The RFP Database
New business relationships start here

Solid Waste Removal


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

Solicitation: Solid Waste Removal
Notice Type: Combined Synopsis/Solicitation
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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) Solicitation 36C24719Q0885 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION.
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation.
(iv) TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation
is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered
evaluation for VOSB concerns, or in the alternative, a set-aside for other small business
concerns with HUB Zone small business concerns and 8(a) participants having priority. If
award cannot be made; the solicitation will be cancelled and the requirement resolicited.

The applicable NAICS for this procurement is: 562111 with a size standard of $38.5 million.
Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award.
(v) This procurement is for SERVICES; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty.
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.B No remanufactures or gray market items will be acceptable.
Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor toB replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B
This requirement consists of the following items:
Brand Name-Standardization: Jon Gordon
SEE ATTACHED SCHEDULE
(vi) Description of requirements for the items to be acquired.
Pricing Information:
1. Pricing should be considered FOB DESTINATION
2. New Equipment only; no remanufactured or "gray market" items
3. All items must be covered by the manufacturer's warranty
4. Offer MUST be good for 30 calendar days after close of solicitation.

OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping and provide ARO delivery timeframe. Include all requisite supporting documentation identified in this solicitation with your offer.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point.
Delivery Address:

Ralph H. Johns VA Medical Center
109 Bee Street
Charleston, SC 29401

1. Delivery: Dates found in SOW
(viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources.
(ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected.
The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award.
Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission.
OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer.


To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:

Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors of the quoted items.B
Offerors MUST enter exactly what they are quoting (including unit cost, total cost, make, model, manufacturer, part number, and description (salient features detailing the functional, mechanical, performance, and physical characteristics)) in order for the quote to be considered.
If the offeror is quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature.B
If the offeror is quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award.
Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM). Service-Disabled Veteran-Owned Small Business (SDVOSB) offerors must be verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) at the time of submission of proposal. Failure to be verified will result in the offeror s proposal to be deemed non-responsive.
(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category.
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission.
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44.
(xiii) n/a.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
(xv) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contracting Specialist, Cassandra Miller at cassandra.miller@va.gov no later than 4:30 PM EST on August 30, 2019. All quotes/offers submitted must include the Solicitation Number 36C24718Q0610 and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award.
To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contract Specialist, Cassandra Miller at cassandr.miller@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s).
Questions regarding this solicitation shall be submitted no later than forty-eight (48) hours prior to the posted solicitation closing date and time, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted.
The following DOL, SCA, Wage Determination NO. 2015-4428, Revision No. 12, date of last revision 07/16/2019 applies against this new contract.
(xvi) Contact information
Contracting Office Address:
Department of Veterans Affairs
Network Contracting Office (NCO) 7
325 Folly Road, Ste 300
Charleston, SC 29412-2507

Primary Point of Contact:
Cassandra Miller
Contract Specialist, NCO 7

Cassandra.miller@va.gov



STATEMENT OF WORK SOLID WASTE REMOVAL

GENERAL:
The Contractor shall furnish all labor, materials, tools, equipment, supervision and applicable licenses and permits necessary to accomplish complete removal of general waste/trash from the Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401, and the Myrtle Beach Primary Care Clinic, 3381 Phillis Blvd., Myrtle Beach, SC 29577.
The term of this agreement is intended to consist of a base and four option years.
All persons employed by the contractor shall be competent, skilled and qualified in the performance of the work to which assigned.
WORK HOURS:
Normal Work Hours: The service schedule will be developed between the contractor and Contractor s Technical Representative (COTR) prior to any service being performed. Generally, work will be performed prior to the start of the Medical Centers work day so that trucks and pickups will not interfere with the facility s functions.

2. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday.

SPECIFICATIONS:

The pick-up schedule will be closely adhered to prevent inconsistent and unnecessary call-ins. Additional charges will not be imposed for call-ins resulting from inconsistent dumping which are not in accordance with contract requirements.
Contractor shall assume full responsibility for compliance with all Federal, State, City and County laws, rules and regulations governing removal of waste materials.
Contractor shall comply with provisions of Occupational Safety and Health Act (OSHA).
Contractor will always comply with applicable health and environmental codes and regulations and exercise reasonably precaution for the prevention of accidents, spills, or pollution and the protection of persons (including employees) and property.
It shall be the contractor responsibility to secure all licenses and permits that may be required by federal and state laws or local ordinances for providing and completing the services.
The contractor will be solely and completely responsible for conditions of the equipment and vehicles and operation, including safety, health and welfare of all persons and protection of all property during performance of the contract.
Contractor shall steam and disinfect the VA owned trash compactor/dumpster located at all locations with a VA approved germicide. This equipment shall be cleaned and disinfected at the contractor s facility on a semi-annual basis or more frequently if warranted. Contractor shall provide all transportation of all compactors/dumpsters requiring proper equipment to transport.
Containers listed for shall be cleaned and sanitized as needed with VA approved germicide. The containers shall be kept neat in appearance, repaired and painted when warranted (i.e. appearance of rust spots, stains, excessively chipped areas, etc.) and replaced immediately if broken or non-functional.
Extra pickups due to excess trash generated at the facility will be charged at regular pick price set by the contract.
The contractor shall furnish the necessary metal containers of approximate size and configuration. The containers shall be of such a design that the material can be dumped into them with the containers on or off docks. See the attached listing of VA needs. The COR or designee will indicate the specific location in each area. The VA reserves the right to relocate the containers when deemed necessary.
Container dumps will be spot checked and verified by the COR or his/her designee.
Residual trash around the containers shall be removed by the contractor and the area broom cleaned as needed. No trash is to remain around the dumpster sites.
DELIVERABLES:
Prior to contract startup
After notification of the contract award but later than (14) working days prior to the start of contract period the Contractor shall submit in writing to the COR the following information:
The name, work hours, cell phone number and email of the POC for the contract.
A detailed chart showing the organization the Contractor proposes to use on and off the job site to fulfill the requirements of this statement of work.
D. CALL BACKS:
EMERGENCY CALL BACK: The Contractor shall within 24 hours after receipt of notification by the Contracting Officer or his/her designee, respond to a call back for repair or replacement of any container. This call back service shall be accomplished at no additional charge to the Government.

NON-EMERGENT CALLS: Contractor shall report within mutually agreed upon time with COR for non-scheduled services without additional charge to the Government.

E. QUALITY ASSURANCE: The Government will investigate complaints from the Ralph H. Johnson VA Medical Center, and Myrtle Beach Primary Care Clinic. All information received will be provided either verbally and/or in writing to the contractor for appropriate action.
Performance Objective
Performance Threshold
Contractor provides and maintains containers to meet the government s needs.
No more than one failure per contract period


F. REQUIRED REPORTING:


The contractor is responsible for supplying, completing and submitting all reports required or requested by Federal, State or local ordinances, which pertain to any duties contained in the contract.

The Contractor will furnish the COR s office, prior to initial application the trade names (if any), and the chemical names of all approved chemicals utilized to clean the containers along with Material Safety Data Sheet (MSDS). The Contractor shall supply this information as new products are submitted for approval to the COR.

G. CONTRACTOR PERSONNEL BADGES AND PARKING:
1. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility.
2. An access badge will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COTR or designee at the end of each pick up process.
3. The contractor shall be required to comply with all security policies/requirements of the Ralph H. Johnson VAMC. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract.
4. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR.
5. The Ralph H. Johnson VAMC does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance.

H. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts.

In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government.

Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee.





Container Requirement Listing:

Note: CY = Cubic Yard

Ralph H. Johnson VAMC
109 Bee Street
Charleston, SC 29401
One 34 CY compactor
Alternating pick up schedule; Monday and Friday one week and Wednesday the next.
Myrtle Beach Primary Care Clinic
One 8 CY collection container
Pick up once per week

Cassandra Miller, cassandra.miller@va.gov

Cassandra.Miller@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP