Virginia Bids > Bid Detail

S205--Waste Removal & Recycling Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159130655511932
Posted Date: Nov 4, 2022
Due Date: Nov 9, 2022
Solicitation No: 36C26223Q0103
Source: https://sam.gov/opp/095b9a785e...
Follow
S205--Waste Removal & Recycling Services
Active
Contract Opportunity
Notice ID
36C26223Q0103
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 04, 2022 10:53 am EDT
  • Original Response Date: Nov 09, 2022 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 24, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Department of Veterans Affairs VA San Diego Healthcare System (VASDHS) , 92161
    USA
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name; (b) address; (c) point of contact; (d) phone, fax, and email; (e) DUNS number; (f) Cage Code; (g) Tax ID Number; (h) Type of small business, e.g. Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, 8(a), HUBZone, Women-Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business; and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The Veterans Affairs San Diego Healthcare System (VASDHS) located at 3350 La Jolla Village Drive, San Diego, CA is seeking a potential qualified contractor that can provide solid waste removal and disposal services for VASDHS.

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran-Owned Small Business set aside. However, if response by Service-Disabled Veteran-Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562111 Solid Waste Collection ($41.5 Million Dollars).

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran-Owned Businesses or Veteran-Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to aurora.salazar-alas@va.gov. All e-mails must have as the subject line 36C26222Q0103 Waste Removal & Recycling Services . All information submissions must be received no later than 3:00 pm EST on 09 November 2022.
SOLID WASTE DISPOSAL SERVICES FOR
VA SAN DIEGO HEALTHCARE SYSTEM (VASDHS)

01. BACKGROUND
VA Healthcare System San Diego requires removal and disposal of all solid waste generated across our healthcare system. The contractor shall provide solid general waste pick-up and disposal services. The contractor will remove and dispose approximately 18 tons of waste per month. One (1) 40-cubic yard lockable metal-type open roll-off container and four (4) 3-cubic yard lockable containers will be picked-up and returned by the contractor.

The term trash as used herein shall mean all debris and waste accumulated at the VA San Diego Healthcare System, including paper, cartons, glass, floor sweepings, coffee grounds, citrus rinds, melon rinds, fruits, and other non-edible garbage. Trash is not considered to harbor any viable pathogens nor hazardous materials. Trash does include medical waste that has been rendered non-infectious by autoclaving.

02. SPECIFICATION
Waste/trash placed in dumpsters shall consist of plastic or aluminum beverage containers, general office waste and food wrappings. Dumpsters which become damaged due to handling and use shall be replaced at no cost to the Government. Damaged or unsightly dumpsters shall be replaced at the written request of the Contracting Officer (CO) or the Contracting Officer s Representative (COR).

The Contractor shall be responsible for cleaning up and disposing of all trash, garbage, and debris spilled from the dumpsters during contractor s pickup and disposal process.

All non-hazardous waste/trash shall be removed and disposed of off the Government premises. No on-site burning or disposal is allowed.

The contractor shall be solely responsible for full compliance with all Federal, State, Local and all other applicable laws, policies, rules, and regulations. In the event of a conflict of two or more regulations, the strictest of the regulations shall apply.

03. SCOPE OF WORK
The contractor shall be responsible for the pick-up, emptying, and return of one (1) contractor owned 40-cubic yard metal, lockable open roll off container located behind VAMC Bldg. 1 W. Hospital Road. Pick-up, emptying, and return of container shall be done approximately four (4) times per month.
Â
The contractor shall be responsible for the pick-up, emptying, and return of one (1) contractor owned 3-cubic yard metal lockable container located in front of Bldg. 27. Pick-up, emptying, and return of container shall be done approximately three (3) times per week.
Â
The contractor shall be responsible for the pick-up, emptying, and return of one (1) contractor owned 3-cubic yard metal lockable container located behind Bldg. 2. Pick-up, emptying, and return of container shall be done approximately three (3) times per week.Â
Â
The contractor shall be responsible for the pick-up, emptying, and returning of two (2) 3-cubic yard recycle containers (with wheels) located behind VAMC Bldg. 18 W. Hospital Road. Pick-up, emptying, and return of containers shall be done approximately three (3) times per week. Recyclable materials are CRV, mixed paper, bottles, aluminum cans, and mixed plastics. All recyclable materials should be allowed to be co-mingled and placed in either container.

Period of performance shall be for a base year with the government having the option to exercise four (4) one-year renewal periods.

The quantities shown in the schedule are estimates of the end user s annual requirements. There is no express or implied guarantee that these quantities will be utilized. All supplies and services are to be furnished F.O.B. destination for the base period of one year with the government s option to extend the contract services for four (4) additional one-year option periods.

Prices listed in the schedule are to be all inclusive for all equipment, supplies and services provided. Additional charges such as delivery fees, environmental fees, fuel surcharges, relocation of trash containers on VA grounds etc. Shall not be billed for or collected from the government for orders received under this contract.

04. PERFORMANCE MONITORING
A regular weekly inspection shall be made to ensure performance standards are met.

05. CONTRACTOR OWNED TRASH COMPATOR TRUCKS
All trucks used by the contractor to receive and dispose of all trash shall be equipped with a back-up bell, or similar warning device, to alert pedestrians and other traffic when the vehicle is backing up.

The trucks shall not dispose of or drain off liquid accumulation on VA grounds. The contractor s personnel shall immediately clean up any spills or other fluids caused by malfunctions of the engine or hydraulics. The contractor s personnel shall pick up and clean up all loose trash upon separation of each container to leave the area clean.

The contractor shall be responsible for storage and maintenance of their trucks. The contractor s personnel shall not leave vehicles on the VA facility grounds.

06. CONTRACTOR-OWNED CONTAINERS
The contractor shall furnish all the required number of containers in the approximate sizes, types and configurations listed in the Scope of Work . The government shall approve in writing all container styles and types prior to placement.

The containers shall be newly painted and of an acceptable appearance. The containers shall be kept neat in appearance and repaired and painted as appropriate (i.e., appearance of rust spots, stains, excessively chipped areas, punctured holes, missing covers, lids, or doors, etc.) The contractor s driver is responsible for identifying required repairs. Containers not suitable because of age or condition shall be replaced within seven (7) business days from the date the notification is submitted to the contractor by the COR or Contracting Officer.

The contractor furnished dumpsters/containers shall be fitted with a molded PVC plastic top that allows easy access to deposit refuse and pose no danger to patients or employees. The lid shall be light in weight and easy to lift and close. Due to the designated location, the plastic lid must be lockable to the metal container base.

The containers shall remain at the designated locations indicated herein for the duration of the contract unless otherwise directed in writing by the Contracting Officer or the COR.

07. INTIAL DELVERY OF CONTRACTOR-OWNED CONTAINERS
Within two (2) business days prior to the effective date of the contract, the contractor shall arrange with the COR to have their containers delivered to the designated sites on the VA grounds.

08. RISK CONTROL
N/A

09. PLACE OF PERFORMANCE
VA San Diego Healthcare System
3350 La Jolla Village Drive,
San Diego, CA 92161

10. DELIVERY SCHEDULE
As needed - the COR will monitor the frequency of the required service.

11. SANITARY CONDTIONS/COMPLIANCE
The contractor shall be required to dispose of trash in such a manner that will not create conditions detrimental to public health, or to constitute a public nuisance. The contractor shall follow all federal, state, and local laws, rules, and regulations governing removal of waste material.

Collections must be made in containers which must be fully enclosed rat proof, leak proof and fire retardant. Any trash or garbage scattered by the contractor, or his equipment, on the facility s grounds must be picked up and disposed of properly.

12. SAFETY REQUIREMENTS
The Contractor must meet all safety requirements of VASDHS, Occupational Safety and Health Administration, and the State of California. It is incumbent upon the Contractor to be familiar with these requirements. "Safety" shall also include the Contractor having a safety representative who maintains regular and routine contact with the VASDHS Safety Officer.

The Contractor must pick up the 40-cubic yard container between the hours of 4:00 a.m. and 6:30 a.m. to safely collect and transport the containers around government property due to construction.

Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the Contractor to give advice and reasonable protection, safety, and warnings to persons and vehicular traffic within the area.

Contractor shall demonstrate a clear understanding of, and sensitivity to, environmental issues and be consistent and fully compliant with all applicable Federal, State, County and City laws, ordinances, Right-to-Know laws, U.S. Environmental Protection Agency guidelines, and regulations.

The contractor shall report any circumstances, which may affect the performance of the work and unhealthy or hazardous conditions or any delays or interference with work. Such reports shall be made immediately upon discovery by the contractor to the CO and COR by phone and a follow-up email.

13. LANDFILL
Trash collected under the terms of this contract shall be disposed of at a permitted landfill under the provisions and guidelines set forth by the California Integrated Waste Management Board. The VA reserves the right to request proof of guaranteed available dumping privileges from the Contractor at any time during the contract period. All costs associated with the landfill will be included in the unit prices proposed by the Contractor.

14. WEIGHT TICKETS
The Contractor shall provide a record (weight ticket) of the actual weight of refuse picked-up and delivered to the landfill. Weight tickets shall indicate the weight of general waste and trash removed from the VA. Waste generated by the VA shall not be co-mingled/hauled in the same trash compactor truck with waste generated by other facilities or agencies serviced by the Contractor.

The Contractor shall provide all refuse weight tickets to Bldg. 18, Room 101, or mail to the following address by no later than the fifth working day of the following month from when services were provided:

VA San Diego Healthcare System
ATTN: EMS, Mail Code (664/01/137)
3350 La Jolla Village Drive
San Diego, CA 92161

Invoices will not be paid unless valid weight tickets are received.

15. TRASH PICK UP SCHEDULE AND TIME
The Contractor shall provide pick-up trash containers as outlined in Schedule of Supplies and or Services unless modified in accordance with FAR 52.212-4(c). The Contractor is not required to provide service on the following U.S. Government holidays, nor shall the Contractor be paid for these days:

New Year s Day
January 1
Martin Luther King s Birthday
3rd Monday in January
President s Day
3rd Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19
Independence Day
July 4
Labor Day
1st Monday in September
Columbus Day
2nd Monday in October
Veterans Day
November 11
Thanksgiving Day
4th Thursday in November
Christmas Day
December 25

If a scheduled pick-up falls on a Federal Holiday, the Contractor shall provide trash pick-up services on the following business day or on a date that is mutually agreeable with the COR. Pick-up shall be made between the hours of 5:30 a.m. and 3:00 p.m. The compactor shall be returned no later than two (2) hours after pick-up. Contractor shall remove and dispose an approximate average of 12 tons of compacted and general waste per month.

16. SERVICE CALLS
Contractor shall provide in the space below, the name, location, and telephone number of the office where service calls are to be placed:

Name: ________________________________________
Address: ________________________________________
Telephone: ________________________________________
Point of Contact: ________________________________________
E-mail Address: ________________________________________

17. MODIFICATIONS
As a fixed price, indefinite delivery, requirements contract with option years, it is reasonable to expect that usage and/or requirements, based upon estimated quantities may change during the contract period. It is also reasonable to expect that Government requirements may result in the discontinuance of any item or require a new product under this contract. To satisfy any such needs/changes, the Government reserves the right to negotiate with the Contractor to add or delete items. Upon mutual agreement, the contract shall be modified accordingly to reflect such agreed upon changes. Changes determined by the Contracting Officer to be within the general scope of the contract shall be made in accordance with FAR Part 43, Contract Modifications, and shall not necessitate new solicitation proceedings.

18. PICK UP SERVICES AS NEEDED
In the event that the VA requires pick-up of a Contractor owned or Government-owned bin, the following procedures shall apply:
The VA will call in their request for pick-up to the Contractor. The request will indicate which location requires the pick-up.
The Contractor shall respond back to the VA telephonically within two (2) hours after the initial call from the VA is received.
All requests for as-needed pick-ups or additional pick-ups shall be provided the following business day.
The Contractor shall invoice according to the appropriate Line Item of the Schedule of Supplies and or Services section of this contract.

19. RELOCATION OF CONTAINERS
Pick-up schedules may be revised due to changes in the location of containers. The Government shall give the Contractor notice, in writing, a minimum of five (5) working days prior to the relocation of containers and subsequent changes in pick-up schedules. The service to relocate containers is part of this contract requirement at no additional cost to the Government. The approximate number of relocations is two (2) per year.

20. REPLACEMENT OF LOST OR DAMAGED EQUIPMENT
The cost for replacement of broken, damaged or lost equipment, while in the care of Government employees shall be included in the proposed price, at no additional cost to the Government.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 04, 2022 10:53 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >