Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
SOLICITATION NOTICE

F -- Re-usable sharps container

Notice Date
9/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (RM90), 4801 8th Street North, St. Cloud, Minnesota 56303
 
ZIP Code
56303
 
Solicitation Number
618-52-04
 
Response Due
9/29/2003
 
Archive Date
10/28/2003
 
Point of Contact
Point of Contact - David Steeves, Contract Officer, (320) 255-6328, Contracting Officer - David Steeves, Contract Officer, (320) 255-6328
 
E-Mail Address
Email your questions to David Steeves
(david.steeves@med.va.gov)
 
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ 618-52-04 for Supply of disposable Sharp containers and pickup/disposal of Biohazardous Sharps waste.for the Veterans Administration Medical Center, One Veterans Drive, Minneapolis, MN 55417 and is prepared in accordance with the format under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, Subpart 13.5 test program; and as supplemented with additional information included in this notice. Simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This Business Opportunity Systems (BOS) announcement/solicitation constitutes the only bid document issued. A separate written solicitation document will not be issued. The NAICS Code 562211 applies for this procurement and the small business size standard is 10.5 Mil. Dollars. Contractor?s proposals (cost and technical) are herein requested to provide re-usable containers and dispose of Biohazardous Sharps waste. This solicitation is for One base year and one option year. Contractor to provide pricing for each year. Award will be made for the initial base year with option to extend contract for additional option year periods. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15 and VAAR 97-10. THE CONTRACTOR SHALL PROVIDE RE-USABLE SHARPS CONTAINERS THAT HE WILL SERVICED AS NEEDED TO PREVENT OVER FILLING OF CONTAINER?S BIOHAZARDOUS SHARPS WASTE. CONTRACTOR WILL BE RESPONSIBLE FOR REMOVAL OF OLD SHARPS BRACKETS AND CONTAINERS AND INSTALLING NEW BRACKETS FOR REUSABLE SHARPS CONTAINERS. CONTRACTOR WILL PROVIDE WIRE DOLLY FOR FLOOR UNITS WITH LOCKS AND KEYS. CONTRACTOR WILL SERVICE THE REUSABLE SHARPS CONTAINER AS NEEDED TO PREVENT OVER FILLING OF CONTAINERS. CONTRACTOR WILL PROVIDE EXTRA SHARPS CONTAINERS IN CASE OF EMERGENCY. THE AWARDED CONTRACTOR WILL DETERMINE EXACT NUMBER OF CONTAINERS BY SITE SURVEY. ESTIMATE THAT BETWEEN 4000 AND 5000 CONTAINERS WILL BE NECESSARY TO MEET NEEDS OF VAMC MEDICAL CENTER. CURRENTLY VAMC USES KENDALL CONTAINERS IN THE FOLLOWING MODEL NUMBERS: 8508, 8980, 8985, 8965, 8522, and 8536. CONTAINERS ARE LOCATED THROUGHOUT THE FACILITY AND EXPERIENCE VARIED USAGE. IN THE LAST YEAR, IN WHICH THE FACILITY WAS USING DISPOSABLE CONTAINER, 1,070 CONTAINER WERE DISPOSED. ALL OFFERS PROVIDING LIKE OR EQUIVELENT CONTAINERS WILL BE CONSIDERED. FOR ADDITIONAL INFORMATION ON FACILITY LAYOUT AND LOCATION OF CONTAINERS CONTACT VICKI OLSON, ENVIRONMENTAL MANAGEMENT SVC., 612-725-2000 EXT. 2009. Evaluation factors will include: (1) Technical acceptability as determined by the information submitted which demonstrates understanding regulations and procedures used in the disposal of biohazardous medical waste along with permits and licenses for the disposal of medical waste. (2) Past performance, outlining management capabilities and approach: Describe management methods used to assure the provision of prompt and quality service, including a description of a quality assurance and customer service plan. (3) Price. Identify all Federal, State and Local government contracts and private contracts of similar type, scope, size and complexity that are ongoing, or have been completed within the past 3 years. Provide a list of references pertaining to those contracts. In addition, information must be provided that evidences customer satisfaction with an offeror?s products and services, and demonstrates an offeror?s compliance with the fulfillment of the requirements of previous contracts. The technical criteria and Management capabilities when combined are more important than price. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting one copy of cost proposal for the base year and option year and three copies of the technical proposal on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); FAR 52.212-1, Instruction to Offers ? Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certification?Commercial Items (NOTE ? Offerors must include a completed copy of ?Offeror Representations and Certification? along with his/her offer); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders ? Commercial Items; FAR 52.216-18 ? Ordering; FAR 52.216-19 ? Order Limitations; FAR 52.216-21 ? Requirements; FAR 52.217-5 - Evaluation of Options; FAR 52.217-9 ? Option to Extend the Term of the Contract; FAR 52.232-18 Availability of Funds, FAR 52.232-19 Availability of Funds For the Next Fiscal Year, VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the containers and services to be provided, a completed copy of provision 52-212-3, and technical requirements listed above. Submit all price and technical proposals to David Steeves, Contracting Officer (RM90C), VA Medical Center, 4801 Veterans Drive, St Cloud MN, 56303-2099.. All responses to questions, which may effect offers, will be incorporated into a written amendment to the solicitation. For further information contact David Steeves at 320-255-6328 or Fax 320-255-6341. All offers must be received no later than close of business (4:30PM CST) on September 29, 2003.
 
Web Link
RFQ 618-52-04
(http://www.bos.oamm.va.gov/solicitation?number=618-52-04)
 
Record
SN00436345-W 20030919/030917213202 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.