Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2021 SAM #7241
SOLICITATION NOTICE

B -- RECYCLING STUDY - 554

Notice Date
9/26/2021 6:38:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921R0111
 
Response Due
9/29/2021 9:00:00 AM
 
Archive Date
11/28/2021
 
Point of Contact
Contacting Officer, Pamela Barnes, Phone: 303-712-5813
 
E-Mail Address
Pamela.Barnes@va.gov
(Pamela.Barnes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items 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 solicitation 36C25921R0111 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective July 12, 2021. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 541620, with a small business size standard of $16.5 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line item numbers, quantities and units of measure including options. CLIN DESCRIPTION QTY UNIT UNIT COST TOTAL COST 0001 Recycling Study in accordance with the statement of work Base Year: date of award through September 29, 2022 1 JOB $__________ $__________ STATEMENT OF WORK - ROCKY MOUNTAIN REGIONAL VA MEDICAL CENTER SOLID WASTE AND RECYCLING SURVEY PURPOSE In order to effectively manage wastes for government owned buildings, it is important to have a full understanding of the waste streams and disposal options and to implement and or improve existing recycling programs. The Rocky Mountain Regional VA Medical Center (RMRVAMC) desires to survey the waste disposal processes at 1700 North Wheeling Street, Aurora CO for recycling opportunities. The purpose of these surveys is to help RMRVAMC determine the most cost-effective methods to manage recycling materials, develop strategies to minimize waste generated in its facilities, established a realistic and obtainable diversion rate, verify vendor collection data regarding recycled material collected. The results of these surveys shall help us develop strategies to meet these goals, determine if this goal is attainable and assess cost-saving measures. This is not a summary of available information relating to the topic of healthcare recycling, but a study specifically tailored to RMRVAMC on how it can succeed with recycling and waste minimization. BACKGROUND RMRVAMC has an existing comingled/single stream recycling program. RMRVAMC desires to recycle all plastics including hard plastics (2, 3, 4, 5 & 6), except for plastic bags, but including blue wrap; mixed paper; cardboard; clean (non-infectious) medical wastes from treatment rooms; metals including aluminum, copper, brass and steel cans; food waste, glass, Styrofoam, and wooden pallets. Excluding metals, these materials are transferred from areas within the hospital to 40-yard cubic yard compacted containers located next to the municipal solid waste container. We ve also got a large capacity autoclave for regulated medical waste treatment prior to disposal which needs evaluation to be brought on-line. This study shall also determine the feasibility of recycling based on the regional market demand, available resources at RMRVAMC for recycling to include equipment, in-house manpower, and an estimated cost for recycling for the RMRVAMC. Building C (#01 Concourse; CON) - 149,018 gross square feet (GSF) Building B (#02 Research; RES) - 60,790 GSF Building D & F (#03 - Diagnostic and Treatment; DAT) - 323,058 GSF Building D: DAT South Building F: DAT North Building H (#04 Inpatient Building South; IBS) - 126,075 Gross Square Feet (GSF) Building K (#05 Inpatient Building North; IBN) - 129,760 GSF Building L (#06 Energy Center; ENC) - 52,736 GSF Building G (#08 Clinic Building North; CBN) - 100,177 GSF Building E (#09 Clinic Building Center; CBC) - 100,177 GSF Building A (#10 Clinic Building South; CBS) - 128,811 GSF Building PE (#11 Parking Staff North; PSN) - 410,237 GSF Building PN (#12 Parking Visitor North; PVN) - 387,281 GSF Building PS (#13 Parking Visitor South; PVS) - 167,699 GSF Fisher House - 28,000 GSF Building Post-Traumatic Stress Disorder (#14 - PTSD) - 15,000 GSF Building P (#15 - Bio-Science East; BSE) - 25,000 GSF OBJECTIVES This contract has the following objectives: Attain better knowledge of current recycling efforts at the RMRVAMC by conducting a waste survey including generation levels and waste diversion practices Identify efficient methods for collection, storage and transfer of recycled material as well as recommended staff service for execution of this function in the recycling program Determine a realistic and attainable diversion rate which is based on the types and amount of each recyclable generated; the staff time and storage space available to collect and hold recyclables prior to shipment; what staff service at the hospital would be the best one to collect these wastes; and the logistics and cost to transport recyclable type to the nearest Material Recovery RMRVAMC (MRF) Identify any recycling opportunities in the local community and materials that shall be hard to recycle due to lack of market demand, but are already part of the hospital s waste stream Identify factors, and their potential effects on the hospital s recycling efforts, contributing to the recyclability of certain waste such locations of MRFs, local initiatives supporting recycling, local regulations requiring recycling, local demand for recyclable materials in support of a circular economy, etc. Determine costs or revenue per unit weight for reach recyclable category using current and projected (3 years) market value. Provide spreadsheet in Excel format for calculating these values to assist hospital in determining these values in the future. PERFORMANCE WORK STATEMENT Contractor shall conduct a comprehensive survey of recycling practices which could, and are currently, being used at the RMRVAMC as well as the practicality of each one. Its specific focus shall be on healthcare recycling at RMRVAMC. This survey shall include market analyses of recycling given the geographical location and operational limitation of the RMRVAMC such as collection sites and support of recycling efforts, regional infrastructure available to accept and process recyclables, end market demand for recyclables. It is foreseeable that the survey shall involve multiple conference calls to gather RMRVAMC waste data and to gain acknowledge of the historical recycling efforts and diversion rate; current recycling contracts; recycling issues and recycling education at RMRVAMC, etc. Conference calls are expected to occur prior to the site visit, follow up from the site visit and a final call to discuss report findings and recommendations. Contractor shall develop written draft/final reports and survey from the recycling survey, previous relevant waste collection data and diversion rates, including but not limited to recommendations for improving the economy and efficiency of recycling collection, storage, transfer and disposal. From the waste stream survey at the hospital, the contractor shall provide survey of local recycling markets including survey of and recommendations for recycling options providing the lowest cost or highest revenue possibilities for the medical center by conducting a feasibility study. The contractor shall identify factors contributing to the recyclability of certain waste such locations of MRFs, local initiatives supporting recycling, local regulations requiring recycling, local demand for recyclable materials in support of a circular economy, etc. and use this information to justify a realistic diversion rate. The contractor shall provide recommendations and strategies to improve waste diversion rates in all areas of RMRVAMC. Information to be included in each report (as a minimum) is as follows: Conduct Visual Survey of occupied spaces and verify that occupants have access to containers for recyclable items, verify size and number of outside recycling containers provided by waste haulers. Perform a representative sample of each waste type (solid waste and recycling class) to include the weight of each bag and percentage of contamination. This would be a small sample size to capture the extent contamination is an issue at the point of collection. Conduct a visual inspection for appropriate signage for recyclable items. Identify if the RMRVAMC/building has an operating scale appropriate for weighing recyclables and how the scale could be used by the waste hauler. As the current scale is mostly used for weights of incoming and outgoing clean medical supplies, a portable system could be considered which can be relocated when not in use at the recycling area. Identify and document any other waste streams such as shredded paper, precious metals, reusable sharps containers, etc. that is not captured by RMRVAMC, and strategy for their utilization in recycling if possible. Note the status of each one, Service managing collection. Consider if it should be included under one contract together or accomplished as separate, smaller contracts. Provide photos of contamination in the recycling containers in occupied space, and composition of contaminants found during the physical waste survey to be used for education purposes. Provide photos of locations where a recycling bin would be most appropriate and the type of waste collection bin to be used. Provide recommendations and best practices to improve the facilities current waste diversion rate. Include in the discussion tenant outreach, education and signage. For example, commonly misplaced items. Identify local vendors who offer recycling services available to the hospital that are not currently collected at the RMRVAMC. And also, their feasibility for working with the VA such as being an SDVOSB and recommend strategies for doing business with them. Provide findings and recommendations for tenant outreach, diversion strategies and right sizing vendor supplied bins for efficiency and cost savings specific to RMRVAMC. Identify waste minimization efforts already in use at the RMRVAMC and others for implementation at the RMRVAMC. Provide site plan for where each recycling container (and type) would be installed to include a waste flow-plan with recommendations for staff services providing collection at each point. The reports shall be comprehensive with the following headings (as a minimum) Content. Executive Summary Introduction. Purpose of Survey. Local Solid Waste and Recycling Regulations. Waste Survey Strategy. RMRVAMC Information. Tenant Agencies located at the RMRVAMC. Total Building Occupancy/Healthcare occupancy levels & care offered that the medical center including operating rooms Vendor supplied recycling collection equipment. Recycling collection equipment supplied by the RMRVAMC and usability on contract. Location of recycling collection equipment at RMRVAMC. Waste Survey for RMRVAMC. Solid Waste yearly generation rate by volume and weight Recycling Comprehensive list of recycled material, yearly generation rate by weight for each recycled material Contamination Rates. Waste minimization efforts proposed or already underway. Market Research. Current vendors for recycling within the regional market that could possibly partner with RMRVAMC Local vendors with additional services currently not available at the RMRVAMC emphasizing recycling Cost/revenue for the various recyclables collected at the RMRVAMC based regional market and project for next 3 years (provide working Excel format spreadsheet with calculations) an on-line database isn t acceptable. Identify factors contributing to the recyclability of certain waste such locations of MRFs, local initiatives supporting recycling, local regulations requiring recycling, local demand for RMRVAMC specific recyclable materials in support of a circular economy, etc. and use this market research to justify a realistic diversion rate. Findings/Recommendations. Overall linked implementation strategic plan for RMRVAMC incorporating each stakeholder, interactions in their position and activities in priority order Current waste diversion activities at the RMRVAMC. Site plan for recommendations using floor plans provided by RMRVAMC. Identify best practices specific to RMRVAMC. Recommend improved solid waste diversion strategies. Recommend a realistic and obtainable diversion rate based on the site survey, current generation rates and collection at the RMRVAMC and market research. The surveys shall be completed, and a draft report provided to Rocky Mountain Regional VA Medical Center GEMS Program Manager, VISN GEMS Program Manager, Contracting Officer Representative (COR) within ninety (90) calendar days of award of this annual task order, unless additional time is authorized by Contracting Officer (CO). DELIVERABLES The contractor shall provide an electronic copy of final report(s) within 14 days of the Government review and comments on the draft reports. The government shall have a period of no more than thirty (30) calendar days from receipt of the draft report to review and comment. If review and comment is not completed within 30 calendar days, the draft report shall be considered as the final report. PERIOD AND PLACE OF PERFORMANCE The period of performance is for a single site visit possibly comprising multiple days at the RMRVAMC, 1700 North Wheeling Street, Aurora CO 80045. GOVERNMENT FURNISHED INFORMATION RMRVAMC will provide the following: A staff contact person(s) to escort contract personnel throughout each building until the contractor has required security clearances and badge access Proper Building Identification/passes Contact information for relevant personnel A description of the building and its tenants Floor layout for the building (simple) Previous Solid Waste and Recycling Data Reports for the past three years Monthly Waste and Recycling Invoices for the past 18-24 months Estimated building occupancy count More detailed information can be provided to the selected contractor, PERFORMANCE MEASURES AND QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The Government shall use the methods outlined in the QASP, below to perform surveillance of the contractor performance: Standard Acceptable Quality Method of Surveillance Incentive Contractor shall perform timely completion of tasks per schedules. No more than 2 documented instances of Contractor failing to meet standard. Independently verified through COR observation or verified reports Highly successful past performance rating. Documents and work product shall be error-free and have appropriate quality control. No more than 1 documented instance of contractor failing to meet standard Independently verified through COR observation or verified reports Highly successful past performance rating. Contractor shall maintain a high level of customer service and professionalism No more than 1 documented instance of contractor failing to meet standard. Independently verified through COR observation or verified reports Highly successful past performance rating. Contractor shall provide appropriate solutions and recommendations for improvements to the waste disposal program, process, and communication. No more than 1 documented instance of contractor failing to meet standard. Independently verified through COR observation or verified reports Highly successful past performance rating. 9.0 EVALUATION OF CONTRACTOR PERFORMANCE Contractor performance shall be reviewed to determine whether the Contractor continues to provide good value to the government. The final report shall be evaluated to determine if the Contractor and SOW (adjusted to VA station unique conditions) can be utilized at additional VHA facilities in the future. 10.0 CONTRACTOR AND SUBCONTRACTOR EVALUATION If the Contractor s work is determined unsatisfactory, the Government shall conduct a formal review during the progress of the work. The Contractor shall be held fully responsible for the adequacy of the sub-contractor performance(s) and submission(s), and corrections at no additional cost to the government. Further, before substitution of any subcontractor under this procurement, the Contractor shall obtain the acceptance of the Contracting Officer (CO). The Contractor shall furnish all information required by the CO for the vetting process. 11.0 CONTRACT ADMINISTRATION On behalf of the CO, the COR is responsible for the general administration of this work order. The COR is responsible for the review/acceptance of all task deliverables. This individual shall serve as the Government point of contact concerning fee negotiation, information exchange, submission review, and payment of fees. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (MAR 2020), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) The Government will award a 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: (a) The Government will award a 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: Technical: The offeror shall be evaluated on its ability, as demonstrated in its proposal, to successfully perform all the requirements listed in the Statement of Work (SOW). The proposal shall include recent and relevant experience of similar size and scope as this requirement. Past Performance: The offeror shall provide three references of organizations in which the same or similar type of services have been provided. References shall include a point of contact, position title of point of contact, organization name, telephone number, mailing address and email address. Price: Offeror s price shall be evaluated to determine if its fair and reasonable. Offerors shall submit a price/cost breakdown to include hourly rates of all employees who will be involved in the complete of this project. Service-Disabled Veteran-Owned Small Business (SDVOSB): The offeror shall be certified, verified and have an active registration in the Vendor Information Pages (https://www.vip.vetbiz.va.gov/). Technical and past performance when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition, with the following addendum: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.  The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.  The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.  This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION); VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018); VAAR, 852.270-1 Representatives of Contracting Officers (JAN 2008). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAR 2020) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2018); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013); FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020); FAR 52.222-3, Convict Labor (JUNE 2003); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JULY 2014); FAR 52.222-40, Notice of Employees Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50, Combating Trafficking in Persons (JAN 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017); Quotes shall include the solicitation number (36C25921R0111), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:            http://www.acquisition.gov/far/index.html            http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Pamela Barnes, Contracting Officer at Pamela.Barnes@va.gov and no later than 10:00 a.m. Mountain Time on Wednesday, September 29, 2021. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 3:00 p.m. MT, Monday, September 27, 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37b900cd038f41118198011ae404a368/view)
 
Place of Performance
Address: Department of Veterans Affairs Eastern Colorado Health Care System 1700 N. Wheeling Street, Aurora 80013, USA
Zip Code: 80013
Country: USA
 
Record
SN06144617-F 20210928/210926230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.