Offerors must complete and return all information designated in the solicitation prior to the specified date in block 8. Site visit is scheduled for Wednesday, June 18, 2025, at 1:00 PM local time. All interested parties should meet with Cor and Andre Hanna at Building 1, Main Hospital, Room B077, Engineering Conference Room. RSVP to ***@***. *. * by Tuesday, June 17, 2025, at 3:00 PM local time. RFQ questions must be submitted in written form via email to ***@***. *. * no later than Monday, June 23, 2025, by 3:00 PM local time. The government will issue a consolidated response via solicitation amendment to www. ***. *. * within 2 business days. The minimum guarantee for this IDIQ is $1,**** and the ceiling is $250,**** for the entire duration of the contract. The government will only pay for actual services rendered. The period of performance is a five-year ordering period with five one-year priced periods, from August 1, 2025, through July 31, 2030. The DOL wage determination for Dickinson County, MI applies to any award made from this solicitation. The VA has mandated electronic invoice submission to the Veterans Affairs Financial Services Center (VAFSC). Vendors must register with Tungsten Network by submitting an email to ***@***. *. * or calling **** shall be submitted monthly, in arrears, in accordance with **** electronic submission of payment requests. All contractor personnel are required to adhere to all VA rules and regulations. Smoking is prohibited on the entire campus. Possession of weapons is prohibited. The authorization accreditation (AA) requirements of VHA Handbook **** do not apply to this requirement. No AA or MOUISA is required. The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. Three copies of a comprehensive written QCP shall be submitted to the CO and COR within 5 working days when changes are made thereafter. The government shall evaluate the contractors performance under this contract in accordance with the quality assurance surveillance plan included in Technical Exhibit 1. The contractor is responsible for conducting business between the hours of 8:30 AM and 4:30 PM CST, Monday through Friday, except federal holidays or when the government facility is closed due to local or national emergencies, administrative closings, or similar government-directed facility closings. All travel and transportation costs are to be included in the unit costs for hazardous
waste removal services. No other direct costs are approved. The contractor shall have one knowledgeable and competent representative and alternate, with whom the respective VA hospital staff will communicate regarding all aspects of the contract. If the contractors representative changes, the CO and COR will be notified immediately. The government will provide access to the pickup and delivery points located at the Oscar G Johnson VA
medical center. The government will provide containers as listed solely in the sheet included in Technical Exhibit 3 unit schedule. No other containers or packaging materials will be provided. The contractor shall furnish all supplies, equipment, facilities, personnel, equipment, tools, materials, vehicles, supervision, and services required to perform work under this contract that are not listed under section 3 of this PWS. The contractor shall provide all materials, supplies, and shipping/packaging containers necessary to properly perform the work defined in the contract. The contractor shall secure all ancillary materials, supplies, and shipping/packaging containers not supplied by the government. The contractor shall furnish all tools and equipment necessary to properly perform the work defined in the contract. The contractor shall provide all licensed and required vehicles. All vehicles to be used under this contract must be m