Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

S -- Medical Waste Disposal and Sharps Container Service - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);1900 East Main Street;Danville IL 61832
 
ZIP Code
61832
 
Solicitation Number
36C25218Q0700
 
Response Due
8/31/2018
 
Archive Date
11/29/2018
 
Point of Contact
Kevin Adkins
 
E-Mail Address
4-4544<br
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 16 of 17 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25218Q0700 Posted Date: 08/17/2018 Original Response Date: 08/31/2018 Current Response Date: 08/31/2018 Product or Service Code: S222 Housekeeping/Waste Treatment /Storage Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 562211 Contracting Office Address Great Lakes Acquisition Center VA Iliana Healthcare System 1900 East Main Street Danville Illinois 61832 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 The associated North American Industrial Classification System (NAICS) code for this procurement is 562211 with a small business size standard of $38.5 Million. The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois is seeking to purchase Medical Waste Collection and Disposal Services. These services are also to include provision of reusable Sharps containers. All interested companies shall provide quotations for the following: Services Base Year and Four Additional One-year options, to be exercised at the discretion of the government: October 1, 2018 September 30, 2023 Base Year: October 1, 2018 September 30, 2019 Line Item Description Estimated Quantity Unit Unit Price Estimated Total 0001 Contractor shall furnish all equipment, labor and personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, Springfield, Decatur and Mattoon in and Illinois. 90,000 LB 0002 Contractor shall furnish all equipment, labor and personnel for complete weekly pick up and removal of reusable sharps containers and delivery of empty reusable sharps containers to agree upon collection sites at VA Iliana HCS, Danville, IL and Community Based Outpatient Clinics in Peoria, Springfield, Decatur and Mattoon in Illinois. Estimated units to be serviced weekly are 670 Containers. 8040 EA Option Year 1: October 1, 2019 September 30, 2020 Line Item Description Estimated Quantity Unit Unit Price Estimated Total 0001 Contractor shall furnish all equipment, labor and personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, Springfield, Decatur and Mattoon in and Illinois. 90,000 LB 0002 Contractor shall furnish all equipment, labor and personnel for complete weekly pick up and removal of reusable sharps containers and delivery of empty reusable sharps containers to agree upon collection sites at VA Iliana HCS, Danville, IL and Community Based Outpatient Clinics in Peoria, Springfield, Decatur and Mattoon in Illinois. Estimated units to be serviced weekly are 670 Containers. 8040 EA Option Year 2: October 1, 2020 September 30, 2021 Line Item Description Estimated Quantity Unit Unit Price Estimated Total 0001 Contractor shall furnish all equipment, labor and personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, Springfield, Decatur and Mattoon in and Illinois. 90,000 LB 0002 Contractor shall furnish all equipment, labor and personnel for complete weekly pick up and removal of reusable sharps containers and delivery of empty reusable sharps containers to agree upon collection sites at VA Iliana HCS, Danville, IL and Community Based Outpatient Clinics in Peoria, Springfield, Decatur and Mattoon in Illinois. Estimated units to be serviced weekly are 670 Containers. 8040 EA Option Year 3: October 1, 2021 September 30, 2022 Line Item Description Estimated Quantity Unit Unit Price Estimated Total 0001 Contractor shall furnish all equipment, labor and personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, Springfield, Decatur and Mattoon in and Illinois. 90,000 LB 0002 Contractor shall furnish all equipment, labor and personnel for complete weekly pick up and removal of reusable sharps containers and delivery of empty reusable sharps containers to agree upon collection sites at VA Iliana HCS, Danville, IL and Community Based Outpatient Clinics in Peoria, Springfield, Decatur and Mattoon in Illinois. Estimated units to be serviced weekly are 670 Containers. 8040 EA Option Year 4: October 1, 2022 September 30, 2023 Line Item Description Estimated Quantity Unit Unit Price Estimated Total 0001 Contractor shall furnish all equipment, labor and personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, personnel for complete pickup, disposal and documentation services for regulated hospital medical waste generated by VA Iliana Health Care System and VA Community Based Outpatient Clinics located in Peoria, Springfield, Decatur and Mattoon in and Illinois. 90,000 LB 0002 Contractor shall furnish all equipment, labor and personnel for complete weekly pick up and removal of reusable sharps containers and delivery of empty reusable sharps containers to agree upon collection sites at VA Iliana HCS, Danville, IL and Community Based Outpatient Clinics in Peoria, Springfield, Decatur and Mattoon in Illinois. Estimated units to be serviced weekly are 670 Containers. 8040 EA Grand Total B.3 STATEMENT OF WORK Background Contractor shall provide medical waste disposal services as well as reusable sharps for the VA Iliana Health Care System, Danville, IL. Section 1-Regulated Medical Waste Disposal Requirements and Scope Contractor shall provide all labor and material to pick up, transport, and microwave-grind and/or incinerate or acceptable disposal as regulated by State and Federal EPA Guidelines Regulated Medical Waste from VAIHCS, Danville Illinois and its affiliated Community Based Outpatient Clinics. All anatomical, pathological and trace chemotherapeutic waste shall be incinerated in accordance with all terms, conditions, provisions, specifications and schedules herein. Pick-up Contractor shall pick up medical waste from VA Iliana Health Care, Danville, IL a minimum of three (3) days per week (Monday, Wednesday, and Friday) or other days as determined by the COR. Pick-ups and deliveries shall occur between 10:00 AM and 2:00 PM at the dock on the West side of the Building 58 and North-West end of Building 101 at the trash room and on the east end of Building 103 at the trash room. The contractor shall also pick up Medical waste when requested by our Community Based Outpatient Clinics (CBOCs) located in Peoria, IL, Springfield, IL, Decatur, IL, and Mattoon, IL. The following listing specifies the most common, but not all, types of medical waste to be disposed of under the terms of this contract: biological and pharmaceuticals, human tissues, body parts, and limbs, laboratory specimens, food products, needle, syringes, and other sharps, surgery waste, pathology and histology samples, cultures and slides, isolation waste, AIDS and hepatitis waste, chemotherapy and cytotoxic waste, body fluids and excretions, research waste, intravenous bags, blood bags, and associated tubing, packaging materials, gloves and gowns associated with waste collection. Containers Contractor shall provide containers on site at all times. Containers shall have a biohazard label on all four sides with the empty weight of the container stenciled on the container in a size and color that is readily visible. Containers shall be reusable and be leak and puncture proof with easy mobility and fit through standard commercial doorways and onto elevators easily. Cardboard and fiberboard is not acceptable. Containers shall maintain their integrity. Containers shall be pre-approved by the Contracting Officer s Representative (COR) prior to contract award. An example of an acceptable container is a 40 Gallon Rubbermaid type with insert. Descriptive literature of containers shall be provided to the Contracting Officer with the solicitation package. Cleaning of Containers Contractor shall clean, sanitize, and disinfect containers prior to being reused and provide documents showing said cleaning was conducted. The contractor shall provide documentation of all containers to VA Iliana Health Care System, Danville, IL. Disposal Contractor shall process the medical waste with microwave-grinder treatment equipment, Autoclave, or incinerate. If other than microwave-grind for a means of medical waste destruction/disposal is contemplated, vendor shall submit proof of acceptability by any/all State, local or Federal EPA requirements with his/her quote document in order to be considered a responsible offeror. VA Iliana personnel shall properly contain medical waste using red bag procedures. The red-bagged medical waste shall be placed into the containers provided by the contractor. VA Iliana personnel shall transfer the containers from the hospital areas to the trash rooms. Contractor shall load all containers into their vehicle. Contractor shall dispose of treated medical waste into appropriate landfills in accordance with all state and federal regulations. Waste may not be compacted or mixed with other waste materials prior to treatment. Contractor may co-mingle VA waste with another customer s waste once it has been weighed and treated. Quantities and Rates Quantities indicated in the schedule of items are estimated. VA makes no commitment concerning the minimum or maximum poundage of waste, which shall be required for disposal by the Contractor. The amount of services requested from the Contractor shall be determined solely by VA. Rates are all inclusive of containers, liners, vehicle(s), and the services of qualified vendor. Also included are delivery, set-up, sanitizing of equipment or any other services called for by this solicitation. Contractor shall provide a certifiable weighing system to enable proper billing for waste poundage disposed; i.e., if the disposal container weighs 14 pounds and Contractor is to dispose/haul 10 containers, each container shall be weighed and container total weight (140 pounds) is subtracted from the gross weight to determine total waste poundage to be paid. Manifest Contractor shall provide copies of all manifests and other tracking reports that document the transportation, treatment, and disposal of VA generated waste within one (1) week of treating/disposing the waste. An authorized VAIHS employee shall sign any official manifest prior to removal of the waste to verify that the waste was shipped for disposal. A list of authorized VAIHS employees shall be provided to the contractor upon award of the contract. No manifest shall be accepted as valid if an authorized representative of the medical center does not sign it and a copy provided to the VAIHS Environmental Management Service. Contractor shall maintain records as required by state and federal agencies on medical waste generation, shipping, and processing for three (3) years. Contractor shall provide VA with proof of disposal documentation. Transportation Contractor s transport vehicle shall be appropriately labeled with universal biohazard symbol and locked when the driver is not in attendance. Contractor s processing facility shall meet all local, state and federal requirements. Contractor shall adhere to universal precautions handling the medical waste and provide all necessary personal protection equipment. Contractor shall secure containers in a manner to prevent tip-over or fall offs during transport. From the time the waste is picked up from the VAIHS any spills, damage to containers, environmental contamination or damage caused by the waste collected shall be cleaned, repaired, or corrected at the expense of the contractor. Contractor vehicles shall be equipped with emergency spill kits. Vehicle drivers shall be trained in emergency spill response procedures. License and Permits Contractor shall obtain all necessary permits and/or licenses regarding the pickup, transportation, treatment, storage and acceptable disposition as regulated by State and Federal EPA Guidelines for biohazardous medical waste. The contractor/transporter agrees to hold the Government harmless for any negligence of contractor/transporter or his/her employees who may wholly or individually be liable for improper disposal during the performance of this contract. Laws and Regulations Contractor shall comply with all applicable OSHA, MPCA, MDH and Federal, State, interstate and local requirements, rules, regulations and laws respecting control and abatement of medical waste disposal and management and obtain all necessary permits and/or licenses regarding the pick-up and incineration or other acceptable disposition as regulated by State and Federal EPA Guidelines for hospital infectious waste. This includes any laws in other states that are applicable to the transportation of infectious waste across state lines. The contractor may be asked for documentation that shall help determine vendor responsibility and whether the transporter is aware of and in compliance with (these) regulatory requirements. Contractor is required to meet all federal, state, county and city laws, rules and regulations governing the handling, transport, processing, treating, storage, and disposal of all medical waste in any or all states involved in performance of this service. The contractor shall provide copies of licenses or permits with quote. Contractor s medical waste disposal facility shall meet all local, state and federal requirements. Inspections During performance of the contract, the Contractor shall permit on-site visits by VA personnel to assess contracted services, i.e., capabilities, compliance with contract requirements, record keeping, etc. The right is reserved to thoroughly inspect and investigate the establishment facilities, and vehicles. Inspection by the VA Inspection Team and/or Safety Engineer may be made of the establishment facilities, vehicles and equipment, and maintenance records of vehicles and equipment anytime during the term of the contract. Section 2-Reusable Sharps Requirements and Scope Sharp Containers Contractor shall furnish direct drop reusable sharps containers complaint with OSHA Bloodborne Pathogen Std. (29CFR 1910.130) to the VA Iliana Health Care System, Danville campus. The contractor s reusable container sizes shall be able to match up with the disposable containers currently being utilized. The sizes are 2-gallon, 4-gallon, and 17-gallon. Containers shall be collected in house by Contractors trained technicians utilizing a full-service sharps management/collection program. Contractor shall provide carts for the collection and transportation of full sharps as well as clean sharp containers to replace full ones. Containers shall be picked up weekly, containers mechanically emptied and then cleaned, sanitized and processed for reuse. During the course of the contract, quantities, installation, and locations of reusable sharps containers may be adjusted to cover fluctuations, relocations, or other changes and is the responsibility of the contractor. The contractor shall coordinate container installation and scheduling pickups with the COR. Contractor shall furnish all labor, equipment, and provide installation of reusable container housing in all areas designated by the COR for the life of the contract. Service The contractor shall change out reusable sharps containers at least once a week from VA Iliana Health Care System, Danville campus. High volume areas may require an additional day of service to be determined by the COR. The additional day of service shall be covered in the monthly flat fee quoted by Contractor. Service shall be conducted during regular business hours: 7:00 a.m. 4:30 p.m., Monday thru Friday. Laws and Regulations Contractor shall abide by all pertinent federal and state regulations with regard to transportation and destruction of classified medical documentation. Untreated medical waste cannot be disposed of into any landfill. Untreated Potentially Infectious Medical Waste (PIMW) is banned from all landfills in Illinois. Once PIMW has been properly treated to eliminate its infectious potential, it is no longer PIMW (except in the case of sharps) and may be disposed of into any landfill permitted by the Illinois EPA to accept municipal waste. For sharps, both the infectious nature shall be eliminated and the sharps shall be rendered unrecognizable. Documentation Contractor shall provide suitable documentation substantiating collection and destruction of sharps to the VA COR. Training Contract employees shall be required to complete VHA privacy training annually. In accordance with: a) American Health Information Management Association, (AHIMA); b) Centers for Medicare and Medicaid Services (CMS); c) VHA Directive and Handbook 1030.1, July 2006 "Compliance and Business Integrity Program", its updates or replacement directives; d) HHS OIG Compliance Program Guidance for Hospitals, as published 63 FR 8987 (February 23, 1998); and e) HHS OIG Supplemental Compliance Program Guidance for Hospitals as published at 70 FR 4858 (January 31, 2005). The contractor shall provide to the Medical Center a copy of their internal Compliance Program, Training and Monitoring Plans to the Contracting Officer and COR prior to contract performance. This is also to include documentation of training and monitoring procedures. Service Disruption The contractor shall provide uninterrupted service to VA Iliana Health Care System, Danville in the event their processing facilities are down and not able to reprocess the reusable sharps containers. The contractor shall arrange for emergency processing at another facility at no extra cost to the government if this event were to occur. Other Information Contract personnel shall check in at the EMS office weekly and wear appropriate vendor identification badges provided by VA Iliana Health Care System, Danville. VA Iliana Health Care System, Danville shall provide designated parking for the contractor as needed. Section 3-Oversight 1. Performance Standards- Contractor shall pick up medical waste from VA Iliana Health Care, Danville, IL at a minimum three (3) days per week (Monday, Wednesday, and Friday) or to be determined by COR Contractor shall comply with all applicable OSHA, MPCA, MDH and Federal, State, interstate and local requirements, rules, regulations and laws respecting control and abatement of medical waste disposal and management and obtain all necessary permits and/or licenses regarding the pick-up and incineration or other acceptable disposition as regulated by State and Federal EPA Guidelines for hospital infectious waste. Contractor shall provide copies of all manifests and other tracking reports that document the transportation, treatment, and disposal of VA generated waste within one (1) week of treating/disposing the waste. Contractor shall provide suitable documentation substantiating collection and destruction of sharps to the VA COR. Contractor s transport vehicle shall be appropriately labeled with universal biohazard symbol and locked when the driver is not in attendance. Contractor shall adhere to universal precautions handling the medical waste and provide all necessary personal protection equipment. The Contractor shall permit on-site visits by VA personnel to assess contracted services, i.e., capabilities, compliance with contract requirements, record keeping, etc. These standards shall be monitored by the COR and VA personnel. Attachment 1: Sharps Container Inventory SHARP CONTAINER INVENTORY     Location 2 Gallon 4 Gallon 17 Gallon Comments 101-4 3 10     101-3 1 10     101-2 10 2     101-1 1 2     101-8   11     101-7 1       58-1 8       58-2 20       58-3 20 1 2   58-4   16     58-5     12   103-7 3       103-8 2       103-6 1       103-5 1 3     103-4 2 3   Horizontal Drop 103-3 1 4   Horizontal Drop 103-2 2       103-1 1       98-3 31 11     98-2 38 17     98-1 35 20     104 5       101 Storage Room 132E 86   8   Peoria 119 23 6   Springfield 20 8 2   Mattoon 25 7 5   Decatur 45 4 2           TOTAL CONTAINERS: TOTALS 481 152 37 670           Place of Performance Address: 1900 East Main Street Danville Illinois Address: Peoria CBOC 7717 N. Orange Prairie Road Peoria, Illinois Postal Code: 61832 Postal Code: 61615 Country: UNITED STATES Country: UNITED STATES Address: Decatur CBOC 796 Sunnyside Road Decatur Illinois Address: Mattoon CBOC 501 Lake Land Blvd Mattoon, Illinois Country: UNITED STATES Country: UNITED STATES Address: Springfield CBOC 5850 S 6th Street Rd Springfield Illinois Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: a. Technical Capability- i. Contractor shall demonstrate evidence of experience in the provision of Medical Waste Disposal Services in a Federal Health Care environment. ii. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. iii. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. iv. Contractor shall provide evidence of possession of all necessary permits and/or licenses regarding the pickup, transportation, treatment, storage and acceptable disposition as regulated by State and Federal EPA Guidelines for biohazardous medical waste. v. Contractor shall provide Description literature of containers shall be provided to the Contracting Officer with the solicitation package. This literature must show that containers meet the requirements of the Statement of Work. vi. If other than microwave-grind for a means of medical waste destruction/disposal is contemplated, contractor shall submit proof of acceptability by any/all State, local or Federal EPA requirements with his/her quote document in order to be considered a responsible offeror. b. Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. When evaluating past performance, the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies and key personnel who have relevant experience that shall perform major or critical aspects of the requirement. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. Areas of relevance include experience with janitorial services in a healthcare setting. A minimum of three (3) references shall be submitted with your offer however, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably. c. Price- The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer for all ordering periods to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV2017 FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.216-1 TYPE OF CONTRACT-The Government contemplates award of a firm fixed-price Indefinite Delivery Requirements contract resulting from this solicitation. 52.233-2 SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] 2. 52.216-18 ORDERING (OCT1995)- (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by a NCO12 Contracting Officer with the appropriate warrant authority to bind the government. Such orders may be issued from October 1,2018 through September 30,2023. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be placed by designated individuals in the NCO12 Contracting office by phone, fax, or e-mail. 3.52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 3000 lbs. and 500 containers, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 600,000 lbs. and 50,000 containers; (2) Any order for a combination of items in excess of 600,000 lbs. and 50,000 containers; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within Five (5) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 4. 52.216-21 REQUIREMENTS(OCT1995) 5. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 6. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 7. 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 8. SUPPLEMENTAL INSURANCE REQUIREMENTS 9. 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 10. VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 11. VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) 12. VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) 13. VAAR 852.219-74- LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUL 2018) 14. VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 15. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 16, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2018] The following subparagraphs of FAR 52.212-5 are applicable: subparagraph (b)(1), (4),(7),(8), (9), (16), (22),(25), (27), (28), (29),(30),(31),(32), (33), (34), (42),(49),(55) Subparagraph (c ), (1),(2),(3),(4),(8), (9) All quoters, shall submit the following: one (1) copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote. All quotations shall be sent to the Contracting Officer via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov. If submitting via U.S.P.S. regular mail, commercial overnight delivery or hand-delivered, submit the proposal to the following address: Kevin Adkins VA Iliana Healthcare System 1900 East Main Street Building 102 Room 103J Danville, Illinois 61832 This is an open-market Total SDVOSB set aside combined synopsis/solicitation for medical waste disposal services as well as reusable sharps container services for the VA Iliana Health Care System, Danville, IL.    The government intends to award a Firm Fixed Price Requirements Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4PM CDT August 31,2018 Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes are accepted and preferred. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at kevin.adkins@va.gov Point of Contact Kevin Adkins Contracting Officer 217-554-4544 Office 217-554-3206 Fax kevin.adkins@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0700/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q0700 36C25218Q0700.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548852&FileName=36C25218Q0700-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4548852&FileName=36C25218Q0700-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Iliana Healthcare System;1900 East Main Street;Danville IL
Zip Code: 61832
 
Record
SN05043715-W 20180819/180817231145-53254e3f8b1013586262ee95011aa991 (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.