Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

S -- Regulated Non-Medical Waste Disposal & Recycling

Notice Date
8/13/2020 7:15:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q1039
 
Response Due
9/2/2020 12:00:00 PM
 
Archive Date
12/10/2020
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: 212 686 7500 6081
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR REGULATED NON-MEDICAL WASTE DISPOSAL AND RECYCLING AT NY HARBOR HEALTHCARE SYSTEM, NY (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 - Simplified Procedures for Certain Commercial Items , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes 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 Contract-Opportunities at beta.SAM.gov on RFQ reference number 36C24220Q1039. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, VAAR Update 2018-23. (iv) This procurement is being issued as Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside Open Market Solicitation. The North American Industry Classification System (NAICS) code is 562112 Hazardous Waste Collection with a Small Business Size Standard of $45.1 Million. (v) The Contractor shall provide pricing to provide services for Regulated Non-Medical Waste Disposal and Recycling. Table is optional. Contractors can use their own pricing table but must ensure each Option Period is priced separately. See table below: PRICING TABLE FOR: Regulated Non-Medical Waste Disposal and Recycling. Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE MONTHLY COST TOTAL PRICE 0001 Base Period: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus -Provide Labor for pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. HR 0002 Base Period: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Other Direct Costs associated with pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 0003 Base Period: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Overhead Cost for services to provide pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 0004 Base Period: NYHHS Manhattan Campus Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. 4 YR 0005 Base Period: NYHHS Brooklyn Campus and St. Albans CLC Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. . 1 YR 0006 Base Period: Profit 12 MO Total Base Year: 1001 Option Year 1: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus -Provide Labor for pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. HR 1002 Option Year 1: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Other Direct Costs associated with pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 1003 Option Year 1: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Overhead Cost for services to provide pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 1004 Option Year 1: NYHHS Manhattan Campus Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. . 4 YR 1005 Option Year 1: NYHHS Brooklyn Campus and St. Albans CLC Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. 1 YR 1006 Option Year 1: Profit 12 MO Total Option Year 1: 2001 Option Year 2: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus -Provide Labor for pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. HR 2002 Option Year 2: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Other Direct Costs associated with pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 2003 Option Year 2: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Overhead Cost for services to provide pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 2004 Option Year 2: NYHHS Manhattan Campus Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. . 4 YR 2005 Option Year 2: NYHHS Brooklyn Campus and St. Albans CLC Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. 1 YR 2006 Option Year 2: Profit 12 MO Total Option Year 2: 3001 Option Year 3: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus -Provide Labor for pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. HR 3002 Option Year 3: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Other Direct Costs associated with pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 3003 Option Year 3: NYHHS Brooklyn, St. Albans CLC and Manhattan Campus Overhead Cost for services to provide pick up and disposal of regulated non-Medical hazardous waste, non-hazardous waste, universal waste and recycling services. 12 MO 3004 Option Year 3: NYHHS Manhattan Campus Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. 4 YR 3005 Option Year 3: NYHHS Brooklyn Campus and St. Albans CLC Provide filters, maintenance, changeout and recycling of dental Amalgam Separator Systems in accordance with Manufacturer s Instructions. 1 YR 3006 Option Year 3: Profit 12 MO Total Option Year 3: Base and All Options Total: (vi) Description of requirement: See attached Statement of Work (SOW). Period of Performance: The Base Period of Performance (POP) will be 1 year from 10/01/2020 with the provision of 3 Options Years. The planned services will be via a yearly contract period. A Base Contract Period with be set up with the option to renew the contract on a yearly basis for at least 3 additional years (Options 1 - 3). Contracting Office Address: VISN 2 Network Contracting Office Manhattan NY Harbor Healthcare System 423 East 23rd Street New York, New York 10010 Place of Performance: Department of Veterans Affairs NY Harbor Healthcare System 423 East 23rd Street New York, New York 10010 (vii) 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 36C24220Q1039; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); 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 will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.216-1 Type of Contract (APR 1984) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. (a) Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The following factors shall be used to evaluate offers. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the Statement of Work (SOW). Contractor shall provide an Integrated Pest Management plan. A) Understanding of the Requirement: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The offeror shall provide 3-5 instances of past experience similar in nature, scope, complexity, difficulty and size to that which will be supplied under the prospective contract contemplated by this solicitation. C) Licensing/Certifications: Contractor shall provide proof that all service technicians, drivers/transporters under this requirement are licensed/certified to handle Regulated Non- Medical Waste Disposal and Recycling. Contractor shall provide proof that it is licensed to conduct business as Hazardous Waste Collection for Regulated Non-Medical Waste in NYS. Contractor shall have Current Waste Transporter Permits and Operators permits. Past performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (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. (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. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies 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 (OCT 2018), 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) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.237-75 Key Personnel (SEP 2019) (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. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-14 Limitations on Subcontracting (Jan 2017) if setting aside for SB 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-17 Non-displacement of Qualified Workers (MAY 2014) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 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) (Aug 2018) 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 (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) N/A (xv) This is an Open-Market Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside combined synopsis/solicitation for Regulated Non-Medical Waste Disposal and Recycling services at the NY Harbor Healthcare System VA Medical Center 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). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than 3:00 PM EST, Wednesday, September 2, 2020. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Monday, August 24, 2020 at 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, (212) 686-7500 Ext 6090; Monique.Paltan@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c76bb022dbee4af59090ad00f28d80eb/view)
 
Place of Performance
Address: Department of Veterans Affairs NY Harbor Healthcare System 3 Sites (Brooklyn, Manhattan and St. Albans CLC) 423 East 23rd Street, New York, NY 10010, USA
Zip Code: 10010
Country: USA
 
Record
SN05756555-F 20200815/200813230157 (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 |
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.