Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2005 FBO #1382
SOLICITATION NOTICE

Q -- Infectious Waste Removal

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-F3H4A15234A400
 
Response Due
7/9/2005
 
Point of Contact
Pamela Mallory, Contract Administrator, Phone 402-294-4351, Fax 402-294-7280, - Jason King, Contract Specialist, Phone 4022949602, Fax 4022940430,
 
E-Mail Address
pamela.mallory@offutt.af.mil, jason.king@offutt.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. All applicable provision and clauses are included in the actual solicitation. This procurement is set for full and open competition. The North American Industry Classification System (NAICS) code is 562910, and the small business size standard is $12,000,000. The Government intends to issue a firm fixed price purchase contract to cover a period of 1 Oct 05 - 30 Sep 06, to include four option years, for the following: CLIN 0001: Waste Removal services contract for Infectious Waste IAW the Statement of Work. STATEMENT OF WORK: REMOVAL OF HOSPITAL INFECTIOUS WASTE 1. SERVICE PROGRAM: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary for the pickup, transportation, and disposal of packaged medical waste generated from the 55th Medical Group (Ehrling Bergquist Hospital and Fairchild Hall), Offutt AFB, Nebraska. The contractor shall perform these services in accordance with applicable federal, state, local laws and DOD/Air Force Regulations (i.e.: 40 CFR Parts 260-280, 49 CFR, 29 CFR, AFI 32-7042, AFI 32-7086, etc). The contractor shall be a Nebraska registered/permitted medical waste hauler. The method of disposal shall be incineration or any other State of Nebraska approved regulated medical waste disposal method (Autoclave/pulverize, microwave/pulverize, etc.). Treated waste will then be taken to an approved/licensed landfill. Medical waste to be disposed of includes the following: cultures and stocks, pathological wastes, human blood and blood products, sharps, isolation wastes, and outdated drugs. The contractor shall provide the Contracting Officer with a copy of incinerator permits and medical waste transporter licenses with their bid. The contractor shall also provide the Facility Management Office (55 MDSS/SGSLF) with a copy of these licenses/permits within 30 days after beginning services. The company performing services under this contract shall have been in the medical waste disposal business for a minimum of the past two years. 2. COLLECTION CONTAINERS. The contractor shall provide clean/disinfected, rigid, puncture resistant, leak-proof, moisture impervious, strong enough to prevent tearing or bursting under normal conditions of use and handling, sealable, and Department of Transportation (DOT) approved biohazard waste containers at time of each pick-up. Each container will also be marked with the biohazard symbol in accordance with OSHA regulations in 29 CFR 1910.1030. The transport container (truck) shall be state licensed; as well as, marked and placarded in accordance with federal and state regulations for transportation. 3. ROUTINE PICK-UP SCHEDULE. The contractor shall pick-up the filled biohazard waste containers at Ehrling Bergquist Hospital on Monday, Wednesday, and Friday between the hours of 0730 and 1600(excluding federal holidays). Any deviations from this schedule must be approved by the Contracting Officer and the Facility Management Office/SGSLF. Biohazard waste located at Fairchild Hall, building 527, will be picked-up at as needed, we will contact contractor when waste is ready for pick up. 4. RECOGNIZED HOLIDAYS. The contractor is not required to provide services on any federal holidays. The federal holidays are listed below: New Years Day, Labor Day -Sep, Martin Luther King’s birthday, Columbus Day, Presidents’ Day, Veteran’s Day, Memorial Day, Thanksgiving , Independence Day, and Christmas. 5. EMERGENCY/CONTINGENCY COLLECTIONS. Contractor shall provide out-of-cycle emergency collection services, as required, to meet unforeseen medical contingencies, disasters, or hospital expansion. Expected frequency for this service is undetermined. 6. MANIFESTS. The contractor shall complete a manifest showing materials (description of medical waste, type and number of containers, total weight), date of waste pick-up, name and address of the medical treatment facility, designation of the treatment site, certification that the untreated wastes are properly handled, packaged, and labeled and signature of generator (Housekeeping or Facility Management staff member) and transporter. Note: Total weight figures can be determined by labeling/bar-coding container and providing total weight figures based on pick-ups on the monthly invoice. A copy of the manifest will be given to the Housekeeping Department who will in-turn provided it to the Facility Management Office. 7. INVOICE/CERTIFICATE OF DISPOSAL. The contractor shall provide the Facility Management Office/SGSLF with an invoice/certificate of disposal for each shipment of medical waste autoclaved/incinerated within 45 days of waste pick-up. The invoice/certificate of disposal shall include the date, weight, quantity and type of containers, site, and manifest number for each shipment; as well as, the customer's name, address, and account number. 8. OTHER DOCUMENTATION. The contractor shall provide Facility Management Office/SGSLF with a certification that scales used to weight the collection/storage container are state certified, and a certification on how often the scales are calibrated and how the tare weight for each shipment is established. These certifications shall be provided within 30 days after beginning services. 9. CONTRACTOR EMPLOYEES. Shall present a neat appearance and be easily recognized as a contract employee. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company name and employee name. a. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest, nor shall the Contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DODD 5500-7 (for military) AF Policy. In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be a contrary to the policies contained in AFI 64-106. The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS) change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor’s ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. b. The contractor shall provide all training necessary to perform the work as defined in this statement of work (SOW). Training shall not hamper the quality or timeliness of daily work requirements. The contractor shall verify that all his/her employees understand the risk involved with medical waste and are trained in specific procedures to handle spills occurring in any facility located at Offutt AFB, in route to his/her facility, and at his/her facility. 10. REPORTING INSTRUCTIONS: Before beginning and upon completion of any scheduled or unscheduled service call visit, the contractor’s service representative will contact a representative of Housekeeping at 402-294-6659 or pager 232-1428. Housekeeping is located in room GI07 on the ground floor of the hospital. Access to the hospital during heightened security may be hampered. The vendor shall hold the government harmless for delays caused by security. The two normal ways to access the facility will be to arrive at the entrance and call 402-294-6659 or use digital pager 232-1428 for an escort or to apply for a contractor’s badge through the 55th Security Forces squadron (recommended if accessing more than once per month). The MEMO shop will assist with either option upon award. 11. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 12. KEY CONTROL. The contractor shall establish and implement methods of ensuring that all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. No keys issued to the contractor by the government shall be duplicated. The contractor shall develop procedures covering key control. a. The contractor shall report the occurrences of a lost or duplicated key to the Contracting Officer within one workday. b. In the event keys are lost or duplicated, the contractor will be required, upon direction of the Contracting Officer, to re-key or replace the affected lock or locks; however, the government, at its option, may replace the affected lock or locks or perform re-keying. When the Government performs the replacement of locks or re-keying, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. c. The contractor shall prohibit the use of keys issued by the Government by any persons other than the contractor’s employees. The contractor shall prohibit the opening of locked areas by the contractor’s employees to permit entrance of persons other than contractor’s employees engaged in the performance of assigned work in those areas. 13. SAFETY: The contractor and contractor representatives shall comply with Air Force safety standards at all times while on government property. In accordance with AFOSH Std 91-8, 91-301, 91-501 and Federal Occupational, Health and Safety agency (OSHA) standards, safe-working practices shall be followed. These include, but are not limited to: a. Wearing of seatbelts/shoulder harnesses at all times while driving on Offutt AFB. b. Observe maximum speed limits, 25 MPH unless otherwise posted, on Offutt AFB. c. Comply with the no smoking policy within 55th Medical Group. d. Report any problems with building utilities such as blown circuit breakers and defective/broken electrical receptacles to Facility Management. e. Comply with all 55th Medical Group Safety and Fire Regulations. 14. LIABILITY: The contractor will be held professionally liable for errors and/or omissions during the performance of this contract. 15. DEFINITIONS OF WASTE. Medical waste to be destroyed shall include the following categories: a. Cultures and stocks. Cultures and stocks of infectious agents and associated biologicals; waste from the production of biologicals; discarded live and attenuated vaccines; and culture dishes and devices used to transfer, inoculate, and mix cultures. b. Pathological wastes. Human pathological wastes, including tissues, organs, body parts, and body fluids that are removed during surgery, autopsy or other medical procedures. c. Human blood and blood products. Discarded waste human blood or blood components (e.g., serum and plasma) and materials containing free-flowing blood and blood components. d. Sharps. Sharps that have been used in animal or human patient care and treatment or in medical and research laboratories, including hypodermic needles, syringes (with or without attached needle), Pasteur pipettes, scalpel blades, blood vials, test tubes, needles with attached tubing, and culture dishes (regardless of presence of infectious agents). Also included are other types of broken or unbroken glassware such as slides and cover slips. e. Animal wastes. Contaminated animal carcasses, body parts, and bedding of animals that were known to have been exposed to infectious agents, production of biologicals, or testing of pharmaceuticals. f. Isolation wastes. This category covers biological waste and discarded materials contaminated with blood, excretions, exudates, or secretions from humans who are isolated to protect others from certain highly virulent organisms, or isolated animals known to be infected with highly virulent diseases. Highly virulent diseases are those derived from class IV etiologic agents as defined by the Center for Disease Control. g. Other. Non-hazardous chemotherapy wastes generated during the preparation and administration of chemotherapy drugs. h. Outdated Drugs. Non-hazardous outdated drugs that must be incinerated due to federal and state regulations. The following provisions apply to this acquisitions FAR 52.212-1 Instructions to Offerors- Commercial Items, FAR 52.212-2 Evaluation- Commercial Items, FAR 52.212-3 (Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes Apr 2001 or Executive Orders- Commercial Items (Deviation), FAR 52.219-6 Notice Of Total Small Business Set-Aside, FAR 52.223-11 OZONE-DEPLETING SUBSTANCES, FAR 52.232-18 Availability of Funds, FAR 52.233-3 Protest After Award, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.242-15 Stop-Work Order, FAR 52.246-1 Contractor Inspection Requirements, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this acquisition, DFAR 252.204-7003 Control Of Government Personnel Work Product, DFAR 252.204-7004 Alt A Required Central Contracting Registration Alternate A, DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, DFAR 252.232-7003 Electronic Submission of Payment Requests, AFFARS 5352.233-9001 Health and Safety on Government Installations, AFFARS 5352.242-9000 Contractor Access to Air Force Installations is applicable to this acquisition as well. All quotations must be received by the 55 Contracting Squadron, 101 Washington Square, Offutt AFB 68113-2107 by Sept 7, 2005 at 12:00 pm (CST). Quotes must be valid until 10 Oct 2005. Facsimile copies may be submitted to (402) 294-7280. NO PARTIAL AWARDS WILL BE MADE. Please acknowledge all requirements on quotations, to include pricing for base year and 4 option years. Direct all questions to SrA Pamela Mallory via email (pamela.mallory@offutt.af.mil) or phone (402-294-4351). COLLECT CALLS CANNOT BE ACCEPTED. All potential offerors are reminded, in accordance with DFARS 252.204-7004 Alt A, Required Central Contract Registration Alternate A, that lack of active registration in the CCR database will make a bidder ineligible for award. NOTE: CONTRACTORS MUST BE CCR REGISTERED PRIOR TO 3 Sept 2005. TO REGISTER, GO TO THE WEBSITE: http://www.ccr.dlsc.dla.mil. CONTRACTORS MUST ALSO BE REGISTERED ON ORCE. TO REGISTER, GO TO http://orca.bpn.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/55CONS/Reference-Number-F3H4A15234A400/listing.html)
 
Place of Performance
Address: 2501 Capehart Rd Offutt AFB, NE
Zip Code: 68113
Country: United States
 
Record
SN00887577-F 20050908/050906213102 (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.