Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
MODIFICATION

99 -- Waste

Notice Date
9/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA-248-09-RQ-0651
 
Response Due
9/21/2009
 
Archive Date
9/24/2009
 
Point of Contact
Marie WilliamsPurchasing Agent
 
E-Mail Address
marie.williams3@va.gov
(marie.williams3@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announces constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. The schedule of supplies is attached. Reference quote number VA 248-09-RQ-0651. This announcement incorporates provisions and clauses in effect through FAC 2005-32, Effective 31 Mar 2009, FAC 2005-35 Effective July 2009. Applicable NAICS Code is 562111 and the size standard is 12.5M. The government anticipates on award of a firm fixed price award as a result of this action using 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The following clauses and provisions are applicable: FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), 52.212-2 (Evaluation - Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -- Commercial Items (Feb 2009), 52.212-4 (Contract Terms and Conditions -- Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), Service Contract Act. The full text of these clauses is available at http://www.acquisition.gov/. Proposal and price quotes shall be lowest price technically acceptable (IAW FAR 15.191-2, 15.305) and will be submitted in writing and received by the Orlando VA Medical Center Contracting Office by 1600 hours (4:00pm) Day Light Saving Time, 21 September 2009. No telephonic request for information will be entertained. All responses to questions will be posted by way of amendment to this combined synopsis/solicitation to the FedBizOpps website (http://fedbizopps.cos.com/). The email address for all questions to this combined Synopsis/Solicitation is marie.williams3@va.gov. 1. PROPOSAL SUBMISSION REQUIREMENTS: Proposal and price quote shall be submitted on 21 September 2009, by 4pm Eastern Daylight Savings Time to the attention of: Marie E. Williams Procurement Business Division (90C) 5201 Raymond Street Orlando, Fl 32803-8208 or Via electronic transmission to marie.williams3@va.gov Offerors submission shall include completed offerors Reps and Certs IAW FAR 52.212-3 to include Tax Identification (TIN) and DUNNS number. Proposal shall include a technical and management solution, price quote and 3 references. 1. GENERAL REQUIREMENTS: a. The Contractor shall provide all management, supervision, personnel, services, materials, supplies, facilities, transportation, and general and specialized equipment to carry out the requirements identified in accordance with the terms, conditions, and specifications of the Performance Work Statement (PWS). This Contract requires timely and responsive quality services. The Contractor shall perform under the direction of the Contract Officer (CO) or the Contracting Officer's designed specific technical representative, henceforth designated as Contracting Officer's Technical Representative (COTR). b. The Contractor shall furnish one (1) trash compactor and three (3) twenty yard roll-off construction dumpsters. Service to be provided at the Department of Veterans Affairs location: 5201 Raymond Street, Orlando, Florida 32803. c. Performance period for the base period shall become effective October 1, 2009, and continue through September 30, 2010, with three (3) one-year option periods. All option periods, if exercised by the Government, will be effective beginning October 1 and continue through September 30 of each year. Please note that the exercising of any option periods is at the sole discretion of the Government. Dumpsters shall be located as follows: Raymond Street location: One (1) each -Building 500, Loading Dock Area -20yd roll-off - One (1) each -Behind Building 3133 -20yd roll-off - One (1) each -Behind Building 3134-20yd roll-off - One (1) each - 30 yd trash compactor behind bldg 500 The VA Outpatient clinic shall make the determination when and if additional dumpster sites are necessary. The CO will approve all additional dumpsters prior to delivery. The COTR can coordinate all activities. d. The term CO is used throughout this document. The CO is the ONLY person with the authority to obligate government funds for this Contract and enter into, administer, and terminate the Contract on behalf of the United States Government. 2. DISPOSAL REQUIREMENTS: Contents consist of Class III material such as lumber, tree trimmings, brush, cardboard, etc. Total estimated number of pulls/returns; 1.Thirty yard trash compactor is 65 pick ups for the base period (estimated pick-up every 6 days). 2.Twenty yard roll-off is 50 pick ups per dumpster for the base period - this is on an on call basis The government also requires an on-call collection service (historically, this call may be up to two (2) calls monthly). The contractor shall ensure the disposal of waste is accomplished in accordance with approved and accepted standards of industry and in accordance with all applicable local, state and federal laws and regulations. All fees associated with disposal shall be paid at the Orange County Landfill rates. Landfill tickets shall be required with invoices. 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. 3. PERMITS: The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract, at no additional cost to the Government. The Contractor shall obtain these permits, licenses and appointments in compliance with applicable host country laws. The Contractor shall provide evidence of possession or status of application for such permits, licenses, and appointments to the Contracting Officer with their proposal. Failure to provide such permits, or evidence of appropriate progress toward receipt of such permits so as to be fully licensed by date planned for the commencement of contract performance shall result in the Contractor being found non-responsible (note eligible for award) or result in contract termination if required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, JCARO, etc., and shall comply with all standards and/or requirements. 4. FIRE PREVENTION: The Contractor shall ensure that his employees know how to turn on a fire alarm. The Contractor shall observe all requirements for handling and storage of combustible supplies, materials, waste, and trash. Contractor employees operating critical equipment shall be trained to properly respond during a fire alarm or fire in accordance with local activity instructions. 5. ENVIRONMENTAL PROTECTION: The Contractor shall comply with all applicable environmental protection requirements. The Contractor shall comply with federal, state and local laws. All environmental protection matters shall be coordinated with the COTR and CO. Inspection of any of the facilities operated by the Contractor may be accomplished by the DVA representative, or authorized officials during normal working hours. In the event that a regulatory agency assesses a monetary fine against the DVA for violations caused by Contractor negligence, the Contractor shall reimburse the DVA for the amount of that fine and other applicable costs. The Contractor shall also clean up any oil spills which result from the Contractor's operations. 6. INSURANCE: The Contractor shall procure and maintain, for the entire contract period, Workmen's Compensation and employers Public Liability Insurance in accordance with laws of the State of Florida. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. See FAR 52.228o5, Clauses Section. The Contractor shall provide the CO with an original signed copy of Insurance Certification with appropriate coverage, no later than ten (10) calendar days after notice of award. The Contractor shall notify the CO immediately of any changes in insurance coverage and shall provide updated Insurance Certificates throughout the life of the contract. 7. INVOICES: In addition to the terms at FAR 52.2I2-4(g), Invoices shall be submitted to the following address, quarterly, in arrears and must include, at a minimum, the following information: Contract Number, Purchase Order Number, and Date of Service. Failure to submit a proper invoice shall cause payment delay. FMS VA2/675 PO Box 149971 Austin TX 78714 Fax: 512-460-5540 Inquiries: 512-460-5544 8. SMOKING POLICY: Smoking is not permitted within or around the VA Facility grounds, except in designated areas. 9. UNIFORM AND PARKING: A. Contractor personnel shall wear attire or uniforms identifying the individual and company, and are as neat and clean as practical in the accomplishment of their work. B. It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from the VA Police and Security Service. The VA facilities will not invalidate or make reimbursement for parking violations of the Contractor's personnel under any circumstance. 10. SAFETY REQUIREMENTS: a. Contractor shall take such safety precautions as the COTR determines reasonable necessary to protect the lives and health of all personnel on VA property. b. Contractor shall use only established roads or drives in the performance of this contract, and shall be responsible for any damages or VA traffic violations. c. All work shall be conducted in a safe manner and in compliance with all applicable safety-related technical rules and regulations. The Contractor shall comply with OSHA regulations for all work performed to ensure safety and protection. If the Contractor fails or refuses to promptly comply with safety requirements, the CO will issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall be responsible for the safety of work activities and shall be fully liable for all damages resulting from deficiencies in these activities. 11. NATIONAL HOLIDAYS: National holidays observed by the Federal Government: New Year's Day I January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 12. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): a. A COTR acceptance letter will be sent to you once the contract is awarded - this document will give you the b. Performance of work under this contract shall be subject to the technical direction of the COTR identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the Contractor that directs or redirects the labor effort, shifts the work between work areas or locations, fills in details and otherwise serves to ensure that tasks outlined in the PWS are accomplished satisfactorily. Technical direction MUST be within the scope of the PWS. The COTR DOES NOT have authority to issue technical direction that: i.Constitutes a change of assignment or additional work outside the specification(s)/work statement ii. Constitutes a change as defined in the clause entitled "Changes"; in. iii.In any manner cause an increase or decrease in the contract price, or the time required for contract performance; iv.Changes any of the terms, conditions, or specification(s)/work statement of the contract; v.Interferes with the Contract's right to perform under the terms and conditions of the contract; vi. Directs, supervises or otherwise controls the actions of the Contractor's employees. c. Technical direction may be oral or in writing. The COTR shall confirm oral direction in writing within five work days, with a copy to the CO. d. The Contractor shall proceed promptly with performance resulting from the technical direction issued by the COTR. IF, in the opinion of the Contractor, any direction of the COTR, or his/her designee, falls within the limitations in (B) above, the contractor shall immediately notify the CO no later than the beginning of the next Government work day. e. Failure of the Contractor and the Contracting Officer to agree that technical direction is within the scope of the contract shall be subject to the terms of the clause entitled "Disputes". 13. CONTRACTOR MANAGEMENT: The Contractor shall provide a Contract Manager and perform continual management of the functional areas contained in this PWS. The Contract Manger shall conduct overall management coordination and shall be the central Point of Contact (POC) with the Government for performance of all work under the PWS. The Contractor shall submit to the COTR, in writing upon award, the name, title, office and mobile telephone numbers of the Contract Manager. A Contractor employee shall be designated to act for the Contract Manager when work is being performed in the Contract Manager's absence. 14. CONTRACTOR RESPONSIVENESS: The Contractor shall ensure the COTR has current emergency contact numbers for cases where services pertaining to the execution of this PWS needs to be addressed at other than normal Contract work hours. A personal answering service is permitted at other than normal Contract workdays and work hours for receipt of COTR emergency response work requirements, provided that the Contract Manager or designee responds to all calls within 8 hours after notification of the call by the answering machine and/or service. If that's after hours, then the Contractor should respond at the beginning of the next business day. The Contract Manager and any individuals designated to act in that capacity shall have full authority to contractually bind the Contractor for prompt action on matters pertaining to the execution of the PWS. 15. KEY PERSONNEL: a. Key personnel are defined as the Contract Manager, and designated alternates. The Contractor shall be required to provide the resume of key personnel at the time of proposal submission. b. Any changes to the working status of key personnel shall be submitted to the CO for approval within 14 working days prior to the change. 16. EMPLOYEE QUALIFICA'LJNS AND CERTIFICAITONS: The Contractor shall ensure that only qualified personnel with the required current/proper Commercial Driver License (CDL) operates refuse vehicles on the VA premises. 17. CONDUCT OF PERSONNEL: The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this PWS or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this PWS any person whose employment would result in a conflict of interest with the Government's standards of conduct. 18. PERSONNEL REMOVAL: a. Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this PWS. b. The COTR may require the Contractor to remove any employee performing requirements under this PSW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COTR that such action is in the best interest of the Government. 19. PERSONNEL APPEARANCE: Contractor employees shall be well-groomed, clean, and neat in appearance; clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, and anti-American or which advocates the use of illegal drugs or other unlawful conduct. 20. PERSONNEL COURTESY: Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor will be grounds for denying the employee further access to the VA premises. 21. ALCOHOL AND ILLEGAL DRUG USE: Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this PWS. The Contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Employees found to be under the influence of alcohol or illegal drugs during working hours will be immediately removed from duty. For purposes of this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the methods by which employees will be determined to be under the influence of alcohol or illegal drugs. 22. VEHICLE CONDITION AND MARINGS: All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition as determined by the COTR. Contractor vehicles will be clearly marked so as to be distinguished from Government Equipment. Markings shall include, but not limited to, the Contractor's name and telephone number on all equipment and vehicles used to carry out the requirements of the PWS. 23. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY (HIPPA): To be eligible for contract award, the Contractor shall be in compliance with HIPPA. A Business Associate Agreement (BAA) shall be executed if determined applicable. 24. CONFIDENTIALITY: The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COTR upon request. 25. CONTRACTOR FURNISHED PROPERTY/SUPPLIES: The Contractor shall furnish at his/her own expense, all labor, materials, supplies, equipment, supervision, etc., which may be necessary or appropriate in the performance of this contract. The Contractor shall be responsible for ensuring all equipment, tolls, supplies, etc., utilized in the performance of this contract meet or exceed all applicable Federal, State, County, City, or other appropriate agency safety requirements, and ensure all employees have full working knowledge of these requirements. Should the contract require it, the successful Offeror shall provide a Material Safety Data Sheet (MSDS) for all applicable supplies under in the performance of this contract, within sever (7) business days of award notice. 26. WAGE DETERMINATION: If this contract is subject to any wage determinations as set forth by the Department of Labor, the applicable wage determination is attached. 27. NON-PERSONAL SERVICES STATUS: Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the VA. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. The Contractor will not be subject to Government supervision, but its efforts will be monitored for quality assurance. 28. POST AWARD CONFERENCE: A Post Award Conference may be held at a time and location designated by the Contracting Officer. The Contractor, the Contracting Officer, the COTR, and any other official designated by the Contracting Officer shall attend this conference. 29. REVIEWS: The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the CO or other designated representatives of the VA. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or inappropriate. Such determinations shall be made by the CO or COTR, whichever is appropriate. 30. CONTRACT AWARD AND ADMINISTRATION DATE: a. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. In the event the Contractor effects any such changes at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. b. No contract will be awarded nor payment made to any individual or entity that appears on the Health and Human Services Office of Inspector General's (HSS/OIG) List of Excluded Individuals/Entities, or any other Government sponsored list that identifies Contractors as being ineligible for contract award(s). 31. EMPLOYEE IDENTIFICATION: The Contractor, at his/her own expense, shall provide all employees with a Contractor Identification (ill) Card, prior to performing work under this contract. Contractor employees are required to display this card at all times when performing under this contract. The Contractor's employee shall sign each card issued. Employees released from service by the Contractor shall have their card collected by the Contractor. All cards shall contain an expiration date and photograph of the employee. All cards shall be destroyed upon termination of the contract. The contractor's on-site supervisor shall ensure that all employees carry and display their card when on duty, and are prepared to present them upon request. The Contracting Officer's Technical Representative (COTR) shall periodically verify cards of contract employees match their personal identification. 32. CONTRACTOR PERSONNEL: The Contractor is completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all VA building regulations, policies, and guidelines while on the premises. Contractor personnel shall be free of body odor and wear clean clothing (uniforms as appropriate) while performing duties under this contract. The Contractor shall consider the clinical environment and instruct/train their personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract. 33. SANITATION AND MAINTENANCE All equipment, including trucks, roll-offs and dumpsters, will be kept in clean and well-maintained condition. The contractor shall thoroughly wash all refuse collection containers with steam, soap or detergent and water in accordance with industry and OSHA standards to preclude unsanitary conditions. Containers shall be free of unpleasant odors, dirt and debris. Cleaning shall be performed as often as necessary to prevent an unsanitary environment. a. The contractor shall pick up all spillage around the refuse containers whether it was caused by the Government or the Contractor. The area of responsibility of the contractor will be a five (5) foot radius around all refuse containers. b. Missing or deteriorated containers (i.e., excessive rust, lids not operating properly, exterior damage, etc.) will be replaced by the contractor at no additional cost to the government. In addition, the contractor shall furnish replacement dumpsters or roll-off containers for each one that s removed for maintenance or repair. 34. WALK THROUGH The walk through will be September 14, 2009 at 10:00 A. M. We will meet at the 5201 Raymond Street location at Bldg 3130. 35. QUESTIONS: THE CUT-OFF FOR QUESTIONS WILL BE 1000 HOURS (10:00 AM) 18 SEPTEMBER 2009. Bid Schedule Trash Pick-up BASE YEARUnitUnit Price Extended Price CLIN 0001 1 Oct 09 - 31 Sep 10 Provide, deliver, empty, Monthly$___________$___________ Maintenance trash Receptacles per SOW CLIN 0002Each$___________ $__________ 1 Oct 09 - 31 Sep 10 (per call) On call service to empty Provided trash receptacles Estimated at 24 calls per year Sub Total$___________$__________ OPTION 1 CLIN 0003 1 Oct 10 - 31 Sep 11 Provide, deliver, empty, Monthly$___________$___________ Maintenance trash Receptacles per SOW CLIN 0004Each$___________ $__________ 1 Oct 10 - 31 Sep 11 (per call) On call service to empty Provided trash receptacles Estimated at 24 calls per year Sub Total$___________$__________ OPTION 2 CLIN 0005 1 Oct 11 - 31 Sep 12 Provide, deliver, empty, Monthly$___________$___________ Maintenance trash Receptacles per SOW CLIN 0006Each$___________ $__________ 1 Oct 11 - 31 Sep 12 (per call) On call service to empty Provided trash receptacles Estimated at 24 calls per year Sub Total$___________$__________ OPTION 3 CLIN 0007 1 Oct 12 - 31 Sep 13 Provide, deliver, empty, Monthly$___________$___________ Maintenance trash Receptacles per SOW CLIN 0008Each$___________ $__________ 1 Oct 12 - 31 Sep 13 (per call) On call service to empty Provided trash receptacles Estimated at 24 calls per year Sub Total$___________$__________ Grand Total$______________ $_____________ VA-248-09-RQ-0651 Questions & Answers Q1. What is the current contract price for the services being provided? A1. IAW FAR 24.203, FOIA The following information is provided: $28,258.00 (Base & Options). Be advised, contract price is considered part of the public domain and vendors interested in submitting a proposal for this new requirement must not rely upon prior contract award price to develop an independent cost /price proposal for this new requirement.. Q2. Do you have any tonnage info and can it be broken down to the waste from the compactor and the waste from the 20yd open top containers? A2. Average on class 3 wastes (20 yd open containers) is 25,764 lbs per month and the trash compactor (30 yd) is 58,048 lbs per month. Q3. If the disposal rate increases at the county landfill, can the increase be passed along to the government? A3. This is a firm fixed price contract and will not be adjusted (increase or decrease) based on contractor cost experience. Q4. Will the 20 yard roll-off container currently at the loading dock at Lakemont which is being used for cardboard recycling remain on site or will all cardboard go into the bid as bid specs refer? A4. Please see amended changes to the solicitation. Q5. Under Disposal requirements Item (2) It states fees associated with disposal shall be paid at the Orange County landfill rates. Is disposal paid separate by the VA or should it be included in the Unit price? A5. This is a firm fixed price contract and should be included in the unit price. Q6. Under item 7 (invoices) It states invoices will be paid quarterly in arrears. Is the correct? A6. Invoices will be paid in "arrears" and can be paid monthly or quarterly at the discretion of the contracting officer. Q7. Under Bid Schedule (Last 3 pages) It has Monthly then unit price is that to include all charges for the compactor and the 3- 20 yard containers to include disposal? A7. The unit price is monthly, the extended price for the 12 months. Q8. Under Bid schedule Unit it has each the (per call) is that just based on 24 calls per year on each container including the compactor? Does that include disposal as well? A7. This is based on an ESTIMATE of 24 calls per year. Yes Q9. Who is the current contractor performing these services? A9. The current contractor is Waste Services Inc. Q10. Is the current Prime Contractor utilizing a Sub-Contractor for completion of this service? If the answer is yes, what is the name of the sub-contractor? A10. No Q11. Please provide a more detailed explanation of "technical and management solution" you are looking for hauler to include in bid. A11. Technical and Management Solutions is a Statement of your interpretation of requirement and what technical solutions you will use to perform the requirements that backs up your price quote. Q12. Need more detailed specifications on trash compactor to be provided. Specifically need to know: Power source (Single phase or 3-phase and Voltage) Loading application and any additional options Compactor type (Self-Contained or Stationary) A12. The answer as follows: Power source (Single phase or 3-phase and Voltage) - 480 volt Loading application and any additional options - All loading and unloading is handled by vendor Compactor type (Self-Contained or Stationary) - Self-contained Q13. Sec 13 states: "Contractor must submit in writing upon award..." the Contract Manager information. A13. The Contractor shall submit to the COTR, in writing upon award, the name, title, office and mobile telephone numbers of the Contract Manager. This is the person whom the COTR will call if additional pick-up are required or there is a problem with the equipment etc,. Q14. Sec 15 states: "Contractor shall be required to provide the resume of key personnel at the time of proposal submission." A14. The contractor shall be required to provide a resume of the key personnel at the time of proposal submission. Q15. If overflow and spillage are a continual issue does Contractor have the opportunity to request an increase in service schedule? A15. Historically, overflow has not been a big problem but this is a requirement. Q17. Sheet the way it is currently modeled only allows for an overall annual price. There are no provisions for haul charge, disposal charges, fuel and environmental charges, or equipment rental charges. A17. This is a firm fixed price contract. Please list your technical & management solutions. Q18. Disposal Charges states "All fees associated with disposal shall be paid at the Orange County Landfill rates." However there is no provision for a disposal per ton charge on the bid sheet. A18. This is a firm fixed price contract. No itemized lines. Please list your technical & management solutions Q19. Is equipment rental cost to be figured in to the hauling and disposal charges or does hauler have the opportunity to charge monthly rental fee separately? A19. Yes equipment rental cost is to be figured into the hauling and disposal charges and no all fees will be combined. See question # 6 Q20. On-Call Service line - there is no clarification between compactor service and open top service. Haul charges may vary for different equipment. A20. If fees are different, please list the different fees for the on call (per call). Q21. Is preference given in the determination of award to an American corporation as opposed to a foreign-owned entity? A21. FAR Part 25 & Buy American Act applies to this question. Link is provided for your convenience. http://www.acquisition.gov Q22. What were the Average number of service calls conducted per month during the same period utilized to provide the average amount of waste removed per month of; class 3 wastes (20 yd open containers) is 25,764 lbs per month and the trash compactor (30 yd) is 58,048 lbs per month. A22. Please refer to #2 of the solicitation. "Disposal Requirements" Clarification of questions 7& 8 Q7. Under Bid Schedule (Last 3 pages) It has Monthly then unit price is that to include all charges for the compactor and the 3- 20 yard containers to include disposal? A7. The unit price is monthly, the extended price for the 12 months. -The unit price is referring to monthly unit not unit (dumpsters) i.e.. Monthly = 12 unit price = 5.00 Extended price = $60.00. This is a total price for all Q8. Under Bid schedule Unit has each the (per call) is that just based on 24 calls per year on each container including the compactor? Does that include disposal as well? A7. This is based on an ESTIMATE of 24 calls per year. You can submit a base price per container haul in your technical solutions. Yes - we require disposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA-248-09-RQ-0651/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Orlando VA Medicl Center;5201 Raymond Street;.;Orlando Fl
Zip Code: 32803
 
Record
SN01962038-W 20090920/090919002017-b17d9a3042be5b8acdecebe2fd3d0bb5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.