Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
DOCUMENT

S -- Medical Waste pickup for VAMC Louisville KY and it surrounding Community Based Out-Patient clinics identified in the combo synopsis. - Attachment

Notice Date
9/13/2011
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro, TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24911RQ0803
 
Response Due
9/26/2011
 
Archive Date
10/26/2011
 
Point of Contact
Kimberly Carson
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-249-11-RQ-0803. The solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as a Service-Disabled Veteran-Owned Small Business set-aside for commercial items under the North American Industry Classification System (NAICS) Code 562112, Hazardous Waste Collection, size standard $12.5 million. REQUIREMENT: Bio-hazardous infectious waste services for the Robley Rex VA Medical Center located in Louisville, KY and surrounding Community-Based Outpatient Clinics (CBOCs) as listed below: Robley Rex VA Medical Center 800 Zorn Avenue, Louisville, KY 40206 Bureau of Census, 1201 E. Tenth St., Jeffersonville, IN, 47190 VA Healthcare Center, Shively, 3934 North Dixie Highway, Suite 210, Louisville, KY 40216 VA Healthcare Center, Dupont, 4010 Dupont Circle, Louisville, KY 40207 VA Healthcare Center, Standiford (TRICARE Family Practice), Air National Guard Complex, 1101 Grade Lane, Louisville, KY 40213 VA Healthcare Center, Newburg, 3430 Newburg Road, Louisville, KY 40218 VA Healthcare Center, Carrollton, 1911 US Highway 227, Carrollton, KY 41008 VA Healthcare Center, Grayson, 619 W. Main Street, Clarkson, KY 42726 VA Healthcare Center, New Albany, 811 Northgate Blvd, New Albany, IN 47150 VA Healthcare Center, Scottsburg, 1467 N. Scott Valley Dr., Scottsburg, IN 47170 STATEMENT OF WORK 1.Description of Services The contractor will provide all labor, packaging collection removal transportation, equipment, supplies, and services from disposal and treatment of bio-hazardous infectious waste in accordance with these specifications and local State, Federal, and EPA solid and hazardous waster laws and regulations, The processing of waste included chemical treatment, incineration, recycling and reprocessing or recovery. The bio-hazardous infectious waste will be collected and removed from a limited access area as determined by the COTR. All equipment shall comply with the applicable federal, state, county, and municipal laws, regulations, guidelines and permits. 2.Definitions:Bio-hazardous infectious waste includes waste defined by the United States Environmental Protection Agency (USEPA) as omfectopis waste in the "Guide for Infectious Waste management, #EPA/530-SW-86-014, May 1986 or latest edition and applicable federal, states, county or municipal laws, regulations, and guidelines. Some exclusions listed in this guide are corrosive, reactive, radioactive, toxic and other substances, as specified. 3.Common types of waste, including regulated medical waste, for disposal include: a.Blood and blood products b.Dialysis Waste c.Animal tissues, body parts, and carcasses d.Human tissues, body parts and limbs. e.Animal bedding f.Biological and Pharmaceuticals g.Research Waste h.Laboratory Specimens i.Needles, syringes and other Sharps j.Pathology and Histology samples k.Surgery Waste l.Isolation Waste m.Cultures and Slides n.AIDS and Hepatitis Waste o.Intravenous bags, blood bags, and associated tubing p.Packaging materials, gloves and gowns associated with waste collection PACKAGING/COLLECTION/TRANSPORTATION 4.The Government will be responsible for properly packaging and storing bio-hazardous infectious waste. 5.The contractor will not collect any waste that is improperly packaged, leaking, overweight, damaged containers or any containers/waste that cannot be treated, transported or disposed of in a lawful manner or that may cause harm to public health or the environment. The contractor will take safely precautions necessary to protect the lives and health of the occupants of the building. Any deficiencies specified by the COTR will be corrected immediately by the contractor. 6.The contractor shall maintain the refuse containers and equipment in a state of satisfactory repair and appearance as determined by the Contracting Officer's Technical Representative (COTR). 7.The title for bio-hazardous wastes will be transferred to and vested in the contractor once the bio-hazardous waste is fully loaded onto the contractor's vehicle. Prior to this, the title is retained by the government. 8.In order to prevent possible contamination of "navigable waters" as defined in 40 CFR parts 110 and 112, and to have full knowledge, in the event of a spill, immediate notification of quantities and materials discharges shall be reported to the COTR. 9.The contractor will be responsible for loading of laboratory packs as applicable in accordance with 40 CFR 265 on site and transporting in vehicle(s) that are properly placarded for hazardous infectious waste. All packing, loading, transporting and disposal of bio-hazardous waste shall meet all requirements of EPA, DOT, Tennessee Environmental Protection Division and other applicable regulatory agencies. These permits shall be in order, up-to-date, and appropriate for the state in which the waste is to be stored, disposed of, or recycled. Permits will be submitted to the Contracting Officer (CO) before work is performed under this contract. The driver will adhere to all posted speed limits in the Government compound and use extreme caution when maneuvering and parking the transport vehicle during pickups. All the labor to remove filled containers from secured storage area, loading the vehicle and replacing with empty containers in secured area is the sole responsibility of the transporter/driver. 10.The contractor will charge only for the net weight of waste excluding weight for the containers. 11.The contractor shall be available for emergency telephone consultation 24 hours a day, seven days a week, including holidays. 12.In the event that service is not furnished within the scheduled or on call time frames specified in this solicitation for each medical center, the VA reserves the right to obtain the services from another source and to charge the contractor with any excess cost which may result therefrom. 13.On-site Visits: The contractor will permit unannounced site visits as determined by the COTR. The contractor will remedy and/or return any material erroneously collected in their possession upon request. 14.Pre-Award Site Visit: Offerors are requested to view the sites and/or requirement by appointment with the COTR. Contact the CO to schedule an appointment. 15.Container Location: Locations of containers may change at any time in accordance with direction from the COTR and approval from the Contracting Officer. 16.Sterilization: The contractor will clean and return the containers ready for use, free of debris. The Biohazardous containers will be red and any chemotherapy drums or boxes are to be yellow. Cleaning of containers shall be the responsibility of the contractor. The contractor shall maintain the containers and equipment in state of satisfactory repair and appearance as determined by the COTR. 17.Documentation: The contractor will provide documentation (manifest) of each pick up listing the number of pounds removed and certifying the number of containers and types of waste removed from the site for destruction on the same day. A final copy listing the quantities, materials, and location(s) destroyed will be sent to the following addresses within three (3) months: VAMC Louisville: Rex Robley VA Medical Center 800 Zorn Ave. Louisville, KY 40206 18.Period of Performance: One (1) year base period, with four (4) one year option years Base Year: October 1, 2011 - September 30, 2012 Option Year 1: October 1, 2012 - September 30, 2013 Option Year 2: October 1, 2013 - September 30, 2014 Option Year 3: October 1, 2014 - September 30, 2015 Option Year 4: October 1, 2015 - September 30, 2016 19.Schedule of Performance/Hours of Operations: Collections will be provided once every week or as specified below for each individual facility between 7 a.m. and 4 p.m., eastern standard time for all locations except VA Healthcare Center - Grayson, which is central time (excluding federal holidays). Scheduled service date is to be arranged between the designated COTR and the contractor. Federal Holidays: New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. Also any other day declared by the President of the United States to be a national holiday. If a scheduled pickup day falls on a Federal Holiday, Monday through Thursday, the pickup shall be rescheduled to the next business day. If the Federal Holiday is on a Friday, then the pickup shall be rescheduled to the Thursday BEFORE the Federal Holiday. The Contractor shall verify with the COTR, if there is any uncertainty of the day of the week being observed. Conflicts shall be resolved by the Contracting Officer. 20.Contractor Personnel: The number of Contractor's personnel shall be adequate to perform daily work efficiently and maintain required standards. The Contracting Officer may require, in writing, the Contractor to remove from work any employee the COTR/CO deems incompetent, careless, or otherwise objectionable. Truck drivers shall present a valid operator's permit and shall be thoroughly acquainted with and comply with station traffic regulations. SPECIAL REQUIREMENTS 21.Insurance: Contractors are required to maintain the applicable insurance requirements as specified in the contract clauses. The contractor shall provide the CO with proof of insurance prior to award of contract. Reference FAR clause 52.228-5 and the Supplemental Insurance clause listed below for minimum coverage amounts applicable to this contract. 22.The contractor and the contractor's employees will, without additional cost to the government, maintain all licenses and permits to remove, transport, handle, and dispose of biomedical waste. Licenses and permits required under this statement of work will be obtained prior to contract award and commencement of work. Proof of licensure and/or certification shall be provided to the VA upon request. The contractor shall use sufficient diligence to remain in compliance with all environmental requirements of federal, state, and local jurisdictions that pertain to the transportation, accumulation, storage, and destruction of biomedical waste. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. All questions regarding this solicitation are due no later than Monday, September 19, 2011 at 3:00 p.m. (CT). Submitting Quote: Contractor shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, overall total price for base year and all option years, and a completed copy of Clause 52.212-3 Offerors Representations and Certifications- Commercial Items or vendor's ORCA document. Additionally, the Contractor shall provide a minimum of three (3) Past Performance references. NOTE: If claiming SDVOSB, firm must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Quotes must be received September 26, 2011 by 10:00 AM CT. Email your quote to Kimberly.carson@va.gov or mail to the following address: Department of Veteran Affairs, Network Contract Activity, VISN 9, ATTN: Kim Carson, 1639 Medical Center Parkway, STE 400, Nashville TN, 37129. Applicable provisions apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-2 Evaluation -Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-18 Availability of Funds, 52.232-19, Availability of Funds for next Fiscal Year, 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.217-8 Option to Extend Services; 52.217-9 Option to extend the term of the contract; 52.228-5 Insurance-Work on a Government Installation; Supplemental Insurance Requirements (General Liability $500,000 per occurrences; Automobile liability $200,000 per person; $500,000 per occurrence and $100,000 property damage);52.243-1 Changes - Fixed Price. Full text can be obtained at www.acquisition.gov/far. PL- 109-461 - The Veterans Health Care, Benefits, and Information Technology Act sections 8147 and 8148 of 38 USC, VAAR 852.237-70 Contractor Responsibilities, 852.237-76 Electronic Invoice Submission, 852.203-70 Commercial Advertising, 819-7005 Service-disabled veteran-owned small business set-aside concerns, and 819-307 SDVOSB/VOSB small business status protests. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24911RQ0803/listing.html)
 
Document(s)
Attachment
 
File Name: VA-249-11-RQ-0803 VA-249-11-RQ-0803.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255375&FileName=VA-249-11-RQ-0803-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255375&FileName=VA-249-11-RQ-0803-000.docx

 
File Name: VA-249-11-RQ-0803 ATTACHMENT A PRICING FORM.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255376&FileName=VA-249-11-RQ-0803-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255376&FileName=VA-249-11-RQ-0803-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02573913-W 20110915/110913235946-4c862085a8fb2ab8e9487c9f0466093f (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.