The RFP Database
New business relationships start here

VISN 4 - 5 Year Municipal Solid Waste


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

Page 11 of 11
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24419Q0025
Posted Date:
January 3, 2019
Original Response Date:
January 25, 2019
Current Response Date:
January 25, 2019
Product or Service Code:
S205
Set Aside:
Service Disabled Veteran Owned Small Business (SDVOSB)
NAICS Code:
562111, Solid Waste Collection
Contracting Office Address
The Department of Veterans Affairs
Network Contracting Office 4
135 East 38th Street
Erie, PA 16504
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation.

This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 562111, solid waste collection, with a small business size standard of $38.5 Million. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award.

The Department of Veterans Affairs, Network Contracting Office 4, 135 East 38th Street, Erie, PA 16504 is soliciting quotations from SDVOSBs to provide complete Municipal Solid Waste (MSW) Services at the VISN04 facilities listed below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below.

All interested companies shall provide quotation(s) for the following:


Performance Work Statement
Municipal Solid Waste Disposal Services
Veterans Integrated Service Network -04 (VISN04)

Introduction

General Information:
The VISN04 is contracting for a Monthly Firm Fixed Price 5-year Requirements Contract for Municipal Solid Waste (MSW) Services to include the identification, segregation, collection, handling, transport, storage, reduction, diversion, treatment, and disposal for all VISN04 Medical Centers and associated Veteran s Community Clinics (VCC).
The Contractor shall comply with all applicable VA, Federal, State, and Local directives, standards, ordinances, laws and regulations during the course of the contract.

Scope of Work: The Contractor shall provide complete services which include all labor, material, equipment, maintenance, repair, supplies, transportation, management, expertise and supervision as requested to perform MSW services for all of the VISN04 Medical Centers and associated VCCs.

Facility Contracting Officer Representatives (FCOR) and Facilities Primary Point of Contact (FPOC), when applicable, will be identified for each participating Medical Center and Task Order.
A VISN04 Contracting Officer Representative (VCOR) and Alternate will be appointed for the Requirements Contract as identified.




Acronyms
Veteran s Community Clinics (VCC)
Municipal Solid Waste (MSW)
Facility Contracting Officer Representatives (FCOR)
Facilities Primary Point of Contact (FPOC)
VISN04 Contracting Officer Representative (VCOR)
Green Environmental Management System (GEMS)
Government Furnished Property (GFP)
Contract Line Item Number (CLIN)
Indefinite Delivery requirements (ID-R)


General Requirements

Contract Management

The Contractor or designated qualified personnel, such as a Project Manager or Supervisor and any substitute(s), shall effectively communicate with all VA personnel and shall have full authority to act for the Contractor on all contractual matters relating to the daily performance of the contract; and, to receive, accept and sign for any notices, inspection reports and all other correspondence on behalf of the Contractor from the FCOR, COR and/or Contracting Officer.
This individual shall serve as the point of contact for the VA, shall oversee the collection operations, ensure all work is performed in accordance with the contract, and shall maintain the work specification requirements, scheduling, inspections and safety standards.
This individual or designated qualified personnel shall be available at all times when the contract work is in progress, if needed, and shall have the ability to respond to the site, when needed, to monitor work progress and for any other emergency, as required.
The Contractor or designated qualified personnel shall return calls to the FCOR, VCOR and/or Contracting Officer within one (1) hour of being contacted. This individual shall provide the government his or her cellular phone number to be reached during normal workday hours.
The resume of the individual(s) shall be submitted with the Contractor s response to the solicitation.
Contractor shall provide for acceptance a disaster or contingency plan regarding MSW services/operations for each medical center and associated VCCs during unplanned natural or man-made disaster conditions.
Contractor shall repair and/or compensate for any damage incurred to Government property, surrounding equipment, personal belongings or property during the course of contract execution.
Contractor shall inform the FCOR immediately of any hazardous materials (EPA or DOT HM listed) found in MSW that would impact the performance of this contract and to ensure hazardous materials are not disposed of improperly.
Contractor shall be responsible for any violations or fines that are related to the services in this contract.
Contractor shall provide a back-up source of disposal, at no additional charge to the government, in the event primary source of disposal is not accessible.
Contractor employees working on VA property shall be familiar with and obey established fire, safety, environmental and security regulations. Contractor employees shall wear a distinctive uniform at all times. The contractor shall ensure employees look neat and wear applicable safety equipment/clothing to include identification badge/pass if required by Medical Center.

Diversion Program

Contractor shall provide for acceptance a Diversion Program customized for each medical center and associated VCCs that will work to improve the facilities diversion rate and support the local Green Environmental Management System (GEMS) programs by improving techniques, methods, and researching new markets for items not currently recycled to maximize recycling.
In coordination with the FCOR, Contractor shall provide tools and training to include recycling procedures or waste minimization.
Contractor shall possess the ability to ensure the collection of at least the following VHA Recyclable benchmark materials:
Wood Pallets; Cardboard (loose and baled), Office Mixed Paper (paper, books/magazines), Batteries (all types: alkaline, lithium, lead-acid, etc.), Scrap Metals (ferrous and non-ferrous), Precious Metals (platinum tips, etc.), Fluorescent Lamps/Ballasts, Plastics (all types: bottles, wrapping, bags, polyethylene drums, etc.), Glass (clear or colored bottles), Used Tires; or Blue Wrap, Construction and Demolition Debris.

Containers, Dumpsters, Compactors, Totes

Contractor shall furnish and maintain the requested amount of refuse and recycling containers, dumpsters, compactors, and totes as identified as necessary by each Facility COR.
Contractor shall provide for the removal, replacement, or addition of containers, dumpsters, compactors, and totes and modification of pick up frequency to accommodate each facility s needs.
Contractor provided containers, dumpsters, compactors, and totes shall be fully enclosed, rat proof, leak proof, and fire retardant.
Contractor provided containers, dumpsters, compactors, and totes shall be kept neat in appearance, repaired and painted when warranted (free of rust spots, stains, excessively chipped areas) or at the request of the FCOR, and replaced immediately if broken or non-functional.

Transportation

The contractor shall acquire and maintain all federal, state and local certifications, permits, licenses and registrations required to handle or transport MSW.
The contractor is solely responsible for any and all spills or leaks during the performance of the contract. The contractor shall clean-up and disinfect spills and/or leaks to the satisfaction of the Government in a manner which satisfies the applicable state, federal and local laws and regulations, at no additional cost to the Government.

Disposal

Contractor shall dispose of MSW in compliance with all applicable Federal, State and Local directives, standards, ordinances, laws and regulations.
The contractor shall acquire and maintain all applicable federal, state and local certifications, permits, licenses and registrations required to process and dispose of MSW.
The Contracting Officer and/or VCOR may inspect the Contractor s facility for compliance.

Schedule

FCOR will establish in coordination with Contractor regularly scheduled pick-up times prior to start of service. The FCOR shall be notified in advance of any schedule deviations and determine an alternate pick-up time. Changes to the regularly scheduled pick-up times shall be coordinated with and approved by the FCOR.
If a federal holiday has the potential to disrupt scheduled pick-ups, an alternate pick-up time may be scheduled in coordination with and approval by the FCOR.
Contractor shall return refuse and recycling containers to their designated position at the facility or as recommended by the Facility COR with lids and doors replaced in the closed position.
Contractor shall maintain a clean and sanitary condition, free of debris, at all container locations.
Contractor shall reschedule with the FCOR and complete missed pick-ups within 24 hours.

Maintenance

Contractor shall visually inspect all VA owned dumpsters and compactor systems annually.
The inspections will include, but are not limited to examination of hinges, wheels, axles, latches, turn buckets, hoses, connectors, exterior wiring, scrapper bars, control panels, stops, and guide rails. A report and recommended repairs shall be provided to the FCOR within 30 days of the inspection.
Contractor shall clean, sanitize, and deodorize all Contractor and VA owned containers at an offsite location on a recurring frequency identified by the FCOR.

Qualifications:

Permits, Licenses, Registrations and Certifications: Contractor shall provide annually a current copy of all Federal, State and Local certifications, permits, licenses, insurance and registrations prior to contract award.
Insurance Coverage: The Contractor shall furnish a copy of the insurance policies required by federal, state, and local regulation to perform this contract. These policies may not be changed or canceled without written consent of the contracting officer.
History: At time of solicitation publication, the Contractor shall have been doing business in good standing in the MSW industry as a provider of services similar to those described herein. Certifications, permits, licenses and/or registrations shall be unencumbered with no current possibility of suspension or termination.
Violations: Contractor shall notify the FCOR, VCOR and Contracting Officer in writing any imposed violations while performing this contract within one (1) business day of issuance.
Renewals: A copy of each applicable federal, state and local certifications, permits, licenses, registrations and applicable insurance renewals shall be delivered to FCOR, VCOR and Contracting Officer five (5) business days prior to the current expiration date. Contractor will not perform nor invoice for services performed without current certifications, permits, licenses, registrations and insurance coverage.

Contractor Quality Assurance

The contractor shall develop a comprehensive program and submit a quality assurance plan to the Contracting Officer and VCOR for approval/acceptance.
The Contractor s designated personnel, FCORs, VCORs, and the Contracting Officer shall be informed of all issues affecting the quality of service to include proposed resolution.

Documentation and Invoicing

Contractor shall provide the FCOR with an electronic (clear and legible) monthly invoice and report to include at a minimum:

Contractor Name, address, phone number
Contractor invoicing contact, phone, and email address
Invoice number and date
Purchase order number coving the invoiced dates of service
Dates of Service
Monthly Amount
Monthly weights in pounds for container pickups, front end loader pickups, each compactor, and recycling/comingled by campus.
Container Truck Pickups quantity
Front End Loader Pickups quantity
Disposal locations

Other

Place of Performance: VISN04 Medical Centers and associated Community Clinics. This list is subject to change as community clinic locations are added to the VA network.

2907 Pleasant Valley Blvd Altoona, PA 16602
University Drive Pittsburgh, PA 15240
353 North Duffy Road Butler, PA 16001-2480
1010 Delafield Road Pittsburgh, PA 15215
1400 Black horse Hill Road Coatesville, PA 19320-2096
1700 South Lincoln Ave Lebanon, PA 17042
433 Caredean Dr Horsham, PA
1111 East End Blvd. Wilkes-Barre, PA 18711
3900 Woodland Ave Philadelphia, PA 19104
1601 Kirkwood Highway Wilmington, DE 19805
1425 Snyder Avenue, Philadelphia, PA 19145
135 East 38th Street Erie, PA 16504
4219 Chestnut Street Philadelphia, PA 19104
Hours of Operation: To be determined by each Medical Center s FCOR


Government Responsibilities:

No Government Furnished Property (GFP) will be provided.
The Government will provide access to areas and an escort when required by participating Medical Center policy.
The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums
The Government will unilaterally award Task Orders to fund the required services for each facility.
The Contracting Officer for this contract will be:

Donald Butler
814-860-2863
Donald.Butler3@va.gov

The Government VCOR for the Requirements contract will be:

VCOR: David M. Driscoll
Phone: 717-272-6621 x4322
Email: David.Driscoll2@va.gov

VCOR Alternate: Scott Artz
Phone: 717-272-6621 x3309
Email: Scott.Artz@va.gov

The FCOR for the individual facilities Task Orders will be:

Medical Center
Name
Telephone
Email
Altoona
Melissa Flick
814-943-8164 x7249
Melissa.Flick@va.gov
Butler
Robert Fay-Berry
800-362-8262 x5576
Robert.fay-berry@va.gov
Coatesville
William Strong
610-384-7711 x3519
William.Strong3@va.gov
Erie
Scott Hesson
814-860-2196
scott.hesson@va.gov
Lebanon
Marvin Parker
717-272-6621 x5409
Marvin.Parker3@va.gov
Philadelphia
Ralph Johnson
215-823-4276
ralph.johnson3@va.gov
Pittsburgh
Peter Albertson
412-360-3691
peter.albertson@va.gov
Wilkes Barre
Eric Weghorst
570-824-3521 x7328
eric.weghorst@va.gov
Wilmington
Marshall.Murdaugh
302-633-5518
Marshall.Murdaugh@va.gov


Attachment 1: Performance Work Statement (PWS)
Attachment 2: Facility Contact List
Attachment 3: Facility COR List
Attachment 4: Quality Assurance Surveillance Plan
Attachment 5: Price Quote Contract Line Item Number (CLIN) Table
Attachment 6: Historical Usage Data
Attachment 7: Polices, Handbooks, Guides, Regulations and Medical Center Memorandums
(To include but not limited to; VHA Directive 1850_06 Waste Management Program, VHA Directive 1851 Waste Minimization and Compliance Report, VHA Directive 7701 Occupational Safety and Health Program, VHA Directive 7705 Management of Hazardous Chemicals, VHA Directive 7707 VHA)

Attachment 8: Solicitation Clauses and Provisions

E. Price Schedule:
The contractor must provide a price quote for each CLIN delineated in Attachment 5 to be considered for award. Solicitation Attachment 6: Historical Usage Data is provided to assist in developing realistic price quotes for each CLIN.
See Attachment 5: Price Quote Contract Line Item Number (CLIN) Table

F. Evaluation of Quotes:
The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items .

Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement.

Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote.

Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues.

G. Clauses and Provisions:
The clauses and provisions for this solicitation are found in Attachment 8: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation.

See Attachment 8: Solicitation Clauses and Provisions
The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp.


This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a zero dollar 5-year firm fixed price Indefinite Delivery requirements (ID-R) contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. 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:"
Offeror shall list exception(s) and rationale for the exception(s).

All quotations shall be sent via email to Donald Butler, Contracting Officer, Donald.Butler3@va.gov . Submission shall be received not later than 11:00AM EST on January 25, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Donald Butler, Donald.Butler3@va.gov no later than 11:00 AM EST on January 15, 2019.

Contractor shall comply with all applicable wage & hour laws and is responsible for the correct wage titles. The following Wage Determinations are applicable and are attached. They can also be obtained online at: https://www.wdol.gov/

Wage Determination No: 2015-4235, Revision No.: 8, Date of revision: 7/10/2018, Counties of: Allegheny, Armstrong, Beaver, Butler, Fayette, Washington, Westmoreland

Wage Determination No: 2015-4221, Revision No.: 9, Date of revision: 8/23/2018, County of: Blair

Wage Determination No: 2015-5791, Revision No.: 7, Date of revision: 7/27/2018, Counties of: Bucks, Chester, Montgomery

Wage Determination No: 2015-4223, Revision No.: 8, Date of revision: 7/19/2018, County of: Erie
Wage Determination No: 2015-4231, Revision No.: 6, Date of revision: 7/11/2018, County of: Lebanon

Wage Determination No: 2015-4233, Revision No.: 11, Date of revision: 7/11/2018, Counties of: Delaware, Philadelphia

Wage Determination No: 2015-4239, Revision No.: 7, Date of revision: 7/3/2018, Counties of: Lackawanna, Luzerne, Wyoming

Wage Determination No: 2015-4215, Revision No.: 6, Date of revision: 7/10/2018, Area: Delaware County of New Castle

Donald Butler
Contracting Officer
814-860-2863
Donald.Butler3@va.gov

Donald.Butler3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP