Combine Solicitation - S- Waste Removal from VAMC, Hot Springs, SD - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
December 6, 2011 Newswires
Share
Share
Tweet
Email

Combine Solicitation – S– Waste Removal from VAMC, Hot Springs, SD

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 05-DEC-11

Office Address: Department of Veterans Affairs;VA Black Hills HCS;Hot Springs Campus;500 N. 5th St.;Hot Springs SD 57747

Subject: S-- Waste Removal from VAMC, Hot Springs, SD

Classification Code: S - Utilities and housekeeping services

Solicitation Number: VA26312R0091

Contact: Don GilbertContracting Officer Department of Veterans Affairs Network 23 Contracting Office (NCO 23) Phone: 605-745-2000 Ext. 2178, Fax 605-745-2831 [email protected] mailto:[email protected] [Contracting Officer]

Setaside: Total Small BusinessTotal Small Business

Place of Performance (address): VA Medical Center;500 N. 5th St.;Hot Springs, SD

Place of Performance (zipcode): 57747

Place of Performance Country: United States

Description: Department of Veterans Affairs

VA Black Hills Health Care System

Department of Veterans Affairs Black Hills Health Care System

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This Request For Proposal will also use the procedures under FAR Part 13. In accordance with 13.106-2, the contracting officer may take into consideration information such as the contracting officer's knowledge of and previous experience with the services being acquired or other reasonable basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The reference/solicitation number is VA-263-12-R-0091 and the solicitation is issued as a Request for Proposals (RFP). The combined synopsis/solicitation will result in a contract to the successful offeror.

The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and the (VAAR) (Federal Acquisition Circular)

North American Industry Classification System (NAICS) code is 56211.

This requirement is for removal of waste from the VA Black Hills Health Care System Medical Center at Hot Springs, South Dakota.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. Only emailed requests received directly from the requester are acceptable.

Place of Performance:

VA Black Hills Health Care System

VAMC Hot Springs

500 N 5th St.

Hot Springs SD, 57747 USA

The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance, and Technical Capability to meet the governments requirements. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price;

Technical Evaluation Criteria

The following Technical Evaluation Criteria will be used to evaluate proposals. Criteria are listed in the order of their importance.

1. All documentation and explanations to meet the requirements of the Performance Work Statement (PWS) are included.

2. Provide an explanation of how "verifiable weights of solid waste removed" will be accomplished.

3. Possession of current required permits and business licenses allowing (or that will allow) performance of the work in the PWS.

4. Written plan for providing the PWS service, including a sample schedule of waste removal days.

5. Written plan for insuring that waste removal containers are maintained in an acceptable condition, to include cleaning and sanitizing on a regular basis, and the type of method used to do so.

6. Evidence that vehicles are properly maintained and insured.

The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote.

The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition.

52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b. of FAR 52.212.5 are considered checked and are applicable to this acquisition:

52.204-9 Personal Identity Verification of Contractor Personnel

52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-2 Evaluation -- Commercial Items

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post Award Small Business Program Representations,

52.222-3 Convict Labor,

52.222-19 Child Labor-Cooperation with Authorities and Remedies,

52.222-21 Prohibition of Segregated Facilities;

52.222-26 Equal Opportunity;

52.222-36 Affirmative Action for Workers with Disabilities,

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act,

52.225-13 Restriction on Certain Foreign Purchases;

52.228-5 Insurance -- Work on a Government Installation

52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration.

52.237-3 Continuity of Services.

52.222-41 Service Contract Act of 1965

52.222-42 Statement of Equivalent Rates for Federal Hires

In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:

It is not a Wage Determination

Employee Class: 99730, Refuse Collector

Monetary Wage: 11.72/Hr

Wage Determination No.: 2005-2485, Revision No.: 10, Date Of Revision: 06/13/2011

Other Applicable Clauses/Provisions:

FAR 52.228-5, Insurance--"Work on a Government Installation

VAAR 852.203-70, Commercial Advertising

VAAR 852.237-70, Contractor Responsibilities

VAAR 852.270-1, Representatives of contracting officers

VAAR 852.273-74, Award without exchanges

To be awarded this contract, the offeror must be registered in the CCR database. CCR information may be found at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. There are no applicable Numbered Notes that apply.

Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit complete descriptive literature that will provide all equipment specifications including technical data and pricing to this office for consideration.

RESPONSES ARE DUE BY FRIDAY, DECEMBER 9TH AT 11:00 AM MST.

E-mail quotes are preferred and will be accepted. Send to [email protected]. Vendors electing to send original quote via mail will forward a signed original quote with supportING documents to: VA Black Hills Health Care System, LOG/CON Attn: Don Gilbert, 500 N 5th St, Hot Springs, SD 57747. Electronic copies must also be included. contact Don Gilbert at (605) 745-2000 ext. 2178 for more information regarding this solicitation. All questions must be

submitted in writing to [email protected].

PART B PRICE/COST SCHEDULE

ITEM DESCRIPTION OF QTY UNIT UNIT TOTAL AMOUNT

NO. SUPPLIES/SVCS PRICE

1 9 Months ______ __________

Waste removal from VAMC Hot Springs Campus

GRAND TOTAL ---

===============

B.2 Period Of Performance: January 1, 2012 thru September 30, 2012

GENERAL INFORMATION - PERFORMANCE WORK STATEMENT

The VA Black Hills Health Care System has a requirement for waste removal services at its facility in Hot Springs, South Dakota.

Scope of Work: Contractor shall provide all labor, supervision, materials, supplies and equipment necessary for the management and disposal of general waste, loose cardboard, shredded paper and miscellaneous rubble. Regulated medical waste and hazardous waste is not included in this contract. Refuse from the residential quarters are not included under this contract.

1. The Contractor shall use vehicles specifically designed for refuse collection that have watertight bodies and do not permit loss of refuse. Open-box trucks, with or without canvas cover, shall not be permitted. Collection vehicles shall be maintained in good repair and in a safe, clean and well painted condition. Vehicles that are identified as unserviceable or unsightly by the Contracting Officers Technical Representative (COTR) or his/her designee shall not be permitted to be utilized under this contract until the deficiencies have been corrected to the approval of the COTR or his/her designee. The Contractor shall have sufficient equipment for backup of regularly assigned vehicles to insure completion of contract requirements in the event of breakdowns or other equipment problems. Each vehicle shall be labeled with the name of the hauler and box capacity in such a manner that it can be easily read from a distance of 25 feet on both the left and right hand side of the vehicle.

2. Except where otherwise noted, all containers provided shall be standard commercial-industrial type, heavy gauge metal construction, leak-proof, and designed for mechanized handling. Containers, which are mounted on wheels, shall have a positive breaking/locking device to prevent inadvertent movement. All doors, lids, hinges, rollers, breaking devices, and other moving parts shall be maintained to keep containers serviceable. Bent, damaged, leaking, rusting, and unsightly containers shall be repaired/replaced at the Contractor--'s option within 7 calendar days of notification by the COTR or his/her

designee.

(a) Garbage Containers: The interior bottom and lower half of interior sides of all containers utilized in the collection of food services garbage shall be coated with a polymer-type coating specifically designed for the purpose of leak-proofing.

(b) Compactor Containers: Contractor shall provide manufacturer--'s descriptive data and installation requirements for VA--'s review and approval for all Contractor provided compactors. All compactor containers shall be installed and fully operational within 15 calendar days after award notification. The first month--'s payment shall be based on the actual date pick-up services commence. Compactors shall be easily loaded from either ground level or dock level. Power units shall be located within the confines of the packer frame. Compactor foundations, or platforms, shall be provided by the Contractor in accordance with the manufacturer--'s recommendations. Foundations and platforms shall be removed immediately upon expiration of the contract.

(c) Maintenance of Equipment. Contractor shall provide emergency service of equipment breakdown within 24 hours (including weekends) after notification by the COTR or his/her designee. If repairs cannot be made within this timeframe, Contractor shall be responsible to make other arrangements so scheduled pick-up timeframes will be maintained.

3. Contractor shall clean and sanitize waste containers per the following instructions: If dumping and returning the same container, the container shall be cleaned and sanitized bi-monthly. If using an exchange system, the container shall be cleaned prior to each delivery. The cleaning procedure shall include power washing or steam cleaning and include the use of an EPA registered hospital grade disinfectant. The proposed disinfectant and cleaning procedure shall be provided to the COTR upon award of contract.

4. Work Performance Hours. Contractor shall perform trash removal services between the hours of 7:30 am and 4:30 pm, Monday through Friday, Government Holidays excluded. Government holidays are as follows:

New Years Day;

Martin Luther King--'s Birthday;

Washington--'s Birthday;

Memorial Day;

Independence Day;

Labor Day;

Columbus Day;

Veterans Day;

Thanksgiving Day and

Christmas Day.

If the Contractor chooses to perform services outside of this designated timeframe, approval must be obtained from the Contracting Officer or his/her designee. Contractor shall provide services on day(s) mutually agreed upon. Contractor shall perform unscheduled work within 24 hours of notification by the Contracting Officer or his/her designee.

(a) When a scheduled collection falls on a holiday, all scheduled collections shall be made the work day before or on the following work day. All rescheduled holiday collections shall be accomplished in addition to all normal collections for that day, and at no additional cost to the government.

(b) In the event of containers/compactors that are missed during regularly scheduled pick-up, the Contractor shall collect all missed containers/compactors within 24 hours after being notified of the discrepancy by the Contracting Officer or his/her designee.

5. All collection areas shall be left in a neat and orderly manner. All solid waste within a 10 foot radius of the collection station, including spillage and waste left or spilled in the area by the container shall be removed by the Contractor.

6. Contractor shall maintain refuse containers at debris levels not to exceed the height of the container.

7. Weight Tickets. Contractor shall provide weight tickets with exact poundage removed from site or any other method mutually agreed upon which will provide the VA with the average poundage removed from the site each month. Weight tickets or agreed upon methods of approximate weights shall be provided with each monthly invoice.

8. Contractor Personnel. Contractor shall continuously maintain an adequate staff with suitable management expertise to assure work is scheduled and completed in accordance with time and quality standards specified.

(a) Personnel Attire. Contractor--'s personnel shall wear either a cap, shirt or identification badge which identifies personnel as Contractor--'s.

9. Disposal Requirements. Contractor shall dispose of all refuse from the VA in accordance with all applicable local, state and federal laws and regulations. All fees associated with disposal shall be paid by the Contractor. Contractor may dispose of waste at any state approved landfill. Contractor shall provide within 7 days after award, copies of disposal permits or other written documentation of approval and suitability of landfill or other final disposal methods.

10. Contracting Permits. Contractor shall provide to the Contracting Officer or his/her designee within 7 calendar days of contract award copies of all permits/licenses from State or County which authorizes Contractor to perform solid waste removal.

11. The Government shall furnish all electricity necessary to operate compactor equipment within the following limitation.

(a) Power source of 208 volts, '--not over 20 amp--', 3 phase. The Contractor shall provide and maintain, at his/her own expense, the necessary service lines from existing VA outlets to the site of work.

12. Any and all modifications to electrical systems, control systems, etc. necessary to facilitate the operation of the compactor is the responsibility of the contractor and those modifications become the property of the Government upon expiration of the contract. All modifications shall be in accordance with the current edition of NEC and applicable sections of current NFPA codes and approved in advance.

13. The Contractor is required to dispose of refuse in such a manner as not to cause conditions detrimental to public health or to constitute a public nuisance. The Contractor assumes full responsibility for compliance with all Federal, State, City, and County laws, rules and regulations governing removal of waste material. Contract may dispose waste at any State approved landfill. All fees associated with disposal shall be paid by the Contractor.

14. Contractor--'s compactor containers must be fully enclosed, leak proof, fire retarding

and kept clean. Any refuse scattered by the Contractor onto the VA grounds must be recovered and removed by the Contractor immediately. The pickup area must be left in a clean and sanitary condition.

15. Contractor shall submit manufacturer--'s descriptive data and installation requirements for all Contractor provided compactor containers to the Contracting Officer or his/her designee for review and approval within 7 calendar days of contract award.

16. Contractor shall respond within eight (8) hours after contacted by telephone to exchange the compactor, pick up cardboard or rubble if called before 12:00 noon on Monday through Thursday.

17. Contractor shall comply with applicable sections of the Department of Veterans Affairs Veterans Health Administration Manual M-1, ---Operations, '-' Part VII, '--Environmental Management Service,--' Chapter 14, '--Waste Management.--' An electronic copy will be made available to the Contractor upon their request.

Link/URL: https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/VA26312R0091/listing.html

Copyright:  (c) 2010 Federal Information & News Dispatch, Inc.
Wordcount:  2622

Older

Combine Solicitation – Protective Security Officer Services throughout the State of North Carolina

Newer

Combine Solicitation – Z– Snow Removal RFQ

Advisor News

  • Mitigating recession-based client anxiety
  • Terri Kallsen begins board chair role at CFP Board
  • Advisors underestimate demand for steady, guaranteed income, survey shows
  • D.C. Digest: 'One Big Beautiful Bill' rebranded 'Working Families Tax Cut'
  • OBBBA and New Year’s resolutions
More Advisor News

Annuity News

  • MetLife Declares First Quarter 2026 Common Stock Dividend
  • Using annuities as a legacy tool: The ROP feature
  • Jackson Financial Inc. and TPG Inc. Announce Long-Term Strategic Partnership
  • An Application for the Trademark “EMPOWER PERSONAL WEALTH” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
  • Talcott Financial Group Launches Three New Fixed Annuity Products to Meet Growing Retail Demand for Secure Retirement Income
More Annuity News

Health/Employee Benefits News

  • Wyoming's catastrophic 'BearCare' health insurance plan could become reality
  • Duckworth pushes military IVF coverage as critics warn taxpayers could pay
  • House to consider extension for expired ACA subsidies
  • Health insurance costs spike after key ACA subsidies end
  • Veterans defend nonprofit exec accused of theft
More Health/Employee Benefits News

Life Insurance News

  • U-Haul Holding Company to Participate in KeyBanc Capital Markets Self-Storage Investor Forum
  • Clients want independent agents to blend trusted expertise and digital convenience
  • TPG and Jackson Financial Inc. Announce Strategic Partnership to Accelerate Growth
  • Conn. regulators prep PHL Variable for liquidation after selloff fails
  • New York Life Enters 2026 with Industry-Leading Financial Strength Ratings
Sponsor
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

8.5% Cap Guaranteed for the Full Term
Guaranteed cap rate for 5 & 7 years—no annual resets. Explore Oceanview CapLock FIA.

Press Releases

  • Two industry finance experts join National Life Group amid accelerated growth
  • National Life Group Announces Leadership Transition at Equity Services, Inc.
  • SandStone Insurance Partners Welcomes Industry Veteran, Rhonda Waskie, as Senior Account Executive
  • Springline Advisory Announces Partnership With Software And Consulting Firm Actuarial Resources Corporation
  • Insuraviews Closes New Funding Round Led by Idea Fund to Scale Market Intelligence Platform
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet