Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
DOCUMENT

S -- Hazardous / Chemo Waste - Attachment

Notice Date
1/27/2012
 
Notice Type
Attachment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Justin Rose;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26312R0179
 
Response Due
2/21/2012
 
Archive Date
4/21/2012
 
Point of Contact
Justin Rose
 
Small Business Set-Aside
N/A
 
Description
SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00618 Department of Veterans Affairs VA Midwest Health Care System Attention: Justin Rose, Contract Spec. 708 S. THIRD ST., SUITE 200E Minneapolis MN 55415 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[XX MONTHLY] 4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: Department of Veterans Affairs Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ ______________________________ _____________ 1.DESCRIPTION OF WORK The contractor shall provide hazardous, dual, and universal waste disposal services, emergency spill response services, lab pack services and removal of non-hazardous chemical waste from the U.S. Department of Veterans Affairs Health Care Systems in Minneapolis, St. Cloud, and Community Based Outpatient Clinics (CBOCs) located within Minnesota and Wisconsin. Services shall be provided during 1 April 2012 through 31 March 2013, with two (2) optional year renewals for the periods 1 April 2013 through 31 March 2014, and from 1 April 2014 through 31 March 2015. Renewal of Option Years is subject to availability of the next fiscal year funding-FAR 52.232-19. A. Requirements and Scope The VA intends to award a Firm Fixed Price contract to a qualified firm with the capability and capacity to provide hazardous, dual, and universal waste disposal services, lab packs and removal of non-hazardous chemical waste from Minneapolis, St. Cloud, and CBOCs located within Minnesota and Wisconsin in accordance with current federal, state and local regulations. Services shall include all labor, materials, tools, equipment, analysis, travel, transportation, documentation, waste treatment, disposal and support services required to categorize, package, transport, document and dispose of hazardous, dual, and universal wastes from all above mentioned facilities. The Contractor and the Contracting Officer's Technical Representative (COTR) from the from Minneapolis HCS, St. Cloud HCS, and CBOCs located within Minnesota and Wisconsin will arrange for a routine (non-emergency) service for each facility based upon volume. This will occur on a weekly, bi-weekly, quarterly or other periodic basis depending on rate of generation. The successful offeror must possess the necessary technical expertise and resources required by this solicitation in order to be considered for contract award. The minimal needs that the government will accept for performance of these services are outlined the Licenses and Permits and Section 5.2, FAR Clause 52.212-2 entitled, EVALUATION-COMMERCIAL ITEMS (Jan 1999). B. RECORDKEEPING/REPORTS: Contractor shall have a centralized waste tracking system that is exportable to the VA system via a Microsoft Excel spreadsheet. The centralized tracking system will include a centralized database for all waste characterizations and determinations, hazardous waste manifests, universal bill of lading for universal wastes, methods of final (end) disposal, final (end) disposal sites, monthly, quarterly and annual waste generation reports by facility, training records, and a tracking system for hazardous materials spills. The contractor will be responsible for providing a database that will be able to generate reports on hazardous waste activities, waste characterization profiles, annual generation by facility and other information necessary for the successful operation and management of a hazardous waste management program. This will be readily exported to a format such as Microsoft Excel. C. INSPECTIONS: The contract will include twice weekly inspections and movement of wastes from all satellite accumulation areas at the Minneapolis HCS. The accumulation areas will be inspected according to the guidelines provided by the County/State in which the facility resides. The inspection checklist will be made available electronically to the facility and reports generated to identify problem areas by facility, satellite accumulation area, by date or other fields deemed appropriate. The inspection at the Minneapolis HCS shall be performed every Tuesday afternoon and Friday morning utilizing a checklist designed by the COTR. The contractor will be responsible for maintaining the checklist, setting up new containers, changing out full/close to expiration containers, cleaning of the containers and providing a copy of the checklist prior to leaving. This contract will not include the disposal of infectious, bio-hazardous, radiological, or pathological waste with the exception of dual (chemical and infectious combined) waste. This will be an Indefinite Quantity Indefinite Delivery Contract: DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK General Task Statement: The successful contractor will be required to provide removal of hazardous, universal, dual and non-hazardous chemical wastes at the Minneapolis HCS, St. Cloud HCS, and the CBOCs listed (addresses are subject to change if the CBOCs are relocated, usually nearby). Quantities of each item listed are estimates based on a per item amount at specified facilities. Additional chemical wastes not listed may be added to this contract by amendment by the Contracting Officer if such wastes are identified during the process of this contract. Additional chemicals not listed shall not be removed from the premises without written authorization from the Contracting Officer. Contractor will comply with standard VA policies such as dress codes, identification badges, and parking. Statement of Work: A. Hazardous Waste a. The Contractor will be responsible for the collection of hazardous and non-hazardous chemical waste from the Minneapolis HCS, St. Cloud HCS, and listed CBOCs. The wastes will be segregated by hazard class or chemical compatibility and labeled appropriately. Waste may be stored at multiple locations throughout the medical center complex. The Contractor is required to perform characterization of all waste streams identified by each facility using process knowledge, identity of the chemicals, and other types of chemical analysis including but not limited to Toxicity Characteristic Leaching Procedure (TCLP). Chemical wastes shall include but not be limited to flammables, corrosives, poisons/ toxics/lethal, reactive wastes, dual and hazardous waste, and universal waste. Work shall be performed in accordance with all applicable, Federal, State, Local and all governing regulations. Work areas will be cleaned by the contractor at the end of each day. b. The Contractor will be responsible to package bulk wastes into the largest container feasible. c. The Contractor will be responsible for properly containerizing all lab-packs and for assuming all safety measures to prevent harm or injury to VA patients, visitors, employees, contractor employees (example: PPE) and the environment (example: storm drain covers). The local COTRs, Safety Officer/Specialists, Industrial Hygienists, GEMS Coordinators and VA Police have the authority under this contract to present a verbal "stop work order" pertaining to job activity they reasonably believe represents an imminent hazard to life, property or the environment. This verbal order shall be followed up by a written stop work order issued by the Contracting Officer as soon as feasible after the imminently hazardous situation has been stabilized or abated. d. Should hazardous, dual or universal waste be released during the performance of services under this contract, through no fault of the VA facilities, the Contractor will be responsible for all costs associated with the satisfactory remediation of the incident. This will include the cost of all labor and materials as well as any actual damages incurred to the facility and harm caused to patients, visitors and staff of the medical center. The remediation efforts shall be performed to the satisfaction of the cognizant regulatory authorities and the facility Industrial Hygienist. e. All hazardous and non-hazardous materials generated by from Minneapolis HCS, St. Cloud HCS, and CBOCs located within Minnesota and Wisconsin will be disposed of by the Contractor in accordance with current Federal, State and local guidelines governing regulated hazardous and non-hazardous chemical wastes. (i) Packaging of chemical wastes will be in the largest container available for that waste stream. Smaller sizes shall be used for partial loads or to meet the disposal priorities or DOT requirements. (ii) Contractor will dispose of hazardous waste in a manner that leaves no future expense potential to the VA or the federal government. Chemicals should be disposed of in the following preferred priority: (1) Recycling of chemicals to another party for future use if economically feasible and practical. (2) The treatment of the chemical waste (at a facility approved for such processing by an appropriate state or federal agency) in a manner that renders it no longer a hazardous waste as defined in the 40 CFR series. These processes include (but are not limited to): (a) Reprocessing or recovery followed by recycling/reuse. (b) Chemical neutralization or detoxification. (c) Thermal treatment (e.g. incineration, pyrolysis). (3) The long-term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency. (iii) Acceptance of the hazardous property (chemical wastes) at a properly permitted treatment, storage, or disposal site does not constitute disposal and/or completion of the contract. It is the prime contractor's responsibility to obtain all necessary documentation to prove that the timely end disposal of all items has been accomplished. (iv) Out of country shipments are prohibited under this contract. f. Contractor must provide a certificate verifying that they have written DOT security plan and documentation that their staff have been trained in regards to the plan. B. Pharmaceutical Waste (CBOCs have pickups 0-2 times per year and will call the contractor as needed.) a. Pharmaceutical wastes are from multiple locations within the HCS which may include collection from Pharmacies, Clinical areas, and Research Laboratories. Inventory lists will be provided to the contractor. 1. Contractor will provide appropriate protection for his/her employees to be within CDC guidelines that include barrier precautions, i.e., gloves, masks, eyeware and/or waterproof gowns, aprons, (lab) coats or respirators as necessary. COTR or COTR's designee will notify Contractor of areas with the HCS or unusual circumstances requiring personal protective equipment (PPE) beyond standard practices. 2. Contractor will comply with all applicable OSHA, MPCA, the Joint Commission (formerly JACHO), MDH and Federal, State, interstate and local requirements, rules, regulations and laws respecting control and abatement of Pharmaceutical disposal and management and obtain all necessary permits and/or licenses regarding the pickup and incineration or other acceptable disposition as regulated by State and Federal EPA Guidelines for hospital hazardous/dual waste. This includes any laws in other states that are applicable to the transportation of hazardous/dual waste across state lines. Potential successful contractor may be asked for documentation that will help determine vendor responsibility and whether the transporter is aware of and in compliance with (these) regulatory requirements. 3. All hazardous pharmaceutical waste materials will be collected from all clinical areas in the HCS. Empty containers will be placed after the filled containers are collected. The filled containers at the Minneapolis HCS will be transported by hospital provided carts to the central sorting location. There the pharmaceutical waste will be segregated / separated appropriately. The hazardous chemicals will be inventoried, packed in containers for shipment and labeled properly. The labels will be provided by the Contractor. 4. The Minneapolis HCS requires a minimum of eight (8) visits per month and the St. Cloud HCS requires 1 visit per month. The operation schedule is 8:00 a.m. to 4:00 p.m. CST at regularly scheduled time(s) as required by each facility. Any additional work required by the Contractor must be approved by the COTR or the Contracting Officer. Contractor must check in with the COTR or his/her designee prior to beginning any work and after completion. 5. The Contractor's on-site staff shall have training in hazardous waste handling and emergency procedures. This training shall include OSHA, EPA, Minnesota Pollution Control, and DOT (including hm 181) regulations. 6. Contractor will be required to use the Freight Elevator only (applies to Minneapolis HCS only) when collecting the Pharmaceutical waste from the clinical areas. 7. Contractor will consolidate at the St. Cloud HCS in Building 69 and at the Minneapolis HCS in Building 49, Room 236. C. High Hazardous Waste (Minneapois HCS only) a.The Contractor will be responsible for the collection and stabilization of high hazardous chemical waste from the Minneapolis HCS, on an as-needed basis. Approximately 0-4 stabilizations per year are anticipated to be scheduled each year on dates that meet the requirements of applicable EPA, MPCA, and Hennepin County regulations and the needs of the Department of Veterans Affairs. Work will typically commence at 5 PM. Contractor Furnished Materials and Equipment: The Contractor will furnish all containers and packing material for lab packs. The contractor may, on occasion, be requested to furnish other waste storage containers (e.g., for bulk wastes). Contractor shall provide a list of containers and pricing with their proposal. Should the government require this service, contractor shall invoice the container in accordance with list submitted with their pricing proposal. Licenses and Permits: The Contractor will, without additional cost to the Government, provide and maintain all licenses and permits for operational personnel, trailers, containers, vehicles and other resources required for proper removal of hazardous and non-hazardous chemical waste in accordance with all applicable Federal, State, and local regulations (e.g. OSHA, EPA, MPCA, Joint Commission, 49 CFR (DOT) including, but not limited to HM-18). If appropriate licenses are not maintained in accordance with Federal and State requirements, the VA may terminate the contract effective upon discovery. The VA reserves the right to halt work if the Contracting Officer and / or COTR determine work is being done in an unsafe / unhealthy manner or that could harm the environment. VA will not incur additional costs if work is halted for good cause. The following shall be provided to the Contracting Officer with bid proposal submission for evaluation purposes and annually within thirty (30) days of the renewal date of this contract with any changes to original submission clearly identified and highlighted: (a) Current waste transporter permit(s) for the contractor and subcontractors (b) List of all transfer stations, treatment, storage and disposal facilities (TSDFs) including incineration, wastewater and sludge treatment facilities that shall be utilized during this contract to include the capacity of these facilities and the waste codes for the waste streams they are permitted to accept by treatment technology. Address, phone number and other contact information shall be provided. The VA reserves the right to inspect each of these facilities before approving its use or at any time during or after contract period while VA wastes are present. (c) Copy of Operator permit(s) (d) Certificates of training and experience of contractor / subcontractor staff and personnel who will perform site work under this contract (all technicians that will work on VA premises will be expected to have received at least the minimum training required by law as specified in 29CFR 1910-120, 40 CFR Parts 260-265 and 49 CFR Parts 171-178). (f) Provide the contractor's/subcontractor experience in hazardous waste packaging, transport, and disposal. (g) Provide a copy of US EPA identification number(s) certificate for each business entity operated or contracted by the contractor that will provide service regarding any aspect of VA waste disposal program (i.e. storage, transfer, incinerator sites.) (h) Provided a copy of certificate of registration with the State EPA as a hazardous waste hauler for each business entity operated by the contractor that will provide hazardous waste transportation services for any aspect of VA waste disposal program. (i) Provide written acknowledgement of responsibility for acquisition of all applicable business licenses and permits required by law. Contractor shall certify that it acknowledges and is in possession of all required business licenses and permits. (j) Provide a list of any violations and/or citations that the contractor and subcontractors have received for non-compliance with any hazardous waste laws, permit requirements, and/or OSHA requirements for the past three years from the date of submission. Contractor shall include information on all related business entities including associated firms that are owned by the contractor or owned by a common parent company that will be involved in any portion of the processing of VA waste disposal program. If no discharge or violations have occurred, contractor must provide a statement that certifies no discharges or violations have occurred. (k) Provide a plan describing Standard Operating Procedures (SOPs) that will be followed while conducting normal hazardous waste management activities. The contractor shall describe: 1. Site safety and contingency procedures (e.g. spill management). 2. Operational procedures and site management structure. 3. Supplies and equipment practices. 4. Material sampling procedures. 5. Hazard assessment and categorization procedures. 6. Packing procedures. 7. Quality assurance and quality control procedures to ensure materials are properly identified, categorized, and packaged, and paperwork is properly completed. 8. Procedures for gaining waste acceptance into a transfer/ disposal facility. 9. Contractor and project management procedures. (l) Provide the following information regarding the hazardous waste fleet owned and operated by the contractor: 1. Basic description of transportation services offered and capabilities. 2. Fleet description of number, types, and ages of vehicles. 3. Description of service and maintenance programs. 4. Types of materials licensed to haul. 5. Latest DOT or MCS rating (include a copy of the last inspection). 6. The DOT/MnDOT compliance record. 7. Description of driver qualifications including training programs, and experience. 8. Provide evidence that background checks have been performed on all employees that will perform any duties under this contract. (m) Provide the following information on the contractor's emergency response (ER) capabilities (or any changes to original submission): 1. Contractor's ER policies. 2. ER capabilities and experience and limitations. 3. Type of ER equipment maintained (specify if owned or subcontracted and from whom). 4. Personnel availability, training and experience. 5. Contractor's emergency response procedure shall describe: a. How to request an emergency response. b. How the contractor notifies personnel and initiates response action. c. Incident command procedures followed by the contractor. d. ER work practices. e. ER protection of health and safety practices. f. ER invoicing policy. (n). Provide a detailed site safety plan that will be used to ensure that workers and nearby population will be adequately protected during packaging and removal operations. (o) Provide information identifying any proposed subcontractors and identifying services to be performed by the subcontractors. Contractor must submit evidence that subcontractor is qualified and legally able to provide services. (ALL subcontractors must be approved by the facility Industrial Hygienist and Contracting Officer prior to performing any duties under this contract). The Government reserves the right to prohibit the contractor from employing the services of a subcontractor who does not possess the ability to satisfactorily perform in accordance with the provisions of this solicitation. The use of a subcontractor or subcontractors, does not relieve the contractor from any requirements set forth in this solicitation The contractor is responsible for ensuring that any subcontractor(s) perform in accordance with the terms and conditions of this solicitation Subcontractors will also comply with (j) of this section. (p) Provide a list of names, titles, addresses, telephone numbers (including cellular), pager/beeper numbers, facsimile numbers and e-mail addresses of key managers, supervisors, customer service and field service personnel performing under this contract. (q) Provide written Standard Operating Procedures (SOPs) for the collection, handling, accumulation, sampling, lab testing, characterization, packing and shipping of hazardous, universal and non-hazardous wastes. (r) Provide a single point of contact for each facility with backup. Location of Pickup Points: The Contractor shall be responsible for the pickup of hazardous and non-hazardous chemical wastes from multiple storage locations throughout the Minneapolis HCS. The location points may be identified at the time of notification of need for removal service. Access to the waste storage area and pick up locations is to be coordinated with Contracting Officer Technical Representative (COTR) or designated representative at each facility. The St. Cloud HCS would have only one pick up location, at least once per month or as otherwise determined based upon generation or special circumstances: Building 69. The CBOCs will each have zero to two pickups per year at their individual locations. Building Occupancy The VA will maintain full occupancy of the site for the duration of the services required under this contract unless an exigent emergency situation requires localized evacuation (e.g., discovery of potentially unstable wastes). The Contractor shall not interfere or hinder the daily operations of the VA while performing services during other than exigent circumstances. The Contractor will be required to use the freight elevator only at the Minneapolis HCS. Movement of waste on the patient elevators at the Minneapolis HCS is prohibited. Documentation a. The Contractor is required to comply with all Federal, State and local regulations, policies and procedures regarding tracking, record keeping, manifesting and documentation of all hazardous, dual, universal and non-hazardous chemical waste. The contractor will be required to comply with all changes to such Federal, State and local regulations and procedures which occur during the term of this contract. The Contractor will provide to the Government any additional certifications that may be required because of changes in such laws. b. The Contractor will provide all manifests and documentation that apply to the removal and disposal of hazardous, dual, universal and non-hazardous chemical waste conducted by its workforces and/or its subcontractors. The Contractor will furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of hazardous, dual, universal and non-hazardous chemical waste generated by the Government under the terms of this contract. c. Prior to the removal and transport of hazardous, dual, universal and non-hazardous chemical waste generated by the VA, the Contractor will obtain approval and signature for each manifest from the VA Facility's COTR or his/her designee verifying that the Contractor has accepted the waste from the VA and that the waste was properly shipped for treatment or disposal. Manifests not signed by the COTR or his/her designee will not be deemed valid. The Generator Copy, Generator State Copy and Destination State Copy of the executed manifest (signed manifest will be provided to the facility within 30 days) will be provided to the VA Facility COTR or designee when hazardous or universal waste is disposed of as applicable and before the removal of any waste from facility. d. In addition to providing the manifests, the Contractor will provide a properly executed and signed disposal certificate for each manifest to the VA COTR within thirty (30) calendar days of removal of waste from this facility. The disposal certificate will clearly indicate that all waste has been properly disposed of and will specify the site and date of disposal or incineration (90 day requirement). Exceptions to this must be approved by the COTR. e. All manifests, waste determinations, waste generation data, shipping information and other data required for the proper execution of this contract will be maintained by the contractor in an electronic database format that is exportable through a Microsoft Excel format for input into the VA system. This system should enable tracking of generator status, generate monthly, quarterly or annual reports, and enable tracking of compliance dates. f. Removal of the hazardous, dual, universal and non-hazardous chemical wastes will be normally performed during the hours of 8:00 AM and 4:00 PM, Monday through Friday, excluding National Holidays. The COTR (or his / her designee) is available during those hours for the approval of manifests and other required documentation, unless exigent circumstances require services during an unscheduled time period. Capability Requirements/Delivery and Performance Schedules: a. Contractor representatives who perform services under this contract must be competent, experienced and qualified to perform such services listed herein. All work performed will be first class in accordance with established good waste management practices. The Contractor shall submit proof of appropriate training and experience for vendor personnel performing services. b. It is the intent of this contract to have a regular pickup on either a monthly, bi-monthly or quarterly pick up schedule depending on the facility. The responsible COTR or his/her designee shall notify the Contractor of the necessity for the pickup for unusual circumstances outside of the normal schedule. The Contractor must coordinate all pickups with the facility COTR (or his / her designee). The Contractor will be required to pick up waste within seven (7) calendar days of telephonic notification by government representatives or must be able to respond within 2 hours in the event of a spill or other emergency. The pharmaceutical waste inspection at the Minneapolis HCS will be conducted every Tuesday and Friday with manifesting / packing / shipping performed every other Friday. c. The Government requires services on a recurring basis. There shall be no penalty or additional costs incurred should a HCS or CBOC require more or less than the estimated pickups or disposal volume outlined in the schedule of costs. Identification, Check-in, Parking, Dress, and Smoking Regulations: The vendor's employees shall wear visible VA contractor identification at all times while on VA premises. Dress shall consist of uniforms, khakis, or similar clothing along with work shoes. Jeans are not allowed. Contractor employees shall report to COTR or designee's office once on campus prior to commencement of work and obtain a VA contractor badge which must be worn at all times while at the HCS or CBOC. During off-hours emergency response activities contractor personnel should check in with VA Police if the VA COTR or designee is not available. Smoking is prohibited on VA property except in designated locations. Possession of weapons or contraband is prohibited and shall subject contractor employee to arrest and termination from future performance under this contract. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Invoices and Payment. Payment of services rendered under this contract will be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the Contractor to the payment address shown elsewhere herein (See Attachment 1-List of Points of Contact and Address to submit invoices). Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), provide a complete and accurate description of services/ supplies delivered/ rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. The Government shall not authorize payment until such time that the VA COTR (or his / her designee) receives all properly executed and signed documentation. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE CONTRACTING OFFICER IN WRITING BEFORE SERVICE IS COMPLETED! SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of VA patients, visitors, staff and the general public. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions as well as the recommended corrective action. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served in person on the Contractor or his/her representative at the site of work, or telephonically to Contractor's designated representative, shall be deemed sufficient for the purpose of the previously mentioned. If the Contractor fails or refuses to comply promptly to satisfactorily abate the hazardous condition or situation, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in material breach of this contract. Training Requirement: Patient Privacy Training is required due to patient information that may be accidently left on pharmaceutical waste containers (ex. Warfarin pill bottles). This training will be offered after award and before work will commence. Technical Questions. Offerors should submit all technical questions concerning this solicitation in writing as soon as possible. The Department of Veterans Affairs will attempt to make all answers to questions that may affect offers by amendment. The VA will not reference the source of any such questions. Award Based on Initial Offers. The VA is interested in limiting discussions of offers. Accordingly, offerors are encouraged to submit their initial offers based upon most favorable terms, prices, technical and other factors. The Department of Veterans Affairs may make a contract award without further discussions with offerors regarding this solicitation. The VA will not pay any costs incurred in preparation and submission of proposals. Pre-award Survey: If the VA Contracting Officer and/or the Contracting Officer's Technical Evaluation Team deem it necessary to conduct a pre-award survey of the offeror's facilities, he/she shall promptly schedule such site visit and have its management officials of appropriate levels available to meet with government representatives during the pre-award survey. INSURANCE Owners and Contractor's Insurance: The contractor shall obtain at his own expense, General Liability Insurance in the amount of at least $500,000.00 for protection against claims of personal injury, and $50,000.00 per occurrence for damage to property, arising out of this contract. Professional Liability Insurance: the contractor shall obtain at his own expense, professional liability insurance for services to be performed pursuant to this contract, insuring the contractor against malpractice or errors and omissions of the contractor in the amount required by state and local authorities. $10 million in pollution control liability insurance Workers Compensation and Employer Liability: $100,000.00 Automobile Liability: $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. At all times during performance, the contractor shall maintain with the Contracting Officer, a current Certificate of Insurance showing at a minimum, the insurance required above, and providing thirty (30) days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. EVALUATION FACTORS 1. TECHNICAL - Proposals will be evaluated on the basis of soundness and workability of the proposed technical approach, the demonstrated understanding of the requirement, and the validity of the technical plan and proposed methodology. (See Section Licenses and Permits, paragraphs a through r). 2. PAST PERFORMANCE - Bidder should identify current or past contracts that were successfully completed that are similar in scope to the current solicitation. Offeror should identify the contract number, dollar value, dates, name of the contracting agency, a contact telephone number, address, and a brief description of the work effort that demonstrates how the referenced contract relates to the proposed effort. 3. KEY PERSONNEL - Offeror should describe the educational background, directly related work experience, professional development and demonstrated performance record of the proposed key personnel. Offeror should indicate if any of the key personnel were involved in contracts that were listed as past performance. 4. CORPORATE EXPERIENCE - Offeror should describe the corporate experience that demonstrates proficiency in Hazardous Waste Disposal and Emergency Response capabilities. Offeror should identify contracts worked on within the past three years that encompassed the services outlined in this solicitation. Offeror should identify contract number, type of work done, contract type and dollar value, name, address, and telephone number of the Contracting Officer's Technical Representative (if a VA/Government contract), or a point of contact. 5. PRICE 52.212-2 EVALUATION--COMMERCIAL ITEMS. (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement; (2) Past performance / Key Personnel / Experience (3) Price List of Hospital and COTR Addresses List of CBOCs Minneapolis area CBOCs CBOC SiteAddress Mankato 410 E. Jackson St., Suite 510 Mankato, MN 56002 Maplewood 2785 White Bear Avenue, Suite 210 Maplewood, MN 55109 Chippewa Falls 2503 County Highway 1 Chippewa Falls, WI 54729 Twin Ports 3520 Tower Avenue Superior, WI 54880 Rochester 1617 Skyline Drive Rochester, MN 55902 Hayward 15954 River's Edge Drive Hayward, WI 54843 Rice Lake Northwest Metro Veterans Resource Center 2700A College Drive Rice Lake, WI 54843 7545 Civic Center Dr Ramsey, MN 55303 1201 Harmon Place Minneapolis, MN 55403 St. Cloud area CBOCs Montevideo1025 13th St. N Montevideo, MN 56265 Brainerd1777 Highway 18 E Brainerd, MN 56401 Alexandria515 22nd Ave E Alexandria, MN 56308 Note: Invoices shall be submitted separately to each facility where hazardous waste services have been provided. The COTR located at each facility shall be responsible for ensuring that the invoice is accurate and certifying its accuracy prior to payment being processed by Finance. The invoice MUST be itemized and include quantity, type, and cost of items. NOTICE TO OFFERORS: The VA may elect to make payment using a Government purchase card. HIPAA COMPLIANCE: Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). In accordance with HIPAA, the Contractor shall be required to enter into a Business Associate Agreement (BAA) with VA. Schedule of Supplies / Services and Prices / Costs (Offeror must submit a price for each line item) The following applies to bulk wastes and the price is for disposal only and does not include the cost of the container, chemist time, driver's time or transportation. When pricing is per pound, it is per net contents (i.e., excluding container weight). Overpacks are to be billed by treatment cost for internal container size plus the cost of the overpack container and overpack handling fee. Waste profile/sampling approval to be included in pricing, as well as any state hazardous waste transportation fee. PART I - 1 April 2012 through March 31, 2013 The contractor shall provide hazardous, dual, universal and non-hazardous chemical and pharmaceutical waste services to include labeling, lab packing, consolidation, collection, shipment, manifesting, regulatory inspection, auditing, training, consulting and emergency spill response for the Minneapolis and St. Cloud Veterans Affairs Health Care Systems (HCS) along with a series of Community Based Outpatient Clinics (CBOC) in Minnesota and Wisconsin. Section A: Hazardous Waste, Dual, Universal Waste Pickup/Shipment/Disposal (The objective is to obtain the best pricing for all facilities based on the Minneapolis VAHCS amounts. Not all facilities included in this contract generate these large quantities. Quantities are estimated and subject to change without pricing changes by vendor). Estimated EstimatedUnitTotal Item DescriptionQty / UOMPrice Amount 1.Acute (P-List) pharmaceuticals and containers31965 lbs__________ for incineration (Mostly from Minneapolis) 2.Acid based chemicals for treatment10lbs__________ 3.Acid based chemicals for incineration300lbs__________ 4.Aerosols for incineration 1300lbs__________ 5.Asbestos for secure landfill (ex. Tiles)1100lbs__________ 6.Alkaline based chemicals for treatment10lbs__________ 7.Alkaline based chemicals for incineration400lbs__________ 8.Alcohol wipes1000lbs__________ 9.Barium and water300lbs__________ 10.Blanket wash paper/rags waste20 lbs__________ 11.Dual Barium enema waste1228lbs__________ 12.Dual pharmaceutical and MN01 waste for incineration30000lbs__________ 13.Dual chemotherapy drug waste for incineration30000lbs__________ 14.Ethidium bromide dry waste125lbs__________ 15.Ethidium bromide and water100lbs__________ 16.Ethylacetate/methanol/fecal waste32lbs__________ 17.Flammable non-halogenated solvents for incineration3000 lbs__________ 18.Gas Cylinders-inert10lbs__________ 19.Gas Cylinders-corrosive12lbs__________ 20.Gas Cylinders-flammable8lbs__________ 21.Gas Cylinders-reactive58lbs__________ 22.Hazardous and MN01 pharmaceuticals for incineration8000lbs__________ 23.Halogenated mixed solvents200lbs__________ 24.HPLC Waste3000lbs__________ 25.Hydraulic Fluid and debris600lbs__________ 26.IPA/ethanol/infectious/plastics320lbs__________ 27.Labpack-acids293lbs__________ 28.Labpack-basics391lbs__________ 29.Labpack-flammables1360lbs__________ 30.Labpack-nonhazardous549lbs__________ 31.Labpack-organics958lbs__________ 32.Labpack-oxidizers140lbs__________ 33.Labpack-reactives58lbs__________ 34.Labpack-reactive and flammable28lbs__________ 35.Labpack-unknowns555lbs__________ 36.Latex Paint2400lbs__________ 37.Lithium batteries88lbs__________ 38.Lead Acid Batteries10000lbs__________ 39.Lead paper/tape indicators20lbs__________ 40.Mercury batteries1lbs__________ 41.Mercury for retort50lbs__________ 42.Methanol vials800lbs__________ 43.Methanol and water5000lbs__________ 44.Methanol/xylene wipes40lbs__________ 45.Miscellaneous non-hazardous for incineration550lbs__________ 46.Miscellaneous Non-MN01, non-RCRA pharmaceuticals2400lbs__________ 47.Nickel cadmium/metal hydride batteries200lbs__________ 48.Oily clean up debris100lbs__________ 49.Oil filters50lbs__________ 50.Oil, used (non-hazardous)2000lbs__________ 51.Oil, used (hazardous)375lbs__________ 52.Organic chemical waste1000lbs__________ 53.Oxidizing chemical waste150lbs__________ 54.Paint Sludge375lbs__________ 55.Paint Thinner mixture900lbs__________ 56.PCB Containing-Equipment (Ex. Ballasts)1500lbs__________ 57.Degreasing rags544lbs__________ 58.Reactive waste suitable for treatment10lbs__________ 59.Reactive waste for incineration60lbs__________ 60.Teeth and amalgam for retort40lbs__________ 61.Toner and ink cartridges500lbs__________ 62.Toxic chemicals for incineration25lbs__________ 63.Tissue samples in formalin7200lbs__________ 64.DEA non-hazardous waste controlled substances80lbs__________ (approx 4 shipments per year) 65.Dual corrosive item for MRSA cartridges260lbs__________ 66.Miscellaneous hazardous waste, unknown __________ at this time, case-by-case basis Section A Estimated Cost $ _________ Section B: Labor, Supplies and Equipment for Collection, Transportation and Disposal Services Estimated EstimatedUnitTotal Item DescriptionQty / UOMPrice Amount 1.Mobilization/Transportation/Manifesting/Labpacking/Administrative Minneapolis26 visits per year26trip________ St Cloud12 visits per year12trip________ Each CBOC0-2 visits per year26trip________ (Vendor must examine attached list of CBOCs and evaluate costs. CBOCs may only generate as little as 2 gallons of pharmaceutical waste). 2.Labor travel200hr__________ 3.Chemist: Onsite Minneapolis HCS1600hr__________ ** Note: typically only one person is required on Tues, two on Fri, up to three if truck driver is needed for shipping every other Friday. Additional staff must be approved by COTR ahead of time or provided by request of the COTR. ** Onsite St. Cloud HCS75hr__________ Each CBOC1hr__________ Labor to include chemist PPE 4.Profiling1ea__________ 5.Waste Analysis (i.e. TCLP)1ea__________ 6.5 gal security pail1ea__________ 7.5 gal/20 L Fiber Drum50ea__________ 8.5 gal/20 L Poly Drum70ea__________ 9.10 gal/40 L Fiber Drum50ea__________ 10.16 gal/70 L Poly Drum5ea__________ 11.20 gal/80 L Fiber Drum30ea__________ 12.30 gal/120 L Fiber Drum20ea__________ 13.30 gal/120 L Poly or Metal Drum (open or closed head)57ea__________ 14.55 gal/205 L Fiber Drum500ea__________ 15.55 gal/205 L Poly or Metal Drum (open or closed head)300ea__________ 16.Vermiculite 4cuft/3cumeter200bag__________ 17.Surcharges/Fees (description_______________)____________________ 18.Surcharges/Fees (description_______________)____________________ 19.Surcharges/Fees (description_______________)____________________ (the above include state/incinerator fees-add more if needed) ** NOTE: hours for "trainees" will NOT be charged to the VA as part of this contract, trainees will be determined by the Contracting Officer and the COTR. ** Section B Estimated Cost $ _________ Section C: High Hazardous Waste High Hazardous Waste (up to 4 times a year at the Minneapolis HCS, no high haz at St. Cloud) a. Reactive Materials Technician1 dayjob__________ b. High Hazard PPE1 dayjob__________ c. High Hazard Project Equipment which includes:1 dayjob_____ _____ Pneumatically drive remote opening device Blast deflection (BDU) Class C blasters day box Remote grappling arm Grounding and bonding d. High Hazard Mobilizationeachjob__________ e. Remote Opening Charge per itemeach item job__________ Section C Estimated Cost $_________ Estimated Cost - Base year - Sections A+B+C = $ _______________ Since it is difficult to price this service without knowledge of what items will need to be disposed of, the vendor will certify that the "lowest commercial price" will be provided for this service. "Lowest commercial price" means the lowest price at which a sale was made to the general public for this service and that the vendor does not provide this service to any other customer at a lower price. PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT SUPPLIES/SVCS PRICE 1 12.00 MO$_______________ $________________ SAFETY CONTRACT: All Labor material and equipment to provide Hazardous / Chemo Waste disposal for the period from April 1, 2012 through March 31, 2013. Base Year
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26312R0179/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-R-0179 VA263-12-R-0179_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291864&FileName=VA263-12-R-0179-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291864&FileName=VA263-12-R-0179-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02662463-W 20120129/120127234128-aaee3f3125837146e0b8995ee28f5ccb (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.