The RFP Database
New business relationships start here

541-19-1-0355-0062/Earth Smart/Scrap (VA-19-00022792)


Ohio, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12 and 13 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25019Q0365 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. This procurement is set-aside 100% Small Business and only qualified Offerors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 562111 Solid Waste Collection, the small business size standard is 1,250 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer AND if the item is on a FSS/GSA schedule awarded to the Offeror include the schedule information on your offer.

This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-2 Evaluation Commercial Items (Lowest Price Technically Acceptable), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99, and 52.204-4. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Evaluation: will be made using the procedures under FAR 13. Offers will be evaluate using the Lowest price technically Acceptable (LPTA).
The following VAAR Clauses apply
852.203-70 Commercial Advertising 852.211-70 Service Data Manuals
852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside.
852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least two year) 852.246-71 Inspection

The Following VAAR Provisions apply
852.211-72 Technical Industry Standards

Set-Aside Requirement: Only verified 100% Small Business firms are eligible to submit a quote or receive an award of a VA contract that is set-aside for Small Business in accordance with VAAR Part 819.
Quote must be good for 30 calendar days after close of this Combined Synopsis Solicitation.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

1. STATEMENT OF WORK
A. Background: The Louis Stokes VA Medical Center generates hundreds of pounds of scrap materials and equipment on a weekly basis that need to be removed from the property and disposed of appropriately via authorized metal scrap contractors. Scrap can be in the form of pieces of metal, wood, ceramic, and plastics or unserviceable equipment that can be rendered as scrap that cannot be disposed in a dunnage bin. Due to limited space and unknown deadlines to remove unnecessary scrap materials, it is necessary to maintain a scrap recycling service that will remove scrap items from the facility. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC) is seeking a contractor to provide pickup and removal of scrap metal items from the following locations:
Louis Stokes Cleveland VA Medical Center
10701 East Boulevard
Cleveland, Ohio 44106

Ohio Western Reserve National Cemetery
10175 Rawiga Road
Rittman, Ohio 44270

JTC- 7635 Hub Parkway
Valley View, Ohio 44125

APG- 220 Eastview Drive
Brooklyn Heights 44131

5290 Commerce Pkwy
Cleveland Ohio 44130

The contractor shall provide all management, supervision, labor, materials, supplies, transportation and equipment to complete the work.

B. Task 1 - Enterprise Management Controls.

Subtask 1.1 - The contractor will be called by Logistics Service authorized personnel notifying the contractor of pick-up service. They will provide a description and location of the pick-up. The contractor will respond within a 48 hour period.

Subtask 1.2 - The contractor will be provided release document(s) and inspected by site personnel before leaving the premises.
Subtask 1.3 - Any items: The contractor will be inspected by site personnel before leaving. The contractor will be escorted and directed to the items that need to be removed.
C. Task 2. Recycle Proceeds
Subtask 2.1. The contractor will provide recycle proceeds of any items that were scrapped and any monies need to be delivered to the Agent Cashier at Louis Stokes VA Medical Center (00541).
Subtask 2.2. Copies of recycle proceeds document(s) will be provided to Logistics Service 90 (W) within one week of taking recycled items that were disposed at local recycle centers.
2. PERFORMANCE MONITORING
Logistics Service COR will document performance as required and maintain it in the contract folder for future use and maintain it as an historical record. The COR will receive and ask for comments and feedback from warehouse personnel supervising the contractor when pick-ups are made.
3. SECURITY REQUIREMENT
The contractor is required to report to the Wade Park warehouse or the Rittman National Cemetery as required and show ID and let the department know of their visit. No logical access is required by the contractor. The only physical access will be granted by permanent VA supervision personnel at each site.
4. GOVERNMENT FURNISHED EQUIPMENT
The Contractor must provide his own equipment. Warehouse personnel will utilize any moving equipment to the extent of staging items for pick-up.
5. RISK CONTROL
The contractor will have their own supervisor authorized to communicate with facility warehouse personnel. No contact with patients. The contractor will assume all safety precautions prior to removing items from premises and will supply their own personnel protective materials.
6. PERIOD OF PERFORMANCE:
Base Year: Twelve (12) months from Date of award
Option Year 1: Twelve Months from Date of Exercised Option
Option Year 2: Twelve Months from Date of Exercised Option
Option Year 3: Twelve Months from Date of Exercised Option
Option Year 4: Twelve Months from Date of Exercised Option
7. PRICE/COST SCHEDULE

Base Year: Twelve (12) months from Date of award
CLIN
Description
QTY
EST
Unit
Unit Cost
Total Cost
1
Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap.
Steel

Aluminum

Wood

Plastic






9

3

4.2

2.4







Gross Ton





Option Year 1: Twelve Months from Date of Exercised Option
CLIN
Description
QTY
EST
Unit
Unit Cost
Total Cost
2
Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap.
Steel

Aluminum

Wood

Plastic






9

3

4.2

2.4







Gross Ton




Option Year 2: Twelve Months from Date of Exercised Option
CLIN
Description
QTY
EST
Unit
Unit Cost
Total Cost
3
Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap.
Steel

Aluminum

Wood

Plastic






9

3

4.2

2.4







Gross Ton





Option Year 3: Twelve Months from Date of Exercised Option
CLIN
Description
QTY
EST
Unit
Unit Cost
Total Cost
4
Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap.
Steel

Aluminum

Wood

Plastic





9

3

4.2

2.4






Gross Ton





Option Year 4: Twelve Months from Date of Exercised Option
CLIN
Description
QTY
EST
Unit
Unit Cost
Total Cost
5
Removal of scrap and miscellaneous metals unsegregated and unprepared. Loose, contaminated and with not more than ten percent of the weight made up of other materials (i.e. wood, glass, rubber, plastic, cork, insulation (non-asbestos), concrete, tin, etc.) No enamelized scrap.
Steel

Aluminum

Wood

Plastic





9

3

4.2

2.4






Gross Ton





8. CONTRACTOR REQUIREMENTS:
8.1 The contractor shall accomplish all scrap pickups within 48 hours of notification by the Contracting Officer s Representative (COR) or his/her designee. A list of phone numbers will be provided by the contractor for the COR to call when a pickup is needed. In the case of severe/inclement weather, it will be the determination of the COR to authorize additional time.
8.2 The contractor shall be required to furnish actual weight receipts for each pickup, including types of material. Payment shall be remitted to the Louis Stokes VA Medical Center within ten (10) days of pickup. Only certified forms of payment (cashier s check, certified check, postal money order) will be accepted. Payments shall be submitted to:

8.3 Purchase of this property from the Government may be subject to payment of an Ohio State Sales and/or Use Tax. The U.S. Government is not responsible for collection of state taxes. Purchaser may obtain information from the nearest office of the Ohio State Board of Equalization.
8.4 The contractor shall maintain all applicable licenses and/or permits necessary to haul scrap metal from the LSCDVAMC. These licenses and/or permits shall be submitted with the proposal. The contractor must also recycle/dispose of all metal at a licensed recycling/disposal facility. Permits and/or licenses of facilities that will be used by the contractor shall be submitted with the proposal. This information will be used to evaluate technical capabilities.
8.5 The contractor shall provide a listing of three (3) similar contracts performed within the past three (3) years. Contact information shall be provided, to include a name, address, telephone number and email address for each contact.
8.6 The contractor shall comply with all posted traffic regulations, as well as any verbal directive given by a VA Police Officer. Failure to comply with the safety regulations on VA facility grounds may be cause for termination.
9. HOURS OF OPERATION
Pick-ups shall be made during normal business hours from 8:00 a.m. to 4:30 p.m. Monday through Friday, excluding federal holidays. In the event the vendor cannot make delivery during the normal business hours, the vendor shall arrange delivery during off hours at no additional cost to the government. Following are the 10 holidays observed by the Federal Government:
New Year s Day Independence Day Veteran s Day
Dr. Martin Luther King Jr. Day Labor Day Thanksgiving Day
President s Day Columbus Day Christmas Day
Memorial Day
When a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday will be observed as the legal holiday.

10. CONTRACTOR RESPONSIBILITY
10.1 It is the responsibility of the contractor to become fully informed as to the nature and extent of the work required and it's relation to any other work in the area including the operation of the medical center.
10.2 Contractor shall attend a mandatory meeting after award with the Chief of Logistics Service or her designee prior to the beginning of any work. The required meeting shall be coordinated by the Contracting Officer and shall be scheduled and conducted within 20 calendar days after Notice to Proceed.
10.3 Contractor shall be responsible for any damages caused by his/her employees and shall repair or replace all damaged systems/equipment immediately at no additional cost to the VA.
10.4 If applicable to work being performed, the contractor shall be required to submit a site specific safety plan pursuant to Occupational Safety and Health Administration (OSH). The safety plan must be reviewed and approved by the Louis Stokes Cleveland Department of Veteran Affairs before any work is performed.

Gary Small
Gary.Small@va.gov

gary.small@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP