Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
DOCUMENT

S -- REGULATED MEDICAL WASTE DISPOSAL - Attachment

Notice Date
7/24/2014
 
Notice Type
Attachment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25614Q0986
 
Response Due
8/18/2014
 
Archive Date
10/17/2014
 
Point of Contact
Timothy A Pighee
 
E-Mail Address
7-1028<br
 
Small Business Set-Aside
N/A
 
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. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12. NAICS code is 562211, size standard is $35.5 Million. Solicitation # RFQ VA256-14-Q-0986 Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, effective April 2, 2012. All questions pertaining to this solicitation must be submitted by 12:00pm EST August 6, 2104. Send all questions electronically to Timothy.Pighee@va.gov. Only electronic offers will be accepted. Offers must be submitted to Timothy.Pighee@va.gov NO LATER THAN August 18, 2014 by 1:00 PM EST. INSTRUCTIONS TO OFFERORS An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration. As a minimum, offers must include- 1.Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. 2.Contact information, Name, Phone Number, Fax Number and email address 3.Mailing address and Remit to address, if different than mailing address 4.Acknowledgment of Solicitation Amendments 5.Offeror's DUNS number 6.Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country) Statement of Work Regulated Medical Waste Collection, Treatment, and Disposal To Include Operation of On-site RMW Disposal Unit The contractor shall provide full service for onsite collection, treatment and disposal of regulated medical waste (RMW) as well as other municipal waste that would require treatment at John L. McClellan VA Medical Center. Full service contract shall include disposal of RMW onsite. Contractor may provide its own disposal equipment that must meet all federal, state, and local regulations. Contractor also has the option of operating and maintaining the onsite Red Bag Solutions Steam Sterilizer Macerator (SSM) unit located at the John L. McClellan VA Medical Center Note: RMW that requires incineration, i.e. trace chemotherapy and gross pathological waste will not be treated onsite. SITE VISIT A site-visit will be conducted July 31, 2014 at 10 am John L. McClellan VA Medical Center Orange Atrium 4300 W. 7th St. Little Rock, AR 72205 All interested vendors should provide written notification of the intent to attend the site visit. Please provide this information to Timothy Pighee no later than July 29, 2014 by 5pm EST via email to Timothy.Pighee@va.gov. CONTRACTOR RESPONSIBILITIES Contractor shall provide a contract manager who is responsible for the performance/coordination of work defined in this contract. The name and phone numbers (during and after hours) of this person shall be designated in writing to the Contracting Officer. Contractor must use disposal equipment that meets all federal, state, and local regulations for disposal of regulated medical wastes. Contracted personnel will be required to have training on the safe handling and storing of regulated medical waste. The contractor shall provide personnel to perform the below listed duties. CONTRACTOR RESPONSIBILITIES Contractor shall provide a contract manager who is responsible for the performance/coordination of work defined in this contract. The name and phone numbers (during and after hours) of this person shall be designated in writing to the Contracting Officer. Contracted personnel will be required to have training on the safe handling and storing of regulated medical waste. The contractor shall provide personnel to perform the below listed duties. "Collect RMW as well as other municipal waste that would require treatment via disposal equipment or SSM unit from soiled utility rooms located in clinical areas of the medical center. "Transport waste to the disposal equipment or SSM unit processing room. "Load medical waste into disposal equipment or SSM unit. "Operate disposal equipment or SSM unit to complete on-site treatment. "Move processed waste from SSM unit of over 50 pounds to municipal waste containers. "If using SSM, maintain SSM equipment according to manufacturer's instructions. "Lift and maneuver over 50 pounds "If using SSM, troubleshoot equipment locally and/or by utilizing Red Bag Solutions remote support service. Red Bag Solutions offers 24/7 monitoring both regionally and from the company's headquarters in Baltimore. "Generate reports and provide them as prescribed by regulatory agencies and VHA directives to the GEMS Coordinator monthly. Regulatory reports will be managed by the contracting officer representative and/or the facility GEMS Coordinator. "Adhere to all federal, state and local regulations regarding storage, disposal and processing of RMW AVERAGE MONTHLY DISPOSAL QUANTITY - 7,500 lbs per month Red Bag Solutions Steam Sterilizer Macerator (SSM) If using SSM, "Contracted personnel shall be trained to operate the Red Bag Solutions Steam Sterilizer Macerator (SSM) unit prior to working at the facility. "Contractor shall provide reoccurring preventive maintenance cost for the duration of the contract. Preventive maintenance cost will include all parts and labor. "Contractor shall provide consumables required for the operation of the SSM unit. SAFTEY, EMPLOYEE HEALTH AND WELFARE Employees who handle RMW are identified as being susceptible and/or occupationally at risk to certain biological hazards. Contractor shall provide contracted personnel with required immunizations as prescribed by VA Medical Center Infection Control and Prevention Practitioner. For injuries that occur on VA Medical Center property by contracted staff, emergency treatment to prevent loss of life, limb, or prevent undue suffering will be provided by the medical center. The contractor shall be charged for medical services provided in accordance with current policies regarding civilian emergencies. All injuries that occur on VA Medical Center property are to be reported to the COR within 24 hours. Contractor shall provide their employees with appropriate protective clothing, equipment and apparel as prescribed by the Occupation Safety & Health Administration (OSHA). Contractor personnel shall be dressed neatly in and wear the VA's identification badge at all times when servicing at the VA Medical Center. The contractor is solely responsible for any and all spills or leaks during the performance of the contract. The contractor shall clean up such spills and/or leaks to the satisfaction of the VA Medical Center. Large spill in which the contractor personnel cannot clean up safely are to be reported by dialing 644 on any VA Medical Center telephone landline. CONTINGENCY PLAN Contractor shall provide a written contingency plan to meet the requirements of this contract. If the contingency plan involves transportation of RMW to an offsite treatment facility the contractor must provide written proof that (1) the transporter is licensed, registered and permitted to transport RMW in every state through which the waste will travel, (2) the treatment facility is licensed, registered and permitted for treatment of RMW. Contractor shall provide required manifests for transport, treatment and disposal for the duration of contingency period. The contractor shall incur all cost associated with fulfilling this contingency plan at no additional expense to the Government. INFORMATION SECURITY The contractor shall ensure that the waste is secured at all times to protect and maintain the confidentiality of information of patients, employees and the facility. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Contractor personnel shall adhere to VA Handbook 6500.6 Appendix D, "Contractor Rules of Behavior". Contractor personnel will be required to sign this document attesting the acknowledgement and acceptance of this document. The original signed document will be filed with the COR. EVALUATION AND AWARD An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. ACCEPTALBE STANDARDS FOR NON-COST FACTORS: 1.Contingency plan meets all requirements of contract 2.Red Bag Solutions SSM certified DELIVERABLES: 1.Proof that disposal equipment for treatment of RMW meets all federal, state, and local regulations 2.Contingency plan documents - "Written Contingency plan "Written proof that the transporter is licensed, registered and permitted to transport RMW in every state through which the waste will travel "Certificate of Destruction 3.Red Bag Solutions SSM training certification Service-Disabled Veteran Owned and Veteran-Owned Small Businesses will receive preference in accordance with VAAR 852.215-70. 852.251-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. As prescribed in VAAR 815.304-71(a), insert the following clause: SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service -disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Clause) CHANGES TO THE STATEMENT OF WORK The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer's Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. PRICE/COST SCHEDULE BASE YEARQTYUNITUNIT CostExt. Cost Regulated Waste Removal12MO OPTION YEAR 1 Regulated Waste Removal12MO OPTION YEAR 2 Regulated Waste Removal12 MO OPTION YEAR 3 Regulated Waste Removal12MO OPTION YEAR 4 Regulated Waste Removal12MO Grand Total $=========== ***The Central Arkansas Veterans Health System reserves the right to change the delivery schedule at any time. Written notice will be sent to vendor electronically no later than 3 days before a change in the delivery schedule is needed. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25614Q0986/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-Q-0986 VA256-14-Q-0986_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1521029&FileName=VA256-14-Q-0986-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1521029&FileName=VA256-14-Q-0986-000.docx

 
File Name: VA256-14-Q-0986 SOLICITATION VA256-14-Q-0986.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1521030&FileName=VA256-14-Q-0986-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1521030&FileName=VA256-14-Q-0986-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03437136-W 20140726/140724235734-4c94aa27bf65b085081f548caa31a2af (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.