Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

F -- BIOHAZARD WASTE DISPOSAL SERVICE

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-08-Q-0009
 
Response Due
10/6/2007
 
Archive Date
10/21/2007
 
Point of Contact
Diane Sturgis, Purchasing Agent, Phone 215-697-9696, Fax 215-697-9742, - Diane Sturgis, Purchasing Agent, Phone 215-697-9696, Fax 215-697-9742
 
E-Mail Address
Diane.Sturgis@navy.mil, Diane.Sturgis@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
<DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00189-08-Q-0009_. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-___ and DFARS Change Notice 200_____. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 562112 and the Small Business Standard is ___. a 100% Small Business Set-Aside. The FISC Norfolk Contracting Dept., Philadelphia Office requests responses from qualified sources capable of providing: CLIN 0001 ? BIOHAZARD WASTE DISPOSAL SERVICES WITH 4 OPTION YEARS. Delivery 2007 Oct 15 thru 2008 Sept 30. 1. SCOPE OF WORK: A full service program including packaging supplies, transportation, incineration, and manifestation from Naval Ambulatory Care Center (NACC), Groton, CT. The was origination site shall be referred to as ?NACC? for purposes of this document. 2. SPECIFIC/SPECIAL REQUIREMENTS: 2.1 Deliver supplies to NACC: Corrugated boxes 18? X 18? 24? to equal 4.5 cu Ft. 50lbs, 30 gal. Capacity; three mil red plastic bags with the biohazard universal symbol printed on the bag, to be used 2 per box; packing tape; manifest; manifest tracking labels for corrugated boxes, and biohazard labels for red bags, body fluid containers, and sharp containers. 2.2 Consultation services by a Medical Waste Professional. Training of NACC personnel on federal and state infectious waste regulations and compliance procedures, to be giving at least twice a year and whenever federal and state agencies make changes in the regulations and/or requirements for; packing, manifesting, handling of medical waste, as related to the contract. 2.3 Notify the Government Contracting Officers Representative (COR) of changes in regulations and laws pertaining to medical/infectious issues involving the NACC. 2.4 Keep NACC Safety and Occupational Health Manager, and Medical Waste Manager advised of changing requirements and regulations of the Connecticut Department of Environment management (CDEM); Commonwealth of Massachusetts Department of Environment Quality Engineering; and the Federal Environmental Protection Agency. 2.5 The Contractor shall procure and maintain during the entire period of performance under the contract the following minimum coverage: 1. Comprehensive general liability of $1,000,000.00 per occurrence. 2. Automobile liability of $200,000 per person, $500,000 per occurrence, $20,000 per occurrence for property damage. 3. Workman?s Compensation: As required by Federal and State worker?s compensation and occupational disease statues. 4. Employer?s liability coverage $100,000 except in states where private carriers may not write worker?s compensation. 5. Environment Impairment coverage: $5,000,000 (minimum). 2.6 Take title to medical waste once loaded on-board contractor?s transportation vehicle. Provide indemnification and hold U.S. Government harmless from loss, damages, suits, penalties, costs, liabilities, and expenses (including but not limited to legal and investigative expenses) arising out of any claim for loss or damage to property, including NACC?s property and injuries or death of NACC employees, caused by or resulting from contractor?s negligence, willful misconduct or breach of contract. 2.7 Handle medical waste in properly licensed vehicles. All vehicles used in the transportation of medical waste from the NACCs will have all necessary Federal and State licenses applicable to each state and jurisdiction. The contractor shall provide a copy of the permits and licenses applicable to operating an incinerator. All drivers must meet training requirements of Department of Transportation for Emergency Spill Response. 2.8 Provide copies of all manifests and provide copies of signed certificates of destruction for all manifested shipments. 2.9 Provide a contractor?s representative to accompany the government?s representative(s) while they accomplish a comprehensive facility tour of the contractor?s plant. There will be a minimum of one 91) and a maximum of twelve (12) unannounced/announced (government?s option) comprehensive facility tours annually. 2.10 The contractor will perform semi-annual medical waste surveys for the NACC. The results of the survey will be sent to the COR within 30 days of the completion of the survey. 2.11 The contractor will also perform additional pick-ups within 48 hours of request, without additional charges other than the cost per box charge agreed upon in Section B of this contract. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [list the clauses that apply]. Quoters [shall include] [are reminded to include] a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including [list the clauses that apply]. [The Year 2000 Warranty - Commercial Items applies.] [List any other clauses or provisions that may be applicable.] This announcement will close at 2007 Oct 09 12:00 pm. Contact Diane Sturgis who can be reached at 215-697-9696 or email diane.sturgis @navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [See Numbered Note: ____ ] OR [No Numbered Notes apply]. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and <select applicable factors: delivery/a determination of responsibility/ technically acceptable low bids/ past performance / etc.>. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Place of Performance
Address: 1 WAHOO DRIVE, GROTON CT
Zip Code: 06349
Country: UNITED STATES
 
Record
SN01427005-W 20071004/071002224138 (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  © 1994-2020, Loren Data Corp.