The RFP Database
New business relationships start here

Service Contract for Solid Waste Disposal for the El Paso VA Medical Center


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 20 of 23
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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.

Solicitation number 36C25719Q0956 is issued as a Request for Quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.

SET-ASIDE: B This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.
NAICS Code: 562111 and Size Standard is $38.5M.
Description of Services: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform solid waste disposal services.

Place(s) of Performance:
Department of Veterans Affairs
West Texas Health Care System
El Paso VA Medical Center
5001 N Piedras
El Paso, TX 79930

Type of Contract: A Firm Fixed Price
Period of Performance:
Base plus four (4) one-year option renewals.
Base: October 1, 2019 September 30, 2020
Option Year One: October 1, 2020 September 30, 2021
Option Year Two: October 1, 2021 September 30, 2022
Option Year Three: October 1, 2022 September 30, 2023
Option Year Four: October 1, 2023 September 30, 2024

The following clauses and provisions apply to this solicitation:

52.209-5, Certification Regarding Responsibility Matters

52.212-3, Offeror Representations and Certifications-Commercial Items

52.212-4, Contract Terms and Conditions-Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items
52.217-8, Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
(End of Clause)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.B Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.B Evaluation of options will not obligate the Government to exercise the option(s).

52.217-9, Option to Extend the Term of the Contract
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right
52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements
52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).
52.222-3, Convict Labor
52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-19, Availability of Funds for the Next Fiscal Year
52.228-5 Insurance-Work on a Government Installation (JAN 1997)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.237-3 Continuity of Services (JAN 1991)

52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005)
52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)
852.203-70, Commercial Advertising (JAN 2008)
852.232-72, Electronic Submission of Payment Requests

852.237-70, Contractor Responsibilities

52.252-1, Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).

52.252-2, Clauses Incorporated by Reference:

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE
(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of clause)
852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE
(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.
(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments.
(End of clause)
RFQ QUESTION SUBMISSION: Questions must be received no later than Friday, August 23, 2019 at Noon CST. Email your questions directly to Charles.Brown9@va.gov and Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q0956 (Questions Waste Management Removal). There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted.
Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items):

The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.

The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.
EVALUATION OF QUOTES:
Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation represents the best value to the Government. Evaluation Criteria are as follows:
1) Prior Experience
2) Past Performance
3) Price

To assist with an efficient and minimally burdensome evaluation, please address these Evaluation Criteria in accordance with the instructions in FAR 52.212-1 above. The Department of Veterans Affairs, NCO 17 RPO West may reject your quote for failure to address each Evaluation Criteria in accordance with those instructions.
Quotes must be received no later than Friday, August 30, 2019 NOON CST. Email your quote directly to Charles.Brown9@va.gov and Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q0956 (Quote/Proposal Waste Management Removal).). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.

QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS:
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

12.00
MO
________________
________________

Solid Waste Removal Services
Period: Base
October 1, 2019 September 30, 2020

1000

12.00
MO
________________
__________________

Solid Waste Removal Services
Contract Period: Option 1
October 1, 2020 September 30, 2021

2000

Solid Waste Removal Services
12.00
MO
________________
________________

Contract Period: Option 2
October 1, 2021 September 30, 2022

3000

12.00
MO
________________
________________

Solid Waste Removal Services
Contract Period: Option 3
October 1, 2022 September 30, 2023

4000

12.00
MO
________________
________________

Solid Waste Removal Services
Contract Period: Option 4
October 1, 2023 September 30, 2024





GRAND TOTAL
__________________

PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES)
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
5000

6
MO
________________
________________

Solid Waste Removal Services
IAW 52.217-8 Extension of Services
October 1, 2024 March 30, 2025






TOTAL

__________________



The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently.

DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.

STATEMENT OF WORK
GENERAL: The contractor shall provide all necessary supervision, labor, equipment and travel to lease of one (1) 30-yard self- contained compactor and one (1) 30-yard roll-off container as requested by the El Paso VA Health Care System (EPVAHCS) for Solid Waste Disposal services, including all maintenance, and providing hauling service to the local landfill. Compactor and Roll-off containers are set up at the EPVAHCS, 5001 North Piedras El Paso, Texas, 79930. All work is to be performed in accordance with the regulations, codes and or laws established by local, State and or Federal agencies.

PLACE OF PERFORMANCE:
El Paso VA Health Care System
VA Medical Center
5001 N Piedras St
El Paso, TX 79930


PERIOD OF PERFORMANCE:
Base Year: 10/1/2019 - 9/30/2020
Option Year 1: 10/1/2020 - 9/30/2021
Option Year 2: 10/1/2021 - 9/30/2022
Option Year 3: 10/1/2022 - 9/30/2023
Option Year 4: 10/1/2023 - 9/30/2024

FREQUENCY OF SERVICE(s) PROVIDED:
Current Services Only:
Location
Building
Service
Container Size
Outside Loading Dock
Ft. Bliss Bldg. # 7781
El Paso VA Bldg. # 1
On Call (Approx. 12 times a year)
30 cu. Yd Compactor
Outside Loading Dock
Ft. Bliss Bldg. # 7781
El Paso VA Bldg. # 1
On Call (Approx. 12 times a year)
30 cu. Yd Roll Off

Additional locations containers and service may be provided at the time of the award.

SCOPE OF WORK SPECIFICATIONS:

Contractor shall provide One 30 Yard Compactor Container (Cram-A-Lot SC-T2-30 or equivalent) to be maintained on-site and connected to the EPVAHCS utility services. The contractor shall keep the compactor in operating condition and perform all necessary and periodic cleaning and maintenance.

Contractor shall provide One 30 Yard Roll-off Container to be maintained on-site at the EPVAHCS. This unit shall require no utility connections. The contractor shall keep the container in operating condition and perform all necessary and periodic cleaning and maintenance.

Contractor shall provide pick-up service as requested by the EPVAHCS through a communication means (email, phone, fax) as arranged between the Contractor and Contracting Officer Representative (COR). The facility business hours are from 8:00 am to 4:45 pm Monday through Friday. The Contractor shall have the ability to access the containers for haul, disposal and return 24 hours a day, 7 days a week.

Container shall be returned (Compactor or Roll-off) within the same business day.

The contractor shall deliver to a disposal site, which operates under the state and federal laws that govern landfills. Prior to award, the successful bidder shall be required to notify the Contracting Officer as to the location of the landfill it anticipates using.

For each pick up, the contractor shall provide the COR a weight sheet identifying total weight disposed, container (Compactor or Roll-off) and date of service. This shall be provided on a monthly basis and attached to the invoice.

The VA accepts responsibility to ensure that all materials deposited in the compactor container for disposal shall be normal refuse. Normal refuse is defined as refuse which does not include hazardous, toxic, highly flammable liquids, infectious or radio-active material.

SAFETY BARRICADES

The contractor shall provide, when required, adequate barricades around the work area to prevent any unnecessary personnel from entering the work area or areas.

Barricades shall be of sturdy construction and must be plainly visible.

Spills by the contractor shall be cleaned up immediately.B Spills by the contractor shall be reported to the COR at the time of the occurrence.B

UTILITIES / FACILITIES

The Government shall provide space, water and electricity from existing outlets.

The Contractor shall be responsible for any damage to the utility systems or facility property caused by the Contractor.

SUPPLIES

Supplies required for the performance of this contract shall be provided by the contractor.


SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and
information system security as delineated in this contract.

PERSONNEL:

Personnel. The contractor shall provide in writing the name and phone number of a person within (10) ten calendar days of the award of the contract. The personnel shall be qualified and experienced to oversee the personnel assigned to perform the installation and maintenance services. The contractor shall correspond with the COR on a regular basis to discuss any problems that the contractor or contractor s personnel may be experiencing during the performance of this contract. Unresolved problems shall be referred to the Contracting Officer for resolution.

Contractor Service Personnel (CSP). All subcontractors performing work for primary contractor shall meet all specifications and standards that apply to CSP under this agreement. CSP shall maintain clean and neat appearance and shall wear an identification badge always when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the outer garment. The COR shall furnish this badge. Due to conflict of interest, the contractor shall not employ a current DOD employee, military or civilian to provide services under this contract.

Government point of contact (POC). The COR shall be the Government s POC. If required, the COR shall be designated in writing to the Contractor and the scope of authority shall be set forth therein. Contractor shall respond only to calls from COR or a designated representative from the Medical Center.

SECURITY STATEMENT: The Vendor and all VA employees are required to immediately report any security violations to the Information Security Officer. B No other security statements are required.

ACRONYMS AND DEFINITIONS

Contracting Officer (CO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government.

Contracting Officer s Representative (COR). An individual designated in writing by the Contracting Officer to act as an authorized representative of the Contracting Officer to perform specific contract administrative functions within the scope and limitations as defined by the Contracting Officer.


INSURANCE:

Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes.

General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.


Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000.


FEDERAL HOLIDAYS OBSERVED BY THE ELPVAHCS ARE:
New Years' Day Labor Day
Martin Luther King Day Columbus Day
Presidents' Day Veterans' Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day


QUALITY ASSURANCE SURVEILANCE PLAN (QASP):

COR shall use surveillance methods listed below in the administration of this QASP.

DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.)
COR shall periodically review major aspects of the PWS to include response time, quality of services provided, and equipment uptime.
COR shall utilize direct observations both from the COR, as well as those of the using department or section to ensure a full 360 degree review of the level of service provided.

PERIODIC INSPECTION. (Evaluates outcomes on a periodic basis. Inspections shall be unscheduled, as required.)
COR shall routinely inspect service records supplied by vendor with using service to ensure quality of service and positive customer interaction.
COR shall periodically monitor interaction of vendor with using service to ensure services are provided timely, efficiently, and meet the customer s needs.

VALIDATED USER/CUSTOMER COMPLAINTS. (Relies on the patient to identify deficiencies. Complaints are then investigated and validated.)

COR shall routinely engage customers in discussions regarding services rendered and ensure that all communications from the vendor are professional.
COR shall review customer complaints regarding system maintenance, downtime, and general communication with vendor, to ensure vendor is aware of any situations where a high-quality of service may have been compromised.

Charles L. Brown, Jr., Contract Specialist
Charles.Brown9@va.gov

Victoria.Rone@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP