Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
DOCUMENT

S -- VAMHCS Hazardous Waste - Attachment

Notice Date
3/12/2012
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;VAMC (613);Crystal Showell, Contracting Officer;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24512Q0150
 
Response Due
3/27/2012
 
Archive Date
4/11/2012
 
Point of Contact
Crystal Showell
 
E-Mail Address
63-0811
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA245-12-Q-0150 Notice Type: Presolicitation Synopsis: PRESOLICITATION NOTICE -HAZARDOUS WASTE REMOVAL & DISPOSAL SERVICES - SDVOSB SET ASIDE WITH CASCADE AWARD PROCEDURES The Department of Veteran Affairs (VA) Maryland Health Care System is seeking a contractor to provide waste removal in the following areas: hazardous, pharmaceutical, radiological, mixed radioactive and hazardous (hereafter referenced as "mixed waste"), universal, non-hazardous liquid chemicals, and mixed hazardous and regulated medical waste. The contractor will provide disposal services, and lab pack service for Baltimore VA Medical Center, Perry Point VA Medical Center, and Loch Raven VA Community Living and Rehabilitation Center located within the VA Maryland Health Care System (VAMHCS) 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, pharmaceutical, radiological and universal wastes from all VA Maryland Health Care facilities aforementioned.. The Contractor and the Contracting Officer's Technical Representative (COTR) from the VA Maryland Health Care System will schedule routine (non emergency) removal/disposal service for each facility based upon volume. This occurrence will be determined by the 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 under Section 4-Licenses and Permits and Section 5.2, FAR Clause 52.212-2 entitled, EVALUATION-COMMERCIAL ITEMS (Jan 1999). 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, Municipal, and local regulations (e.g. OSHA, EPA, MDE, 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. DISPOSAL OF THE FOLLOWING WASTE STREAMS 1.Hazardous Material 2.Pharmaceutical Waste 3.Radioactive Waste 4.Radioactive scintillation waste -deregulated 5.Mixed Radioactive Waste 6.Mixed Hazardous and Regulated Medical Waste 7.Non-Hazardous liquid waste 8.Recycling Silver Filters 9.Recycling Lead Foil 10.Recycling X-ray film 11.Recycling Lead Acid Batteries 12.Recycling Lithium Batteries 13.Recycling Ni-Cad Batteries 14.Recycling Ni-Met-Hy Batteries 15.Fluorescent bulbs 16.PCB light ballast 17.Mercury containing equipment 18.Pesticides 19.Oil contaminated waste/spill material Contract award is anticipated for April 1, 2012 with a five year period of performance anticipated. The VA is soliciting for Service-Disabled Veteran Owned Small Businesses with cascading procedures for award as described below. All documents will be available on or about March 16, 2012. Inquiries may be sent via e-mail to Crystal.Showell@va.gov. The proposed North American Industry Classification System (NAICS) is 562112. Responders should identify if they are a Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, a small business or small disadvantaged business concern, based on this NAICS code. METHOD OF AWARD - CASCADE PROCEDURE: Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: 1. In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern (see Section K, FAR 52.219-1, "Small Business Program Representations" for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. 2. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. 3. If there is inadequate competition for award to a VOSB concern, award will be made competitively to a small business concern IAW FAR 19.5. 4. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns. Adequate competition shall be deemed to exist if- At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and Award will be made at fair market prices as determined in accordance with FAR 19.202- 6. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. 7. One Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance considered. Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/ and registered at the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp as a SDVOSB firm. Contracting Office Address: Crystal Showell Department of Veterans Affairs; VISN 5 510 Butler Ave Bldg 308B, Martinsburg, WV 25405 Point of Contact(s): Crystal Showell Contracting Officer (304) 263-0811 Ext 3052
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24512Q0150/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-12-Q-0150 VA245-12-Q-0150_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306228&FileName=VA245-12-Q-0150-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306228&FileName=VA245-12-Q-0150-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02694583-W 20120314/120312235037-c5b62569471a4d23d6c5b6c31d007f49 (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.