Skip to main content

An official website of the United States government

You have 2 new alerts

S205--Waste removal and recycling services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 24, 2023 01:04 pm EDT
  • Original Response Date: Oct 31, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    ,

Description

Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2/RPO East of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing Trash Collection Services at the below locations: New York Campus 423 East 23rd Street, New York, NY 10010 Brooklyn Campus 800 Poly Place, Brooklyn, NY 11209 St. Albans Campus 179-00 Linden Boulevard, St. Albans, NY 11425 The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 562111. New York Harbor Medical System provides ambulatory care, primary care, and secondary care in acute medicine and surgery, specialized tertiary care, transplant services, spinal cord injury, outpatient care, and a full range of extended care and mental health services. Contractor shall be responsible for allocating all equipment and personnel, including back-up resources, to meet all requirements for the comprehensive management of the solid waste, recycling programs, infectious waste and universal waste at the New York Harbor VAMC and all affiliated facilities. The comprehensive waste services shall not only include the collection and disposal of the waste, but also the training and support required to ensure compliance with all Federal, State, and Local regulations. The Contractor must have relevant experience in providing comprehensive waste management services. The ability to provide waste audits and to properly separate waste streams is crucial to this requirement. The Contractor must be able to assist the facilities in properly profiling their waste and reducing the volumes of waste, while increasing recycling services. The Contractor shall clearly show a plan that will easily measure the reductions in volumes on a monthly basis. It shall be the responsibility of the Contractor to provide the tracking and reports in a timely manner, and action plans to address any shortfalls. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, SAM Unique Entity ID (UEI) , address, email address, Web site address, telephone number, and socioeconomic status of the organization. Small business: clarify if your firm the limitations on subcontracting in accordance with Clause 52.219-14 and if your firm is considered a small business under NAICS 562111, Size standard $47.0 M. Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) must be verified at https://www.vip.vetbiz.gov and clarify if your firm (VOSB /SDVOSB) meets the limitations on subcontracting in accordance with VAAR Clause 852.219-74. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated. 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. 3) implement a successful project management plan that includes compliance; cost containment; meeting and tracking performance; and risk mitigation. 4) provide services under a performance-based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by October 31, 2023, at 5:00pm EST. All responses under this Sources Sought Notice must be emailed to safa.shleiwet@va.gov

Contact Information

Primary Point of Contact

Secondary Point of Contact





History