Combine Solicitation – 99– VA248-15-AP-9582 Waste Removal
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 99-- VA248-15-AP-9582 Waste Removal
Classification Code: 99 - Miscellaneous
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 33744
Place of Performance Country:
Description:
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is VA248-15-Q-1997. This is a Service Disabled Veteran Owned Small Business Set Aside. The C.W. Bill Young, VAHC Contracting Office, Bay Pines,
DESCRIPTION OF REQUIREMENT Waste Management
PERIOD OF PERFORMANCE:
ITEM QTY UNIT UNIT COST
Two (2) 30 cubic yard compactors to be removed every Monday and Thursday on a scheduled basis. Pick-ups are to be made within two hours of notification and a one hour and 30 minute turnaround time for delivery and replacement of bin. Also, contractor will be required to provide weight tickets from the resource and recovery plant to ensure that load is being disposed of in the proper manner and location. Compactor Location: Bldg 100, rear dock, and one at Lee County Healthcare Center, (dumpster/bin locations to be determined).
Two (2) 30 cubic yard compactors to be solely used for the removal of cardboard for recycling purposes at no charge to the government. The compactor will be removed every Monday and Thursday on a scheduled basis. Pick-ups are to be made within 2 hours of notification of pickup and a 1 hour and 30 minutes turnaround time for the delivery and placement of bin. Contractor will also furnish weight tickets for cardboard after return and placement of compactor. Compactor Location: Bldg 100 (Boiler Plant), rear dock, and one at Lee County Healthcare Center, (dumpster/bin locations to be determined).
One (1) 10 cubic yard box to be serviced three (3) times a week, Monday, Wednesday and Friday NO LATER THAN
One (1) 20 cubic yard, open top bin to be removed once a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turnaround time for delivery and placement of bin. Bin Location: Bldg 100, rear dock. Contractor will be required to provide weight tickets.
One (1) 30 cubic yard open top bin to be removed once a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turnaround time for delivery and placement of bin. Bin Location: Bldg 100, parking area. Contractor will be required to provide weight tickets.
One (1) 30 cubic yard bin to be removed once a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turnaround time for delivery and placement of bin. Bin Location: Bldg 19, Laundry. Contractor will be required to provide weight tickets.
One (1) 10 cubic yard front end loader to be removed twice a week on Tuesday and Thursday NO LATER THAN
Two (2) 10 cubic yard front end loaders to be serviced once a day Monday through Friday, NO LATER THAT
Two (2) 8 cubic yard front end loaders to be serviced once a day Monday through Friday, NO LATER THAN
One (1) 10 cubic yard front end loader to be serviced three (3) times a week, Monday, Wednesday and Friday, NO LATER THAN
One (1) 10 cubic yard front end loader to be serviced three (3) times a week, Monday, Wednesday and Friday, NO LATER THAN
One (1) 8 cubic yard front end loader to be serviced daily, Monday through Friday, NO LATER THAN
One (1) 30 cubic yard bin to be removed once a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turn around time for delivery and placement of bin. Bin Location: Bldg 36, Warehouse. Contractor will be required to provide weight tickets.
One (1) 10 cubic yard front end loader to be serviced three (3) times a week, Monday, Wednesday and Friday, NO LATER THAN
One (1) 30 cubic yard open top bin to be removed once a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turnaround time for delivery and placement of bin. Bin Location: Bldg 1, for construction materials (temporary). Contractor will be required to provide weight tickets.
One (1) 8 cubic yard front end loader to be removed once a week on Thursdays, NO LATER THAN
One (1) 30 cubic yard open top, brush box, to be removed twice a week on Wednesday and Friday on a scheduled basis. After pick-up there will be a 1 hour 30 minutes turnaround time for deliver and placement of bin. Bin Location:
One (1) 4 cubic yard front end loader to be removed once a week on Thursdays, NO LATER THAN
Two (2) 10 cubic yard front end loaders (for Metals) to be a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turnaround time for delivery and placement of
Full charge for A Frame container for recycled materials.
Two (2) A Frames 30 cubic yard closed bin (comingle) to be removed once a week on an on-call basis. Pick-ups are to be made within 2 hours of notification of pick-up and 1 hour and 30 minutes turnaround time for delivery and placement of bin. Bin Location: One (1) behind Energy Center building 100, and one at Lee County Healthcare Center, (dumpster/bin locations to be determined).
Biohazard Waste removal at the following facilities: C.W Bill Young Campus, LCHCC, Bradenton CBOC, Naples CBOC, Palm Harbor CBOC, Port Charlotte CBOC, St. Petersburg CBOC, Sarasota CBOC, and Sebring CBOC
AGGREGATE TOTAL: $ _________________
Statement of Work
Waste Management
A. General Information
Scope of Work: The contractor shall provide the sufficient number of 96 gallon totes and 30 gallon containers for Regulated Medical Waste, bins (e.g. 8 cubic yard, 10 cubic yard, 20 cubic yard, 30 cubic yard) and other necessary supplies (e.g. pallets, signage, keys, designated color waste bags and transport dollies) for government use in storing of solid waste, regulated medical waste and recyclable materials prior to removal of existing containers/bins by the contracting officer (CO).
Contractor will pick up General, Recyclable and Regulated Medical Waste that has been placed in the proper sized Contractor-Owned bins (e.g. 8 cubic yard, 10 cubic yard, 20 cubic yard, and 30 cubic yard) outside of the facilities until transport is needed. The Contractor may only pick up Regulated Medical Waste from the
Performance Period: The period of performance is
Type of Contract: Firm Fixed Price
B. Delivery/Pickup
Removal to be accomplished from the following locations:
Bay Pines, FL 33744
Lee County VA Healthcare Center
2489 Diplomat Pkwy. East
Naples OPC
Suite 101
Palm Harbor CBOC
35209 U.S.Hwy.19 N.
St. Petersburg CBOC
Sarasota CBOC
Suite 100
Sebring CBOC
5901U.S.
Bradenton CBOC
Port Charlotte CBOC
Port Charlotte CBOC Annex
Suite 602
Pt
C. Invoices
Payment of services rendered under this contract will be made upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor.
The contractor shall invoice by WEIGHT of type of material disposed. The invoice shall clearly identify the type of material disposed, date service rendered, amounts, unit price per pound, extended totals and any other data relevant for payment purposes. The invoice shall reference the Contract Number, Purchase Order Number and Manifest Numbers. A Purchase Order will be issued once contract is awarded.
The contractor will provide a certificate weighing system to enable proper billing for waste poundage disposed; i.e. if the disposal container weighs 14 pounds and Contractor is to dispose/haul 10 containers, then the containers would be weighed and container total weight (140 pounds) is subtracted from the gross weight to determine total waste poundage to be paid.
The Government shall not authorize payment until such time that the VA COR receives all properly executed and signed documentation.
Any credit due back to the Government because of recycled materials will be reflected as a credit on the next payment invoice sent by the Contractor to the Government.
All invoicing by the Contractor for multifunction printer devices will be submitted monthly and in arrears to:
Box 149971,
D. Contract Award Meeting
The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived.
E. General Requirements
The contractor shall be responsible for delivery of the containers, bins and any other necessary equipment at the start of the contract and as required (in the event quantities of waste materials increase) during the term of the contract, and as designated by the CO. The containers shall be fire resistant and will be approved by the CO or Contracting Officer's Representative (COR) prior to placement at Government facility. Containers shall be delivered to and placed in the areas designated or directed by the CO or COR. The contractor shall be responsible for the removal of containers at accomplishment or termination of the contract.
The contractor shall maintain the furnished containers/bins in a clean and sanitary condition at ALL times. Contractor owned metal containers/bins shall be steam-cleaned once a month prior to returning the container to VA medical facility after disposal. Certification of sanitation must be provided with the return of the container. Containers must be made of polyethylene, with integrated rollers or wheels. Additionally, on a quarterly basis contractor will include and inspection record of each container provided in the contract and its condition. All containers/bins must pass inspection or will need to be replaced immediately. Inspection form will be developed by COR to be used by contractor. Lastly, the area immediately surrounding the containers/bins shall be maintained in a clean, orderly and sanitary condition. If during the contract period, VA determines that the condition of any equipment supplied by the contractor constitutes a hazard to the health, safety or welfare of VA employees, patients, or the general community, the contractor shall immediately upon receiving notice of such determination, by the CO or COR, remove the equipment from the VA installation and shall immediately replace it with equipment which is approved by the VA facility.
Particular attention shall be paid to the prompt cleanup of oil and/or grease spills. In the case of a hydraulic oil leak or fuel/grease leaks, the driver must immediately activate the Spill Prevention Control and Countermeasures plan for the facility following pre-contract commencement training. 'The containers and bins shall be kept in good repair: metal containers/bins shall be painted when warranted (i.e. appearance of rust spots, stains excessive chipped areas, etc.). Lids are to be maintained in operating condition. The contractor will have on hand any clean up materials that would be needed for any spills/accidents that could occur during the transporting of the waste from pickup within the facilities to their transport vehicles. The clean process will be done within the guidelines and policies of the
The contractor shall provide a shipping manifest for all items shipped. Additionally the contractor shall provide the WEIGHT TICKET from a certified calibrated scale (certification must be provided as well) for each pickup, certifying the number of containers(s)/bins and types of waste removed from the VA facility for transport and destruction. This weight ticket will be provided to the COR for each pick up service. The contractor will provide these tickets for the prior week by the close of business the following Monday. For recyclable material, the contractor must itemize the materials being recycled and how much weight of it has been recycled. Contractor must use, State of Florida Registered and Licensed recycling facilities. Facilities in other states will be considered on a case by case basis through submittal to COR/CO.
The following listing specifies the most common types of waste, which may be disposed of under the terms of this contract: Government reserves the right to identify other types of waste to be disposed of under the terms of the contract.
General to be recycled more than 50% of the weight
Regulated Medical Waste (contractor may be required to recycle needle boxes)
Cardboard, Paper (white or comingled) to be recycled
Non-Ferrous Metals (aluminum, tin cans, etc.) to be recycled
Construction debris (examples: stone, plaster, woods, metal, etc.) to be recycled
Scrap metal, plastic, wood, finishing, and equipment, etc. to be recycled
Mattresses and beddings for recycling
Grounds care debris: grass clippings, branches, leaves, etc. for composting
Glass and glassware
Food scraps for composting
Palettes (wooden and plastic) to be recycled
The following listing specifies the most common types of waste not covered by the terms of this contract: the Government reserves the right to identify other types of waste not covered by the terms of this contract.
Radioactive waste
Chemical/pharmaceutical waste
Hazardous waste, including hazardous chemical waste
Sewage and other materials which may be legally discharged to a sewer.
F. Disposal and Recycling Facilities
Contractor shall certify that facilities used for the disposal and recycling of waste under the terms of this contract are operated in compliance with and do comply with all federal, state and local regulations which govern the disposal of waste and the operation of disposal facilities. Contractor shall provide certification that landfills, recycling facility, biomedical waste processing centers (including pathological waste) etc., used for the disposal of waste under the terms of this contract are operated as required by law, for the disposal of the type, or types, of waste being disposed and for the packaging employed. Contractor's disposal facilities, and all facilities used by the contractor, to store, transport, transfer and dispose of waste under the terms of this contract shall be identified by name and location to VA and shall be available for inspection by authorized representatives of the VA with a minimum of twenty four (24) hour notice. Rented leased, sub-contracted and other non-contracted and other non- contractor owned facilities which are used to provide service under the terms of this contract must also be identified by name and location, and must be available for inspection by authorized representatives of VA with a minimum of twenty - four (24) hour notice provided to the contractor. Additionally no facility will be permitted by VA without prior approval which will include the submittal of all permits and licenses referenced in section L.
G. Schedules
Waste removal from all facilities will be accomplished Monday through Friday from 0600hr to 1600hr. Regulated Medical Waste pick up shall occur between the hours of 0600hr to 0800hr five days per week, Monday through Saturday. Time of pick up at the Lee County Healthcare Center,
H. Emergencies
Contractor shall possess the ability and must respond to emergency situations deemed by the COR/CO. This response must have a maximum execution timeline of 8hrs from the point of the initial call by the Government (e.g. answering service is authorized to accept emergency service calls and contact contractor). Emergency response operations will be deemed necessary by a multitude of circumstances. As an example, emergency responses will be required in the case of a natural disaster or in preparation for a natural disaster; an epidemic/pandemic situation; Activation of the Hospital Incident Command System, the
I. Disposal and Sanitation
Contractor shall assume full responsibility for compliance with all Federal, State, County and City laws, rules, regulations, and executive orders governing collection and disposal of general waste, regulated medical waste, and recyclable materials. The contractor will be notified immediately of any violations and a remedy will be expected within 24 hours of notification. All violations will be documented in the Contractor Performance Assessment Reporting System (CPARS). The contractor shall take all segregated waste streams in their bagged form and it will be the responsibility of the contractor to unbag the waste if the waste center will not accept bags.
J. Alternate Methods of Disposal
The Government reserves the right to dispose of any or all materials listed in the terms of this contract by alternate means, including recycling, composting purifying, salvaging, etc. And to effect the removal of any or all materials listed in the tenure of this contract by alternate means, including sale, gift, or self- delivery to a disposal, recycling or reconditioning site. Only such materials designated by the COR/CO as being subject to the terms and conditions of this contract shall be removed by the contractor for fee.
K. Handling and Loading of Vehicles
Contractor's employees shall remove all containers/bins from the established collection sites designated by the Government. All containers/bins shall be handled, moved, and placed in contractor's vehicles in such a manner that the structural integrity of the container is maintained, waste is properly contained, and environmental contamination is prevented. The contractor shall reimburse the Government for any damage to Government property caused by removal operations of the contractor or his / her agent. In accordance with Federal Acquisition Regulation (FAR) 52.246-25 incorporated by reference in Section C, the contractor shall be liable for loss of or damage to the property of the Government when caused by the contractor for services performed under this contract.
L. Licenses and Permits
Contractor shall provide licenses and permits without costs to the Government for vehicles, operators and labor to remove waste (container refuse in accordance and compliance with federal, state, municipal and local regulations). Licenses must include, but not limited to:
1. DOT Transportation Permits
2.
3. CDL & Hazmat (if applicable) licenses of VA authorized drivers
4. Insurance record.
M. Changes to Statement of Work
Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
N. Reporting Requirements
Contractor shall provide legible, accurate, and compliant certificates of treatment and destruction of all regular medical waste, sharps and chemo to the Environmental Protection Specialist for ALL locations via fax or email. Contractor shall provide USEPA/DOT approved Manifests and ultimately Certificates of Destruction (CD) for each and all shipments of RCRA Listed hazardous waste and pharmaceutical (RCRA Listed) hazardous waste. Legible, accurate, and compliant copies with be submitted Environmental Protection Specialist and a copy each to the designated CORs.
For recyclable material, the contractor must itemize the materials being recycled and how much weight of it has been recycled. This documentation must also be provided to the Environmental Protection Specialist via fax or email.
O. Travel
Does not apply to this project.
P. Government Responsibilities
VA shall provide access into areas needed to perform the duties of this contract.
Q. Contractor Experience Requirements
Contractor's Past and Present Performance will be reviewed by the Contracting Officer (CO) and Contract Officer's Representative (COR) on an annual basis. This survey will be documentation of the contractor acceptable or unacceptable performance during the contract period.
R. Security
S. Contractor Responsibilities
The contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident.
Contractor shall observe all federal, state and local laws, regulations and procedures relative to the collection, transport, handling, storage, disposal; and residue disposal when providing waste removal services under the terms of this contract. Contractor will provide all documentation to the government that is produced during the cradle to grave process of the regulated medical waste.
T. Confidentiality and Nondisclosure
It is agreed that:
2. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the
3. The COR will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the COR for response.
4. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the COR.
U. Safety
It is agreed that: Vendor shall meet all local, state and federal safety requirements during the contract period.
Any mishaps involving vehicle used to transport waste shall be reported prior to contractor leaving station to COR, contracting Officer or a law enforcement agent from the Police and Security Service.
Contractor at no time shall leave vehicle in a position that could endanger the traffic: if it must be left unattended, hazard signs or will be placed in front and back of the vehicle for traffic awareness. Additionally the vehicle must be turned off when not attended and wheel cucks must be used at all times while the vehicle is parked in the facility.
Contractor drivers shall obey all the traffic rules within the Government property: i.e.: speed limits, one way, stop signs, loading zones, etc. and must be hypersensitive to our population of veterans and the prioritization of pedestrians and golf carts with in our facilities.
V. Special Contract Requirements
A. Inspection of Offerors Facilities: The Government reserves the right to thoroughly inspect and investigate the establishment, facilities, business reputation and other qualifications of any offeror and reject any bid, irrespective of price if it shall be administratively determined lacking in any of the essential necessary to assure acceptable standards of performance.
B. Subcontracting: Subcontracting on any ensuing award of this solicitation will not be allowed without the express permission of the Contracting Officer.
C. The contract manager and alternate or alternates must be able to read, write, speak, and understand English. The name of this person, and alternate or alternates who shall have full authority to act for the contractor on all contract mailers relating to the daily operation of this contract, shall be designated in writing to the COR. The contract manager and alternate(s) shall be available within 30 minutes during normal duty hours Monday thru Friday, to meet with government personnel).
D. Contractor personnel shall present a neat appearance and be easily identified as contractor employees. This shall be accomplished through distinctive clothing and/or nametags bearing the company's or employee's nametags at all times. Contractor personnel must be able to speak and understand English.
E. The contractor shall ensure employees have current and valid driver's licenses for the appropriate vehicle. The contractor's vehicles shall be maintained with current and proper state inspection and registration.
F. Security Requirements. The contractor shall obtain the following pass and identification items:
G. Listing of Employees: The contractor shall maintain a current listing of employees. The list shall include the employee's name, social security number and type of work being performed at the VA.
H. The Contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government-owned vehicles. The Contractor will ensure that employees are provided with identification badges with the name of the Contractor or that they wear uniforms with their name and the name of the Contractor on them.
I. Retrieving Identification Media: The contractor shall retrieve all identification media, including badges from all employees at the end of the contract and from employees who depart for any reason before the contract expires (e.g. terminated for cause, retirement, etc.).
J. Employees with criminal records shall be immediately identified on an individual basis to the Contracting Officer.
K. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of VA personnel, contractor personnel, resources, Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment.
L. Physical Security. The contractor shall be responsible for safeguarding all government furnished property.
M. Traffic Laws. The contractor and their employees shall comply with Medical Center traffic regulations. Motorcycle operators shall comply with VA personal protective equipment regulations.
N. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor- owned vehicles or privately-owned vehicle while on VA premises.
O. License Requirements. The contractor shall ensure their employees are qualified to operate their respective equipment. In accordance with Florida Solid Waste Management Regulations, commercial haulers of solid waste must be registered with the
P. Operator Training. The contractor shall ensure at least the manager and one additional employee attend training courses recommended by the
Q. Safety Plan. The Contractor shall submit a company safety plan that ensures that employees trained to meet all Federal, State, and local regulation, i.e.
R. Quality Control. The Contractor shall develop and maintain a quality control program that ensures refuse collection and recycling services are performed in accordance with these specifications. The Contractor shall develop and implement procedures to track, identify, prevent, remedy and ensure non-recurrence of defective services. The contractor shall provide a method to accept and resolve customer complaints and notify the customer of the resolution. The contractor shall immediately notify the QA upon receipt of a customer complaint so joint validation may be accomplished. The contractor is responsible for quality control and specification compliance. The QCP shall be submitted no later than (NLT) the pre-performance conference.
S. Quality Assurance. The Government QA will evaluate the contractor's performance using a combination of 100% inspections and periodic on-site inspections.
T. Re-performance of Service. When service performed does not conform to contract requirements, or when service was not performed in a specific area, the contractor shall perform or re-perform the service in conformity with contract specifications at no additional cost to the government. Performance or re-performance of these services shall commence immediately upon notification by the contracting officer's representative and the contractor shall have a sufficient workforce dedicated to insure corrections are accomplished that day or by noon the next work day without degradation to normal services.
U. Key Control. The contractor shall establish and implement methods of making sure all keys issued to the contractor by the government are not lost, misplaced, or duplicated and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. The contractor shall immediately report to the Quality Assurance Personnel (COR) or contracting officer any occurrences of lost or duplicated keys.
In the event keys, other than the master keys, are lost or duplicated, the contractor may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the government and the total cost deducted from the monthly payment due the contractor.
V. Recycling Center Operations. The contractor shall adhere to schedule parameters in accordance with paragraph 1.1.8.
W. Route Parameters. Refuse collection and recycling pickup services may be suspended by the Contracting Officer in limited areas for short periods of time to accommodate regularly scheduled or unscheduled events;
X. Conservation of Utilities. The contractor shall make sure employees practice energy conservation to include all government furnished utilities.
Y. The contractor shall provide adequate numbers of equipment and vehicles to fulfill the scope of this contract. In addition, the contractor shall maintain or have backup capability to provide continued service in the event primary equipment or vehicles are down for extended maintenance or repairs. Equipment failure shall not alleviate the contractor from performing any requirement contained in this contract.
Z. Telephone Service/Electronic mail: The contractor shall be required to have an email address at the office for correspondence with government personnel. The contractor shall arrange for and pay for all commercial telephone/fax and internet provider service. The contractor shall provide virus protection software. The contract manager and alternate shall have cell phones and supply the cell phone numbers to the government.
W. SERVICES SUMMARY. The contractor service requirements are summarized into
performance objectives that relate directly to mission essential items. The
performance threshold briefly describes the minimum acceptable levels of service
required for each requirement. These minimums do not relieve the contractor from
performing 100% of all work requirements. These thresholds are critical to mission
success. Work must be accomplished according to the terms, conditions and
specifications stated in the contract and any Work Orders issued for payment.
Performance Objective Performance Threshold
SDS-1 Collect and Dispose of Solid Waste in accordance with the established schedule. No more than 2 unacceptable inspections per month.
SDS-2 Collect, Process, and Market, Recyclable Materials. No more than 2 unacceptable inspections per month.
SDS-3 Maintain all vehicles/equipment in good workable condition. All vehicles/equipment should be washed and free of odors. No more than 2 unacceptable inspections per month.
SDS-4 Perform all work order issued collections required by the QA. 100% of all work order issued collections performed
PLEASE NOTE:
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 effective
Award will be made to the quotation which offers the Lowest Price Technically Acceptable. The Government also reserves the right to make no award at all.
DELIVERY ADDRESS: This Waste Management is procured on behalf of the C.W. Bill Young VAHCS,
Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award.
DEADLINE: Offers are due on Tuesday,
Link/URL: https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q1997/listing.html
Sources Sought Notice – 65– 501-16-1-5909-0001 Medtronic Mosaic Heart Valves
Amendment to Combined Synopsis/Solicitation – T.S. KENNEDY – ABS SPECIAL SURVEY- MACHINERY
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News