SOURCES SOUGHT
S -- 765-21-1-064-0001 -WASTE REMOVAL- Hines CMOP
- Notice Date
- 5/29/2020 8:48:37 AM
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NATIONAL CMOP OFFICE (36C770) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C77020Q0406
- Response Due
- 6/10/2020 11:00:00 AM
- Archive Date
- 07/10/2020
- Point of Contact
- angela.waalkes@va.gov, Angel Waalkes, Phone: 913-684 0147
- E-Mail Address
-
Angela.Waalkes@va.gov
(Angela.Waalkes@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- OVERVIEW The Veteran Affairs (VA), Consolidated Mail Outpatient Pharmacy (CMOP) Contracting Office is issuing this Sources Sought synopsis to conduct market research to identify parties with an interest in and the resources to provide all labor, equipment, necessary materials, personnel, and expertise to provide trash and recycling service to the CMOP facility located in Hines, Illinois. The results of this market research will contribute to determining the method of procurement. For the purposes of this RFI/Sources Sought announcement, the North American Industry Classification System (NAICS) code is 562111 with the size standard of $41.5 M. THIS IS NOT A SOLICITATION AT THIS TIME. this request for capability information does not constitute a request for quote; submission of any information or response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs and cured. Requests for a solicitation will not receive a response. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SERVICES BEING SOUGHT Contractor to provide equipment and removal of non-hazardous waste and recyclable waste (cardboard, metal and plastic commodities) from the Great Lakes Consolidated Mail Out-Patient Pharmacy (GL-CMOP), 5th and Roosevelt Building 37NW, Hines IL 60141. Recyclable materials are to be sold and revenue returned to GL-CMOP. The work described shall be performed by trained, qualified technicians in accordance with the manufacturer s recommendations. Proposed solution must minimize required contractor collection frequency and maximize collection volume. CLEANLINESS: Contractor will be responsible for keeping the area surrounding the recycling equipment clean. Waste shall be removed to an EPA approved landfill. All spillage occurring during pick up shall be cleaned by the contractor at the time of pick up/spill. Roll-offs and skids for waste shall be provided by the contractor as needed. Dumpster shall be cleaned and sanitized prior to placement back into service. In the event a dirty or foul-smelling container is delivered, the contractor shall pick up and clean and sanitize at no cost to the Government within 4 hours after telephone notification. TIMELY: Waste shall be picked up a minimum of one time per week, currently Fridays, with an optional pick-up date during the week, as needed. Pick-up and return of a dumpster or transferring the contents from the existing dumpster to contractor s mode of removal are both acceptable methods. Note: The dumpster turnaround time shall not exceed two (2) hours. The minimum collection for recyclables is described below. Garbage/Trash only, picked up bi-weekly Recycle picked up bi-weekly Open roll-offs roll-offs shall be delivered on Saturday before 7:00 am and picked up on Monday before 5:30 am One for mixed construction materials, picked up every other month One for recyclable metal, picked up every other month RECYCLABLES: The contractor shall recycle for revenue. Weigh tickets issued by the recycling center shall be provided to the GL-CMOP and revenue from recycling shall be issued by check or money order monthly to the Financial Manager at the GL-CMOP. Trucks used by the contractor to pick up recyclable waste shall be clean and accessible to forklifts for loading. A VA representative will load skids and bales onto trucks via forklift or hand-truck as needed to facilitate removal. Containers to facilitate recycling (skids/cardboard boxes) shall be provided by the contractor as needed. Recyclable plastic bottles, recyclable plastic film, mixed paper, and recyclable cardboard shall be picked up bi-weekly, currently Tuesdays and Thursdays Miscellaneous recyclable items to include toner cartridges, toner waste, batteries, small electronics, circuit boards, scrap plastic, and small pieces of scrap metal shall be included in the regularly scheduled pick up of recyclables Recyclable metal shall be picked up once every two months; GL-CMOP will give the contractor five (5) days advanced notice to schedule delivery Mixed construction material (wood, metal, non-recyclable plastic, scrap) shall be picked up every two months; GL-CMOP will give the contractor five (5) days advanced notice to schedule delivery PAST USAGE: Type of Equipment Size Amount Garbage 30 Cubic Yard dumpster One (1) pick-up per week, full dumpster Plastic type 1-3 4 x 4 x 5 Skid 6-7 skids per week Plastic type 5 4 x 4 x 5 Skid 2-3 skids per week Mixed paper 4 x 4 x 5 Skid 3-4 skids per week Plastic film 4 x 5 x 2.5 compressed bale 1-2 skids/bales per week Cardboard 4 x 5 x 2.5 compressed bale 33-38 skids/bales per week Mixed construction (i.e. mix of wood, metal, plastic, scrap, etc.) Dumpster, open roll-off 1 drop-off/pick-up approximately every two months Scrap metal for recycle Dumpster, open roll-off 1 drop-off/pick-up approximately every two months **NOTE: Past usage does not necessarily indicate current or future need CONTRACT TYPE: This will be an indefinite delivery, indefinite quantity (IDIQ), firm-fixed price (FFP) contract. TRAVEL: The cost of travel and/or travel time to and from the job site will be at the contractor s expense, no cost to the Government. RESPONSE: If contractor supplied equipment becomes inoperable or unsafe equipment must be repaired by 3:30 PM the day after it is reported. Temporary commodity containment equipment must be supplied by the contractor to facilitate continued commodity storage while equipment is inoperable or unsafe. GL-CMOP has the right to refuse ill maintained or faulty equipment to include contractor s trucks, trailers, roll-offs, and dumpsters. UNSCHEDULED COLLECTION: If the contractor is unable to make a scheduled collection, an alternate collection must be made within one day of the originally scheduled collection date. AGREEMENT: Contractor shall sign a Business Associate Agreement (BAA) in accordance with the Health Insurance Portability and Accountability Act (HIPAA), the Health Information Technology for Economic and Clinical Health Act (HITECH) Act, and the HIPAA Privacy, Security, Breach Notification, and Enforcement Rules ( HIPAA Rules ), 45 C.F.R. Parts 160 and 164, for the Use and Disclosure of Protected Health Information (PHI). WORK TIME: Work will be done during normal business hours (5:30 am through 11:59 pm, Monday through Friday), excluding holidays. Access gates are locked after hours. PAYMENTS: Pursuant to FAR Clause 52.212-4(g), payment will be made in arrears after receipt of properly prepared invoices, provided that the following has been met: Only original invoices will be certified for payment. Carbons or photocopies will not be accepted. In order to properly administer this contract, it is mandatory the contractor will include weight tickets with their monthly invoice. Contractor will also provide copies of commodity sales receipts with their monthly invoice. Contractor will provide current market rate data for recyclables. Contractor will provide monthly checks for recyclable commodities. PERIOD OF SERVICE: The term of this contract is for a base period of one year with four optional years for renewal that may be exercised at the sole discretion of the government. QUALIFICATION OF OFFERORS: Proposals will be considered only from offerors who are regularly established in the business called for and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. ENGLISH LANGUAGE REQUIREMENT: The contractor technician(s) will have the ability to speak, read and write the English language. SMOKING POLICY: Smoking is not permitted within or around CMOP facility. SAFETY REQUIREMENTS: Technicians are subject to OSHA 1910 Article 178 standards. In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of the occupant of any building. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, the contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, his representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any apart of the work and hold the contractor in default as provided for elsewhere in this contract. STANDARDS OF CONDUCT: The Contracting Officer or Contracting Officer s Representative shall refer to the Contractor for immediate action (including, but not limited to, removal from the work site) any contract technician whose personal or professional conduct jeopardizes or interferes with the regular and ordinary operation of the CMOP facility. Breaches of conduct include, but are not limited to, intoxication or debilitation resulting from drug use; theft; dereliction; negligence in performing tasks or other conduct resulting in complaints by staff or management. DRUG SCREENING: Contract technicians performing services at the CMOP facility may be subject to random drug screening or screening for cause as determined by VA, to ensure compliance with the standard in 38 CFR 1.218. RESPONSE (CAPABILITY) To assist the Government in identifying potential sources, the respondents will need to provide documentation that sufficiently addresses their organization s qualifications, ability to perform as a prime contractor for the services required. Documentation will need to include the following: Company name, address, and DUNS number; Company point of contact to include phone, fax, and e-mail information; Company s socioeconomic status (e.g. small business, service disabled veteran owned small business, large business) Number of employees as defined by the Federal Acquisition Regulation (FAR) Part 19.101 and (f) the amount of annual receipts as defined by the Federal Acquisition Regulation (FAR) Part 19; Contract numbers, along with points of contact for the contracting officer and contracting officer s representative of recent (within the last 24 months) contracts you have held of the same or similar size and scope as what is presented in this sources sought notice; Detailed explanation speaking to your company s capability and experience in providing trash and recycling service within the Hines, IL geographic region and how response times will be addressed. Provide specific examples of contractor equipment going down and how that issue was addressed (time specifics and solution). All interested offerors should submit this information by email to: angela.waalkes@va.gov by 3:00 pm, May 12, 2020. DISCLAIMER This RFI/Sources Sought is issued solely for market research purposes only and does not constitute a solicitation. All information received in response to this RFI/Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI/Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/12d066157f8b484998e734e6bf3d9d2c/view)
- Place of Performance
- Address: VA CMOP Hines, IL 5th and Roosevelt Building 37 NW Hines, IL 60141
- Record
- SN05675064-F 20200531/200529230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |