S205--SOURCES SOUGHT NOTICE - General Scrap Waste Overton Brooks VAMC

expired opportunity(Expired)
From: Federal Government(Federal)
36C25623Q1257

Basic Details

started - 15 Jun, 2023 (10 months ago)

Start Date

15 Jun, 2023 (10 months ago)
due - 14 Jul, 2023 (9 months ago)

Due Date

14 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
36C25623Q1257

Identifier

36C25623Q1257
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103577)VETERANS AFFAIRS, DEPARTMENT OF (103577)256-NETWORK CONTRACT OFFICE 16 (36C256) (5916)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a sources sought/market research synopsis. The Alexandria VA Health Care System (AVAHCS), Pineville, LA contracting office is performing market research to ascertain whether there are potential sources and their business size classification: HUB-Zone, 8(a), Small Business, Small Disadvantage Business, Women Owned Business, Service-Disabled Veteran Owned Business (SDVOSB), or Veteran Owned Small Business (VOSB). Preferably SDVOSB/VOSB/small businesses. The NAICS Code is 562111, Solid Waste Collection. The Department of Veterans Affairs (VA) Overton Brooks VA Medical Center, Shreveport, Louisiana is seeking service of a contractor to provide all reports, labor, management, equipment, supplies, transportation, applicable licenses, permits, other items and services necessary to perform the removal and disposal of general scrap, scrap metal, and pallets at the Overton Brook VAMC located at 510 East Stoner Avenue in Shreveport, Louisiana 71101. The contractor shall perform the
standards in the statement of work and comply with all local, state, and federal regulations. The period of performance is five (5) twelve-month Ordering Periods beginning October 1, 2023 to September 30, 2028. No regulated or hazardous wastes shall be in this contract. The scope of work is as follow: The contractor will provide: Two (2) (Contractor provided) thirty (30) cubic yard open top solid waste dumpsters labeled MSW (minimum of 104 collections per year). The Contracting Officer Representative (COR) or designee shall indicate the specific location(s) or area(s) for the dumpsters. The VA reserves the right to relocate the containers when deemed necessary. The Contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. All landfill fees shall be paid by the Contractor. The Scrap and Pallet Service deals with general scrap, scrap metal and pallet dunnage collection, transportation, removal and disposal/recycling. It is the Contractor s responsibility to clean up and remove any debris that has fallen from any containers while the exchange is being made unless the containers were overloaded by the staff of the hospital. Upon notification by the Contracting Officer or the Contracting Officer s Representative (COR), the Contractor shall perform non-scheduled refuse recycling or pallet removal in areas covered under this contract. Additional containers may be provided at the request of the COR to be spotted at locations to be identified by the COR at a later time. All work shall be performed during normal business hours of the Overton Brooks VAMC which is 6:00 am through 4:00 pm central standard time. Work performed outside the normal hours of coverage at the request of the COR will be acquired under a separate procurement. Monday through Friday 6:00am 4:00pm Excluding Federal Holidays New Year s Day January 1 Martin Luther King s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 COLLECTION REQUIREMENTS: Remove and Disposal of General Scrap, Scrap Metal, and Pallets: The Contractor shall perform general removal and further disposition of general scrap, scrap metal and pallets as identified by the Government in areas identified in in this document. Contractor s responsibilities shall include, but not be limited to, the removal and disposal of all general scrap, scrap metal and pallets and to clean up, remove any debris that has fallen from any containers while the exchange is being made, replace container to where it does not block traffic or obstruct normal operations, and provide quarterly tonnage reports to the COR and GEMS Coordinator. The pick-up area must be left in a clean and sanitary condition. All dumpsters/containers and pallets hauled by the Contractor shall be contained, tied, or enclosed to prevent falling, leaking, spilling, or blowing. The contractor shall have sufficient personnel, licensed vehicles with appropriate permits, expendable and durable goods to perform the duties required. Classification of Scrap. Examples of scrap for removal, sale, recycling and disposal include but are not limited to the following: Personal items such as cardboard, magazines, books, papers, clothing, and cooking utensils. Household or office items such as appliances, furniture, computer equipment, and other electronics Other refuse such as partially charred, burnt or intact materials such as tin cans, glass containers, metal or glass items, refuse, trash, plastics Other materials that maybe listed as recyclable materials. Scrap metals. Wooden Pallets Routes/Schedules Submittals. The successful Contractor shall be provided collection schedules or establish a call in system for collection notification needs. They shall be submitted by Contracting Officer s Representative (COR) within five (5) business days prior to start of contract performance. The COR must approve the submittals prior to the Contractor starting work. The Contractor shall collect all general scrap, scrap metal and pallets. No changes are allowed to the schedule or haul route without COR approval. The Contractor will provide, as requested, a report, in Excel compatible format, that accounts for collection dates, location (dumpsters), number of pallets and weights. Unscheduled Collections - Emergencies or Special Event Services. Upon notification of an emergency or unscheduled special event service, the Contractor shall respond within one (1) Day to meet with the Contracting Officer or COR and Government evaluator and initiate emergency services or unscheduled special event services. Upon receiving direction by the contracting officer or COR, Contractor personnel shall begin work within two hours or unless otherwise mutually agreed upon and approved by the contracting officer or COR/COR designee. Work performed outside the normal hours of coverage at the request of the COR will be acquired under a separate procurement. The Contracting Officer or COR will notify the Contractor as soon as an unscheduled event requirement is known. Inclement Weather Schedule. The Contractor shall collect general scrap, scrap metal and pallet material during periods of inclement weather. In cases of severe weather, the Contracting Officer may authorize exceptions. When exceptions are granted, the Contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the contracting officer or COR authorizes additional time. Points of Collection. The Contractor shall position all containers for customer ease in depositing general scrap, scrap metal and pallets. This may require repositioning of containers from time to time. The Contractor shall also position containers to minimize interference with adjacent parking areas, sidewalks, roadways, overhead utilities, trees, loading dock and other potential obstructions. Cubic Yard Capacity. Proposed capacity of containers is indicated in Description of Service . The Government reserves the right to change the cubic yard capacity at any collection station or change the number of collection stations as needed. The Government may also reduce or increase the frequency of collections. Government-Approved Containers. Collection of general scrap, scrap metal and pallets must occur in all areas shall be in Government-approved containers or locations (pallets). Containers must be fully enclosed or covered (for transport), reasonably leak-proof, steel construction, and kept clean. Containers shall have easily closeable and lockable lids, were required. Containers shall be maintained in an acceptable appearance, including finish free excessive of rust, holes, etc. Containers shall be painted different colors and marked to differentiate between general scrap and scrap metal. Washing of Contractor Furnished Containers. Contractor is to wash containers upon request of the COR. Dumpsters may be washed off site with a pressurized washing unit in a method acceptable to the COR. Dumpsters will be removed from the site for washing, substitute containers must be furnished, at the COR s request, during this time. Containers are to be sprayed with approved deodorant after each washing. The Contractor shall be required to complete the dumpster washing report and leave the report at the office of the COR, the same day the dumpster is washed. In the event that it is determined by the COR that the unit requires additional cleaning and/or maintenance, the contractor will provide this service at no additional cost to the OBVAMC. Maintaining Containers and Collection Area. The Contractor shall return the containers, on the same day collected, to their original location after servicing. The Contractor will also be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. DISPOSAL: Off-Site Disposal. The Contractor shall transport and recycle/dispose of all general scrap, scrap metal and pallets at a licensed off-site disposal facility selected by the Contractor. Disposal shall be in accordance with existing local, state, and federal regulations. The Contractor must use an Environmental Protection Agency (EPA) approved landfill for disposal of all solid waste and submit appropriate certificate validating compliance to this requirement. The Contractor shall be responsible for any permit or fees associated with the use of off-site disposal locations. Disposal of Non-marketable Materials. Disposal of non-marketable materials from general scrap and scrap metals at an off-Campus facility shall be the responsibility of the Contractor. Equipment Maintenance. The Contractor shall maintain all Contractor provided containers ensuring they are free of unpleasant odors, dirt, debris, and pests. All containers must remain in good, workable condition. They must remain easily accessible to customers. The Contractor shall perform all cleaning, painting, repair and other maintenance tasks as described in paragraph 1.8 through 1.10. Trucks and trailers used for hauling and collecting shall be washed as required to ensure they are free of odor, dirt, debris, and pests. GENERAL INFORMATION. Quality Control. The successful Contractor shall develop and maintain a quality program to ensure scrap and pallet services are performed in accordance with commonly accepted commercial practices. The successful Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. Quality Assurance. The COR will periodically evaluate the Contractor s performance to ensure that contracted services are received. The COR will evaluate the Contractor s performance through intermittent on-site inspections of the Contractor's quality control program and receipt of complaints from OBVAMC personnel. The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if performance dictates. The Government will also receive and investigate complaints from various customers located at OBVAMC. The Contractor shall be responsible for initially validating customer complaints. However, the COR shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (Sept 2005), for Contractor s failure to perform satisfactory services or failure to correct non-conforming services. Identification, Parking, Smoking, and VA Regulations. The Contractor's Field Service Engineers (FSEs) shall always wear visible identification while on the premises of the VA Medical Center. Additionally, the FSE will wear, as necessary, a DOT Class I (ANSI/ISEA 107-2010 CLASS I) reflective vest, safety eyewear, safety footwear. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the COR. The VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside or around any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Conformance Standards. Contract service shall ensure that all work is performed in accordance with Joint Commission, DNR, EPA, DOT, OSHA, and governing federal, local and state regulations and guidelines. Copies of the Contractor's state, local and federal permits and licenses MUST be provided to with the signed quote as noted the addendum to FAR 52.212-1. Payment. Invoices will be paid in arrears on a monthly basis. Invoices must include the Contract Number, Purchase Order Number and covered period of service after approval by the COR. In addition, all invoices will include the monthly price as submitted below and a copy of the manifest applicable manifests and/certificates of destruction (i.e. report/control numbers). Reporting Required Services Beyond The Contract Scope: The Contractor shall immediately, but no later than 24 (twenty- four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any instances which the Contractor believe he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost for consideration of additional services under this agreement. 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. Pre-work Orientation: In accordance with Joint Commission, the Contractor will attend a pre-work orientation meeting prior to the commencement of work on site. The VA will schedule this meeting and it will include discussion of the following topics: Fire and Safety Infection control Disaster procedures Transportation routes and general information on the project. Other topics deemed necessary The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above. Reconstitution. All general scrap, scrap metal and pallets shall be completely removed in accordance with conformance standards. Areas damaged by Contractor vehicles shall be repaired to meet the appearance of the surrounding area to the satisfaction of the COR at no additional cost to the Government. SPECIAL CONTRACT REQUIREMENTS: Vehicle Specifications. Each vehicle used in the performance of this contract shall meet the specifications required by the State of Louisiana, as well as the city/or counties where services are to be performed. Permits and Licenses. Prior to performance of any services under this contract, the Contractor shall provide a copy of all permits required in the normal operation of its business to the Contracting Officer. Landfill Manifest Tickets. Copies of all landfills manifest times will be sent to COR last day of each month. SECURITY REQUIREMENTS. A VA Police background check may be a requirement, at the Government s option, for all Contractors and any Subcontractors employee(s) providing services to the Government. The Government s decision to exercise this option will not entitle the Contractors or Sub- Contractors to any contract price adjustments. This shall allow the Contractor to access areas within the Medical Center such as offices, clinics, patient rooms, and other restricted areas. No employee shall be permitted to perform work or access non-public areas unescorted without a background check and written clearance by VA Police. If required by the COR, the Contractor will be requested to provide the following information: Name (full, including previous names) of any employee who will be performing work under this agreement. Social Security Number Date of Birth Place of Birth Physical Security. The Contractor is responsible for safeguarding all Government documents. All vehicles/trucks utilized for pickup of trash and garbage must be properly identified with Contractor name. This notice is to assist the VA in determining sources only. This is not a solicitation for proposals or quotes. A solicitation will be issued later. All information submitted in response to this source sought notice is considered voluntary. Interested and capable respondents are requested to provide company name, address, point of contact, phone number, DUNS number, geographical location, business size and number of employees. Responses to this notice shall be e-mailed to Lonest Bonton, Contracting Officer at e-mail address: lonest.bonton@va.gov. Telephone responses will not be accepted. Reponses must be received by no later than COB (12pm CST), July 14, 2023.

DEPARTMENT OF VETERANS AFFAIRS Overton Brooks VA Medical Center  Shreveport ,
 LA  71101  USALocation

Place Of Performance : DEPARTMENT OF VETERANS AFFAIRS Overton Brooks VA Medical Center

Country : United StatesState : LouisianaCity : Shreveport

You may also like

S205--Minneapolis VAMC Refuse & Recycling Removal Award Notice

Due: 09 May, 2024 (in 6 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 562111Solid Waste Collection
pscCode S205Trash/Garbage Collection Services - Including Portable Sanitation Services