Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

Q--Q -- Waste Removal and Disposal

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-066-06
 
Response Due
3/17/2006
 
Archive Date
4/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-066-06 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This procurement is set aside for small businesses. The North American Industry Classification System (NAICS) Code 562211 and a Business Size Standard of $6 million per annum. The Veterans Affairs, VA medical center, Cleveland, intends to solicit and award a contract to provide waste disposal services of bio-contaminated, infectious and chemotherapy waste. The waste disposal services will be conducted at the Louis Stokes VA Medical Center, Cleveland, located at the Wade Park Campus at 10701 East Blvd. Cleveland, Oh 44106 and also at the Brecksville facility located on 10000 Brecksville Rd Brecksville, OH 44141. This contract is effective from Date of Award- September 30, 2006 with two optional renewal years. Award will be made using Best Value considerations, with technical merit and past performance being equal to price. Statement of Work: 1. Contractor shall collect and remove from Medical Center premises, treat and dispose of all ?Biomedical Waste? generated by Medical Center in accordance with the terms of this agreement. The term ?Biomedical Waste? as used herein, shall include only those waste defined by the United States Environmental Protection Agency (USEPA) as infectious waste in its Guide for Infectious Waste Management #EPA/530-SW-86-014, or defined by the USEPA as medical waste in 40CFR259.30 and any other wastes identified as infectious waste in any other applicable federal, state, county or municipal laws, regulations and guidelines. Infection waste consists of seven classes with these specifications included in all seven classes: a. Cultures and Stocks: Cultures and stocks of infectious agents and associate biologicals including: cultures from medical and pathological laboratories, cultures and stock of infectious agents from research and industrial laboratories; 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 waste including tissues, organs and body parts and body fluids that are removed during surgery or autopsy, or other medical procedures and specimens of body fluids and their containers. c. Human Blood and Blood Products: Liquid waste human blood and products of blood items saturated and/or dripping with human blood, including serum, plasma and other blood components and their containers which were used or extended for use in patient care, testing and laboratory analysis, the development of pharmaceuticals and intravenous bags. d. Animal Waste: Contaminated animal carcasses, body parts and bedding of animals that were known to have been exposed to infectious agents during research (including research in veterinary hospitals) or testing of pharmaceuticals. e. Isolation Waste: Biological waste and discarded materials contaminated with blood, excretion, exudates or secretions from humans who are isolated to protect other from certain highly communicable diseases or isolated animals known to be infected with highly communicable diseases. 2. Contractor will provide one (1) pick-up each week between the hours of 9:00 a.m. and 11:00 a.m. to the VA Medical Center (Brecksville Division) 10000 Brecksville Road, Brecksville, Ohio 44141 and one (1) pick up each week between the hours 11:30 am and 1:30 pm to the (Wade Park Division) 10701 East Boulevard, Cleveland, Ohio 44106. Puncture proof, leak proof containers furnished by the contractor shall be supplied and delivered to the Medical Center to accommodate all using units. When filled, Environmental Management Service personnel will deliver these containers to the pick-up site. Pick-up sites are: Brecksville ? Building 6, Basement Room 8; Wade Park ? Basement Room E26, Wade Park Loading Dock and Research Loading Dock. 3. Transportation: a. An appropriate transport vehicle will be used to transport waste to the site of treatment. Safety standards will be implemented to protect patients, Medical Center staff and the private sector. b. Vehicles must be owned/operated by contractor, be in compliance with all Federal and State requirements and be maintained in a clean and sanitary condition. c. Vehicles will be equipped with Federal and State mandated spills kits. d. Vehicles will be equipped with U.L. Scales, which will be used to weigh all medical regulated waste prior to being removed from the VA Medical Center. e. Driver/Technicians must be properly trained in the operations of handling and hauling regulated medical waste and OSHA requirements for Universal Precautions. f. Contractor will be responsible from pick-up site to treatment. Contractor will be responsible for spills on or off VA Medical Center property once containers are placed in contractor?s possession. 4. Treatment of Regulated Medical Waste: a. Waste must be treated by the OEPA approved methods within the time frame allotted by OEPA. b. Contractor will provide daily trip tickets which will include the date, poundage and type of waste and number of containers treated. c. Contractor will keep records of regulated waste treated and provide the VA Medical Center with copies on a monthly basis. d. Treatment site will be inspected by Medical Center personnel to ensure contractor is complying with the contract and standards established by the EPA. e. Contractor is to incinerate/autoclave regulated medical waste in an incinerator/autoclave which is EPA approved for infectious waste. Contractor must possess a permit to operate incinerator/autoclave from the proper authority in the area of jurisdiction where the incinerator/autoclave is located. Both autoclaving and incinerating are accepted methods in accordance with the Ohio Environmental Protection Agency the exception being pathological and chemotherapeutic waste, (both must be incinerated). 5. Packaging will be as follows provided by the contractor: a. Fiberboard Box: If a fiberboard box is utilized for packaging: i. The dimensions of the container will not exceed 21 x 21 x 36. ii. The container will have the capability of holding 65 pounds of waste with no structural damage. iii. A biohazard liner, red in color or containing the biohazard symbol will be included with each box at no additional charge to the VA Medical Center (liners are to be approved and shall have passed the water and dart test). b. Reusable tubs: If a reusable tub is to be utilized for packaging: i. Tubs are to be approved by VA Medical Center and properly labeled with biohazard symbol. ii. Contractor will be responsible for the following: 1. Cleaning with approved disinfectant. 2. Will have an ample supply of containers readily available so as to meet the hospitals changing needs. 3. A flat reusable lid will be included with each reusable tub. iii. A biohazard liner, red in color or containing the biohazard symbol will be included with each container. The number of liners based on the number of tubs filled and emptied each month. iv. The container will have the capability of holding 65 lbs. of waste with no structural damage. v. Tubs will be stackable with the lid and to a height of three tubs. c. Contract shall supply 54 containers for the Wade Park Division. The existing users of infectious waste containers at the Wade Park Division is 54, with a 3 par, a total of 162 containers should be available. Brecksville Division has 27 existing users of infectious waste containers, with a 3 par; a total of 81 should be available. 6. Contractor will make available to the VA Medical Center upon request from the Medical Center, a refrigerated trailer for on site storage with electrical and maintenance provided by contractor, if for any reason services are interrupted through fault of the contractors. In case of equipment failure the contractor will be required to provide daily pick up service at both the Wade Park and Brecksville facilities. The contractor will be required to provide boxes and red barrels with lids on an even exchange basis to the Wade Park facility. At the Brecksville facility the contractor will be required to provide red liners and containers. 52.212 2 EVALUATION COMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Vendor Submission to VA Vendor shall provide the following, to be reviewed for the Best Value Selection The following factors, listed in descending order of importance, to evaluate quotes: 1. Technical Capability 2. Past Performance 3. Price TECHNICAL CAPABILITY: Offerors shall provide evidence of general capabilities, key personnel (Project manager and off-site representative, if different individuals), and certificates of educational experience and proof of licensure. a. Proof of licensure b. Insurance Certification to include Mal-practice c. Perform all requirements sent forth in the statement of work PAST PERFORMANCE: The Offeror shall provide a listing of all contracts performed within the past three (3) years that are similar in nature and relevant to the efforts required by this solicitation. The Offeror shall furnish the following information: a. Customer (Government or Commercial) and point of contact to include name, address, telephone number, fax number, and email address for each contact. PRICE: Price offer, to include Hourly, Overtime, and any additional costs that may be incurred NOTE: The Government reserves the right to award without discussions; therefore submit you?re most favorable terms with your quote. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions?Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications?Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1996-0223/revision No 18 dated 5/23/2005. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than March 13th at 12:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Daniel.Rakes@va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 3:00 pm. EST, Mar. 17, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 10000 Brecksville Rd
Zip Code: 44141
Country: United States
 
Record
SN01000659-W 20060308/060306211805 (fbodaily.com)
 
Source
FedBizOpps 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.