate quotes in accordance with FAR Part 13.106-2(b)(3), Comparative Evaluation Procedures. The Government will select the quote deemed the best value when compared to other quotes. The Government will use the factors listed above to determine the best value. Lowest price may or may not be deemed the best value. The Government will directly compare quotes to each other, considering the value indicators listed above. Direct Comparative Evaluations will be based on the above referenced factor. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.217-5. EVALUATION OF OPTIONS (JUL 1990) 52.216-1, TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this RFQ. 52.233-2. SERVICE OF PROTEST (SEPT 2006) Hand-Carried Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Mailing Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 852.233-70. PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation 852.233-71. ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 852.252-70. SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference External link to a government website. Copies may also be obtained from the contracting officer. 852.270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor 852.273-74, AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary This is an open-market combined synopsis/solicitation for Municipal Solid Waste and Recycling Services 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Nov 27, 2018 at 2:00 pm central via email to tara.hammrich@va.gov. The subject line must specify 36C24919Q0035 Municipal Solid Waste and Recycling Services. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer Tara Hammrich at tara.hammrich@va.gov. Point of Contact Contracting Officer Name: Tara Hammrich Organization: NCO 9 Phone No.: 615-225-3357 E-Mail Address: tara.hammrich@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0035/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24919Q0035 36C24919Q0035.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676076&FileName=36C24919Q0035-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676076&FileName=36C24919Q0035-004.docx

 
File Name: 36C24919Q0035 Attachment A PAST Performance QUESTIONNAIRE Waste.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676077&FileName=36C24919Q0035-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676077&FileName=36C24919Q0035-005.docx

 
File Name: 36C24919Q0035 Attachment B QASP MSW and Recycling.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676078&FileName=36C24919Q0035-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676078&FileName=36C24919Q0035-006.docx

 
File Name: 36C24919Q0035 Attachment C Wage Determination WD 15-4647 (Rev-9) dated 31 July 2018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676079&FileName=36C24919Q0035-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4676079&FileName=36C24919Q0035-007.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05148762-W 20181111/181109230442-06ddf6191c2ca650846086cd4c28fd05 (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.