Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2005 FBO #1293
SOLICITATION NOTICE

Q -- Medical Hazardous Waste Disposal

Notice Date
6/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-05-T-0007
 
Response Due
6/17/2005
 
Archive Date
7/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotations are requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA 7000-05-T-0007, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The North American Classification System (NAICS) number is 562112 and the size standard is $10,500,000. The proposed contract is a 100% Small Business Set-Aside. LINE ITEM 0001 ESTIMATED MONTHLY UNIT OF UNIT QUANTITY: 1900 LBS ISSUE PRICE LB. $_____ Base Year: 3 July 2005 to 2 July 2006. CONTRACTOR SHALL PROVIDE ALL PERSONNEL, MATERIAL, LABOR, SUPPLIES AND EQUIPMENT TO ACCOMPLISH THE PICK-UP AND DISPOSAL OF APPROXIMATELY 1900 LBS. OF HAZARDOUS MEDICAL WASTE PER MONTH AT THE AIR FORCE ACADEMY HOSPITAL IAW THE STATEMENT OF WORK CONTAINED HEREIN. THE CONTRACTOR SHALL ONLY BE PAID FOR ACTUAL AMOUNTS OF HAZARDEOUS MEDICAL WASTE PICKED-UP AND REMOVED FROM THE U.S AIR FORCE ACADEMY. INVOICES SHALL BE SUBMITTED ON A MONTHLY BASIS. PARTIAL PAYMENTS AUTHORIZED AND REQUIRED. Base Year: 3 July 2005 to 2 July 2006. TOTAL ANNUAL PRICE: $_____________ LINE ITEM 1001 ESTIMATED MONTHLY UNIT OF UNIT QTY: 1900 LBS. ISSUE PRICE Option Year One: 3 July 2007 to 2 July 2008 LB. $______ CONTRACTOR SHALL PROVIDE ALL PERSONNEL, MATERIAL, LABOR, SUPPLIES AND EQUIPMENT TO ACCOMPLISH THE PICK-UP AND DISPOSAL OF APPROXIMATELY 1900 LBS. OF HAZARDOUS MEDICAL WASTE PER MONTH AT THE AIR FORCE ACADEMY HOSPITAL IAW THE STATEMENT OF WORK CONTAINED HEREIN. THE CONTRACTOR SHALL ONLY BE PAID FOR THE ACTUAL AMOUNT OF HAZARDEOUS MEDICAL WASTE PICKED-UP AND REMOVED FROM THE U.S AIR FORCE ACADEMY. INVOICES SHALL BE SUBMITTED ON A MONTHLY BASIS. PARTIAL PAYMENTS AUTHORIZED AND REQUIRED. Option Year One: 3 July 2007 to 2 July 2008. TOTAL ANNUAL PRICE $_________________ LINE ITEM 1002 ESTIMATED MONTHLY UNIT OF UNIT QTY: 1900 LBS ISSUE PRICE Option Year Two: 3 July 2008 to 2 July 2009 CONTRACTOR SHALL PROVIDE LB. $_____ ALL PERSONNEL, MATERIAL, LABOR, SUPPLIES AND EQUIPMENT TO ACCOMPLISH THE PICK-UP AND DISPOSAL OF APPROXIMATELY 1900 LBS. LBS OF HAZARDOUS MEDICAL WASTE PER MONTH AT THE AIR FORCE ACADEMY HOSPITAL IAW THE STATEMENT OF WORK CONTAINED HEREIN. THE CONTRACTOR SHALL ONLY BE PAID FOR THE ACTUAL AMOUNTS OF HAZARDEOUS MEDICAL WASTE PICKED-UP AT THE U.S AIR FORCE ACADEMY. INVOICES SHALL BE SUBMITTED ON A MONTHLY BASIS. PARTIAL PAYMENTS AUTHORIZED AND REQUIRED. Option Year Two: 3 July 2008 to 2 July 2009. TOTAL ANNUAL PRICE $_______________ LINE ITEM 1003 ESTIMATED MONTHLY UNIT OF UNIT QTY: 1900 LBS ISSUE PRICE Option Year Three: 3 July 2009 to 2 July 2010 LB. $_____ CONTRACTOR SHALL PROVIDE ALL PERSONNEL, MATERIAL, LABOR, SUPPLIES AND EQUIPMENT TO ACCOMPLISH THE PICK-UP AND DISPOSAL OF APPROXIMATELY 1900 LBS OF HAZARDOUS MEDICAL WASTE PER MONTH AT THE AIR FORCE ACADEMY HOSPITAL IAW THE STATEMENT OF WORK CONTAINED HEREIN. THE CONTRACTOR SHALL ONLY BE PAID FOR THE ACTUAL AMOUNTS OF HAZARDEOUS MEDICAL WASTE PICKED-UP AT THE U.S AIR FORCE ACADEMY. INVOICES SHALL BE SUBMITTED ON A MONTHLY BASIS. PARTIAL PAYMENTS AUTHORIZED AND REQUIRED. Option Year Three: 3 July 2009 to 2 July 2010. TOTAL ANNUAL PRICE $_________________ ********TOTAL PROPOSED PRICE: (Base year plus three option periods) $_________________ 1. All responsible sources may submit a quotation, which will be considered by this agency. Written quotations shall be delivered attention to: John Kurko, at the above address not later than 4:00 PM (Montain Time Zone), 17 June 2005. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors- Commercial Items, as follows: Contractors shall submit their quotation on company letterhead, provide the solicitation number, offeror?s name, address and telephone number, unit pricing for each line item, an overall total price, cage code, DUNS number, size of business, and Identification Number (TIN). 2. The provisions at 52.212-2 Evaluation-Commercial Items applies to this acquisition. Please read this paragraph very closely. The Government will award a contract resulting from this solicitation to the responsive and responsible offeror at the lowest price. Offerers shall provide their quotations in accordance with the following instructions: Offerers shall provide, in writing, the unit price per LB., and the overall price for the base year and the three individual option periods. Offerors shall utilize a monthly quantity of 1900 lbs as the monthly workload factor. The total annual offered price is computed as follows: (1) multiply the monthly annual quantity of 1900 lbs by 12. The result is an annual quantity of 22, 800 lbs. (2) multiply the annual quantity of 22,800 lbs by the offered unit price. For example a proposed unit price of $1.00 per pound shall be multiplied by the 22,800 factor resulting in a total annual proposed price of $22,800.00. Offerors shall also provide a total price for the entire proposed acquisition. The total price shall reflect the proposed price for the base year plus three option periods; four years total. The government will award a contract resulting from this solicitation to the responsive and responsible offeror at the lowest price. The lowest price is defined as the lowest proposed ?TOTAL PRICE? for the base year, plus the three option periods combined. 3. The provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. 4. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this: DFARS 252.225-7013, Secondary Arab Boycott of Israel; USAFA 5352.242-9500, Contractor Access to Air Force Installations (incorporated by full text in the proposed resultant contract), FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.232-19, Availability of Funds for the Next Fiscal Year, and FAR 52.252-2 Clauses Incorporated by Reference. 5. The clause at 52.217-8, Option to Extend Services, applies to this acquisition. 6. Wage Determination NO.: 94-2079 REV (25) AREA: CO, Colorado Springs, applies to this combined synopsis/solicitation. 7. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 5, 14, 15, 16, 17, 18, 19, 20 and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.232-7003, Electronic Submission of Payment. 8. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this combined synopsis/solicitation. a. The Government may extend the term of this contract by written notice to the Contractor within 30 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises the option, the extended contract shall be considered to include this option clause. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. 9. The following addendums apply to this combined synopsis/solicitation: a. Addendum to FAR 52.212-4 (Changes). b. Invoicing addendum. 10. Health Information Portability and Accountability Act Addendum. Health Information Portability and Accountability Act (HIPPA) Compliance Requirements. During the performance of this Contract, the Contractor agrees to comply with all Health Insurance Portability and Accountability Act (HIPPAA) rules, regulations, and requirements as set forth in the Code of Federal Regulations at 45 C.F. R. parts 164 and DoD 6025.18-R, if applicable. This clause incorporates by reference the definitions set forth in DoD 6025.18-R, DL 1.1. Violations of HIPAA may involve the impositions of fines and/or imprisonment. The specific contractor requirements set forth in DoD 6025.18-R include but are not limited to the following: (1.) CONTRACTOR will not use or further disclose protected health information in a manner, which would violate the requirements of DoD 6025.18-R, except that: A. CONTRACTOR may use and disclose such information for the proper management and administration of the CONTRACTOR; and B. CONTRACTOR may provide data aggregation services related to the healthcare operation of the covered entity. (2.) CONTRACTOR shall: A. Not use or further disclose protected health information other than as permitted or as required by DoD Regulation or as required by law. B. Use appropriate safeguards to prevent use or disclosure of the information other than as allowed by DoD 6025.18-R. C. Report to the covered entity any use or disclosure of the information not allowed by DoD 6025.118-R of which it becomes aware. D. Ensure that any person or contractor to whom it provides protected health information received from, or created or received by Contractor on behalf of, the covered entity is subject to or agrees to the same restrictions and conditions that apply to Contractor with respect to protected health information. E. Make available protected health information in accordance with Chapter 11 of DoD 6025.18-R. F. Make available protected health information for amendment and incorporate any amendments to protected health information in accordance with Chapter 12 of DoD 6025.18-R. G. Make available the information required to provide an accounting of disclosures in accordance with Chapter 18 of DoD 6025.18-R. H. Make its internal practices, books, and records relating to the use and disclosure of protected health information received from, or created or received by the business association on behalf of the covered entity, available to the Secretary of Health and Human Services (HHS) for purposes of determining the covered entity?s compliance with HHS regulations. I. At termination of the performance of Contractor functions, if feasible, return or destroy all protected health information received from, or created or received by the Contractor on behalf of, the covered entity that the Contractor still maintains in any form and retain no copies of such information or, if such return or destruction is not feasible, maintain compliance with DoD 6025.18-R and limit further uses and disclosures to those purposes that make the return of destruction of the information infeasible. Any action take should be appropriately documented. (3.)Violation of the terms of the clause is grounds for Termination for Default. CONTRACTOR acknowledges that USAF Academy 10th Medical Group may immediately terminate this contract if 10th Medical Group determines that CONTRACTOR has violated a material term of this provision applicable to HIPAA compliance. (4.) The contractor shall include the substance of this clause in every subcontract, requiring subcontractors comply with the terms of the Health Insurance Portability & Accountability Act of 1996 (HIPAA), Public Law 104-191, and its implementing regulations, including DoD 6025.18-R, if applicable. 11 This procurement is for the acquisition of a commercial item/service utilizing simplified procedures in accordance with FAR Parts 12 and 13. The full text of any FAR provision referenced herein may be accessed electronically at: http://farsite.hill.af.mil or farsite.hill.af.mil. STATEMENT OF WORK a. Pick-up and disposal of approximately 1900 lbs of hazardous medical waste, per month, at the United States Air Force Academy, CO 80840. b. Pick-up locations and frequencies: (1). Building 4104. - Twice per week. (Tuesdays and Fridays) (2). Building 2355. - Twice per month/Every other week. (3). Building 5136. ? Twice per month/Every other week. c. Provide the following ?labeled? and ?mobile? hazardous waste containers prior to, and continuing for the duration of the contract to include a 30-day period following the contract termination date. Mobile hazardous waste containers are defined as containers with wheels located on the bottom portion of each container. The vendor is required to maintain the serviceability of containers throughout the contract periods. (1). 96 gallon containers- Four Each. (2). 45 gallon containers- Twenty Each. (3). 45 gallon containers- Four Each (Pathological Waste). d. The waste containers shall be serialized and serial numbers and pick-up dates shall appear on tracking forms. e. The selected contractor shall comply with all applicable laws, regulations and rules governing regulated medical waste for generators, transporters and/or treatment facilities for the duration of the proposed contract.
 
Place of Performance
Address: United States Air Force Academy, Colorado
Zip Code: 80840
 
Record
SN00825863-W 20050611/050609212203 (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  © 1994-2020, Loren Data Corp.