Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

Q -- Medical BioHazardous Waste Disposal

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Labor, Employment Training Administration, Los Angeles Job Corps Center, 1106 South Broadway, Los Angeles, California, 90015
 
ZIP Code
90015
 
Solicitation Number
RFP-36MEDHAZWASTE
 
Archive Date
9/1/2012
 
Point of Contact
Anthony R Chiodo, Phone: 213-763-5128, Jenny Rodriguez, Phone: (213) 741-5345
 
E-Mail Address
chiodo.anthony@jobcorps.org, rodriguez.jenny@jobcorps.org
(chiodo.anthony@jobcorps.org, rodriguez.jenny@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR PROPOSALS (RFP) NO. LAJCC-RFP-36 MEDICAL HAZARDOUS WASTE DISPOSAL RFP SCHEDULE: LAJCC-RFP-36 ISSUED: JULY 13, 2012 PRE-PROPOSAL CONFERENCE: JULY 27, 2012, 10:00 A.M. P.S.T. LOCATION: 1020 S. OLIVE STREET, LOS ANGELES, CA 90015 QUESTIONS AND ANSWER DEADLINE: AUGUST 10, 2012 PROPOSALS DUE: AUGUST 17, 2012 BEST AND FINAL OFFERS: IF NEEDED INTRODUCTION The YWCA of Greater Los Angeles - Los Angeles Job Corps Center (hereinafter referred to as LAJCC) is a comprehensive residential and non-residential program designed to provide vocational training and to meet the individual needs of each student. LAJCC is operated by the YWCA of Greater Los Angeles. A series of manuals, handbooks, directives, and technical supplements has been developed which establishes minimum requirements in each program area. The program emphasizes meaningful vocational training with related program components supporting the objective of career placement above the helper skill level. The LAJCC provides a comprehensive residential program to prepare poverty level youth, sixteen (16) through twenty-four (24) years of age, for meaningful employment and the responsibilities of citizenship. The LAJCC is seeking to engage a qualified Subcontractor to provide a Firm-Fixed Price proposal to provide "Medical Hazardous Waste Disposal Services" for a period of 2 Months with a renewal of four (4) one (1) year options which may or may not be exercised at the sole and absolute discretion of LAJCC. It is the policy of the LAJCC to award subcontracts to the maximum extent possible to small business concerns, so that they have an equitable opportunity to compete for subcontracts. These firms include "Small Business, Women-Owned Small Business, HUBZone Small Business, Small Disadvantage Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business." PURPOSE AND SCOPE OF RFP Pursuant to its contract with the YWCA of Greater Los Angeles LAJCC is obligated to provide students with medical and dental services in a non-toxic environment that is safe, healthy, clean, sanitary, attractive, and pleasant. Subcontractor will ensure that all applicable permits are implemented and satisfactorily maintained. The specific required services solicited under this RFP are listed in Exhibit A, Scope of Services.   INSTRUCTIONS FOR PROPOSERS RFP ADDENDUMS/CLARIFICATIONS LAJCC reserves the rights to revise the solicitation documents prior to the proposal submittal due date. Such revisions if any will be made by addendum to this RFP. Proposer shall acknowledge receipt of all Addendums to the solicitation documents in the proposal letter. Failure to acknowledge receipt of all Addendums and to include all the requirements of the Addendum in the proposal may render the proposal unacceptable and cause it to be rejected. Prior to submitting the proposal to LAJCC for consideration each proposer is responsible for checking the Federal Business Opportunities Web site (www.fbo.gov) to ensure that it has received all applicable addendums issued. These addendums shall become part of the RFP. PRE-CONTRACTUAL EXPENSES Pre-contractual expenses are defined as any expenses incurred by the proposer in: (1) preparing its proposal in response to this RFP; (2) submitting that proposal to LAJCC; (3) negotiating with LAJCC any matter related to this RFP, including a possible contract; or (4) engaging in any other activity prior to the effective date of award, if any, of a contract resulting from this RFP. LAJCC shall not, under any circumstance, be liable for any pre-contractual expenses incurred by proposers. NO COMMITMENT TO AWARD Issuance of this RFP and receipt of proposals does not commit LAJCC to award a contract. LAJCC expressly reserves the right to postpone proposal opening for its own convenience, to accept or reject any or all proposals received in response to this RFP, to negotiate with more than one proposer concurrently, or to cancel all or part of this RFP. JOINT OFFERS Where two or more proposers desire to submit a single proposal in response to this RFP, they should do so on a prime-subcontractor basis rather than as a joint venture or informal team. LAJCC intends to contract with a single firm and not with multiple firms doing business as a joint venture. PROPOSED CONTRACT The proposer selected for contract award through this RFP shall be required to enter into a written agreement with LAJCC. The Sample Agreement presented in Exhibit B of this RFP is the agreement proposed for execution. It may be modified to incorporate other pertinent terms and conditions set forth in this RFP, including those added by addendum, and to reflect the proposer's offer or the outcome of contract negotiations, if any, conducted with the proposer. Exceptions to the terms and conditions of the Sample Agreement, or the proposer's inability to comply with any of the provisions of the Sample Agreement, must be declared in the proposal. The proposer's attention is directed particularly to the Section in the Sample Agreement, which specifies the minimum insurance requirements that must be met by the successful proposer(s). The proposer's inability or unwillingness to meet these requirements as a condition of award must be stated as an exception in the proposal. EXCEPTIONS/DEVIATIONS Any exceptions to or deviations from the requirements set forth in this RFP, including the terms and conditions contained in the Sample Agreement, must be declared in the proposal submitted by the proposer. Such exceptions or deviations must be segregated as a separate element of the proposal under the heading "Exceptions and Deviations," as instructed below. PROTESTS Any actual or prospective proposer may protest the solicitation or award of a contract for violations of LAJCC's procurement policies or of laws and regulations governing LAJCC's procurement activities. Any protest against this RFP or its contents must be in writing and submitted to the Contracts Office at the place specified for submittal of proposals. Refer to Exhibit G. FUNDING The LAJCC's obligation under this Subcontract is contingent upon the availability of appropriate funds from which payment for Medical Hazardous Waste Disposal Services subcontract purposes can be made.. This RFP does not commit LAJCC to pay any proposal preparation, travel charges and related costs incurred in the submission of your proposal. LAJCC reserves the right to reject any and all proposals. LATE PROPOSALS Any proposal, portion of a proposal, or unrequested proposal revision received by LAJCC after the time and date specified on the cover page of this RFP will cause the entire proposal to be late. Late proposals will not be considered for award. INTERPRETATION OF MODIFICATION No oral statement of any person, and no written statement of anyone other than the Purchasing Manager or designee, shall modify or otherwise affect the terms or meaning of this contract. All requests for interpretations, modifications, or changes should be made in writing to the Purchasing Manager or designee. SUBCONTRACTS The Subcontractor shall not subcontract out any services or portions of this contract without prior written approval by the LAJCC Purchasing Manager or designee. EXAMINATION OF RFP DOCUMENTS All Proposals shall be in strict accordance with the Request for Proposal (RFP) documents. LAJCC responses to all written questions and requests for interpretation and clarification will be available for examination on the Federal Business Opportunities Web site. The proposer is solely responsible for the examination of solicitation documents. Failure of the proposer to so examine and inform it self must be at its sole risk. INTERPRETATION OF RFP DOCUMENTS Requests for interpretation or clarification of the solicitation documents shall be submitted in writing. All written requests shall be forward to the LAJCC Purchasing Manager or designee identified in the RFP letter. COMMUNICATION WITH LAJCC All communications between LAJCC and proposers must be in writing addressed to the Purchasing Manager or designee identified in the RFP letter. PREPARATION OF SUBMITTAL The proposal shall be formatted in accordance with the requirements specified herein. Proposal shall include the forms provided with the solicitation documents or legible photo copies of the forms. Proposers shall complete the forms in accordance with the directions specified in these instructions and the forms. All required explanatory narratives and the supplementary data are to be included with the proposal forms as indicated. Pencil or erasable ink shall not be accepted. Initial all modifications made to the proposer's entries and identify the proposer's name on the top right of each page. Liquid or dry correction materials shall not be used. Failure to comply with the requirements outlined in these solicitation documents may render the proposal incomplete and may cause proposal rejection. SIGNING OF PROPOSAL AND AUTHORIZATION TO NEGOTIATE Proposer or its authorized representative (proposer's representative) shall execute the proposal and all required solicitation documents. Proposers shall submit evidence of the authority of the proposer's representative. SUBMISSION OF PROPOSAL LAJCC will accept proposals submitted by the proposer at the address and place shown in the letter of invitation, up to the date and time shown therein. It is the proposer's sole responsibility to see that its proposal is received as stipulated. LAJCC may leave unopened any proposal received after the date and time for receipt of proposals. Any such unopened proposals may be returned to the proposer. PROPOSAL EVALUATION PROCESS LAJCC shall review and evaluate the proposals in accordance with the requirements of solicitation documents. Following the evaluation period the Notice of Intent to award will be sent to all proposers and posted on the Federal Business Opportunities Web site. During the proposer evaluation period, LAJCC shall determine if proposals are responsive and responsible. WITHDRAWAL OF SUBMITTAL The proposer, by means of a written request, signed by the proposer's representative, may withdraw proposal. Such written request shall be delivered to the Purchasing Manager or designee identified in the Request for Proposal Letter prior to the award. LAJCC RIGHTS LAJCC may investigate the qualifications of any proposer under consideration inclusive of, but not limited to the information provided in the Proposal. LAJCC may require confirmation of information furnished by a proposer, and require additional evidence of qualifications to perform the services described in the RFP. LAJCC reserves the right to: 1. Reject any or all of the proposals, at its discretion. 2. Remedy errors in the RFP. 3. Cancel the entire RFP. 4. Issue subsequent RFP. 5. Appoint evaluation committees to review proposals. 6. Seek the assistance of outside technical experts to review proposals. 7. Approve or disapprove the use of particular subcontractors and suppliers. 8. Establish a short list of proposers eligible for discussions after review of written proposals. 9. Solicit best and final offers (BAFO) from all or some of the proposers. 10. Negotiate with any, all, or none of the proposers. 11. Award a contract to one or more proposers. 12. Accept other than the lowest price proposal. 13. Disqualify the proposal(s) upon evidence of collusion with intent to defraud or other illegal practices on the part of the proposers. 14. Waive any informalities or irregularities in any proposal, to the extent permitted by law. 15. Award a contract without interviews, discussions, or negotiations. PUBLIC RECORDS ACT Responses to this RFP is subject to the provisions of the Federal Freedom of Information Act DISQUALIFICATION OF PROPOSERS Federal Organization Conflict of Interest may apply to this procurement. Any person, firm, corporation, joint venture or partnership, or any other interested party that has been compensated by LAJCC or a sub-consultant engaged by the LAJCC for assistance in preparing the RFP documents and/or estimate shall be considered to have gained an unfair competitive advantage in proposing and shall be precluded from submitting a proposal in response to this RFP. Any person, firm, corporation, joint venture or partnership, or any other interested party that has discussions regarding this RFP with anyone within LAJCC other than the Purchasing Manager or designee may be considered to have gained an unfair competitive advantage. A proposer may be considered non-responsive if the following items are not submitted at time of proposal due date: • Proposal letter • Cost price proposal • Noncollusion affidavit • Non-discrimination certificate • Confidentially agreement END OF INSTRUCTIONS TO PROPOSERS GENERAL INFORMATION PROPOSAL SUBMITTAL The proposer shall submit to Jenny Rodriguez One printed original and two (2) copies of its proposal, together with a CD containing an electronic version of the proposal in either Microsoft Word or PDF format, no later than 2:00 p.m. PST on August 17, 2012. Proposals are to be enclosed in a sealed package plainly marked displaying the Consultant's legal name and the words "Proposal Responding to LAJCC-RFP-36 Medical Hazardous Waste Disposal." Submittal shall not contain more than fifty (50) pages double-sided, excluding front, back covers and tabs, and may not be submitted with a font size of less than 11. Submittals containing more than the stated page limitation and not in accord with the font size will not be considered. Mail or deliver proposals to: Jenny Rodriguez 1031 S. Hill Street Purchasing Department, 5th floor Los Angeles, CA 90015 E-mail address: Rodriguez.Jenny@jobcorps.org It is the sole responsibility of the proposer to ensure that the proposal is delivered on time. Any proposal received after the stated deadline, may, at the sole discretion of the LAJCC, be returned without consideration. It is the practice of LAJCC not to consider late offers unless it is determined that a selection cannot be made from among the proposals received on time. LAJCC shall not be responsible for, nor accept as a valid excuse for late proposal delivery, any delay in mail service or other method of delivery used by the proposer. Proposals submitted via fax, telephone or e-mail will not be accepted. All proposals must be firm offers subject to acceptance by LAJCC and may not be withdrawn for a period of 90 calendar days following the last day to submit proposals. Proposals may not be amended once submitted to LAJCC, except as permitted by LAJCC. QUESTIONS FROM PROPOSERS Proposers are asked to submit all questions in writing by the questions deadline shown on the first page of this RFP. Questions are to be submitted to the Purchasing Manager or designee at the address shown above by e-mail in accordance with the instructions given below. LAJCC shall not be obligated to answer any questions received after the above-specified deadline or submitted in a manner other than as instructed above. All questions and answers will be posted on the Federal Business Opportunities Web site. Proposers are instructed not to contact LAJCC personnel or its agents other than the Purchasing Manager or designee concerning this RFP. Unauthorized contact is at proposer's sole discretion and will be cause for disqualification of a proposer. PROPOSAL FORMAT AND CONTENT GENERAL The proposal should provide a straightforward, concise description of the proposer's ability to satisfy the requirements of this RFP. Emphasis should be placed on conformance to the RFP instructions, responsiveness to the RFP requirements, and completeness and clarity of content. This RFP and the successful proposal may become a part of any contract that is executed as a result of this RFP. Any proposal attachments, documents, letters, and materials submitted by the proposer will be binding and may also be included as part of the contract. PRESENTATION/FORMAT Proposals shall be submitted in 8 1/2" x 11" size paper, using a simple method of fastening. Proposals should be typed and not include any unnecessarily elaborate or promotional material. Lengthy narrative is discouraged; presentations should be brief and concise. The proposal should not exceed 50 pages in length, excluding any appendices. The form, content, and sequence of the proposal should follow the outline presented below. PROPOSAL CONTENT PROPOSAL LETTER/TRANSMITTAL/INTRODUCTION The letter of transmittal shall be addressed to the Center Director and must, at a minimum, contain the following: • Identification of the offering firm(s), including name, address, telephone number, and e-mail address of each firm; • Proposed working relationship among the offering firms (e.g., prime-subcontractor), if applicable; • Acknowledgment of receipt of RFP addendums, if any; • Name, title, address, e-mail address, and telephone number of contact person during the period of proposal evaluation; • A statement to the effect that the proposal shall remain valid for a period of not less than ninety (90) days from the due date for submittal; • Identification of any information contained in the proposal which the proposer deems to be, and establishes as, confidential or proprietary and wishes to be withheld from disclosure to others under the state Public Records Act (a blanket statement that all contents of the proposal are confidential or proprietary will not be honored by LAJCC); and • Signature of a person authorized to bind the offering firm to the terms of the proposal.   INSURANCE Subcontractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Services hereunder by the Subcontractor, its agents, representatives, or employees. A. Insurance coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance appropri¬ate to the Subcontractor's profession. B. Subcontractor shall maintain limits of insurance no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and omissions liability: $1,000,000 per occurrence. For all insurance coverage's provided by the Subcontractors the following terms apply: C. Any deductibles or self-insured retentions must be declared to and approved by LAJCC. At its option, LAJCC may require the Subcontractor, at the Subcontractor's sole cost, to: (a) cause its insurer to reduce to levels specified by LAJCC or eliminate such deductibles or self-insured retentions as respects LAJCC, its officials and employees; or (b) procure a bond guaranteeing payment of losses and related investiga¬tions, claim administration and defense expenses. D. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. LAJCC, its subsidiaries, officials and employees are to be covered as insured as respects: liabil¬ity arising out of activities performed by or on behalf of the Subcontractor; products and completed operations of the Subcontractor; premises owned, occupied or used by the Subcontractor; or automobiles owned, leased, hired or borrowed by the Subcontractor. The coverage shall contain no special limitations on the scope of protection afforded to LAJCC, its subsidiaries, officials and employees. 2. For any claims related to the Services, the Subcontractor's insurance coverage shall be primary insurance as respects LAJCC, its subsidiaries, officials and employees. Any insurance or self-insurance maintained by LAJCC, its subsidiaries, officials and employees shall be excess of the Subcontractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to LAJCC, its subsidiaries, officials and employees. 4. The Subcontractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, re¬duced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to LAJCC. E. Insurance is to be placed with insurers with a current A.A. Best's rating of no less than A: VII, unless otherwise acceptable to LAJCC. F. The Subcontractor shall furnish LAJCC with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. The endorsements are to be on forms provided by LAJCC. All endorsements are to be received and approved by LAJCC before work commences. As an alternative to LAJCC's forms, the Subcontractor's insurer may provide complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by this Contract. All Certificates of Insurance shall reference the contract number on the certificate. INDEMNIFICATION A. The Subcontractor shall indemnify, defend and hold harmless LAJCC, its subsidiaries and its officers, agents and employees from and against any and all liability and expenses including defense costs and legal fees and claims for damages of any nature whatsoever, arising out of the performance of the Services described herein, caused in whole or in part by any negligent act or omission of the Subcontractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable including, without limitation, any costs or liability on account of (1) bodily injury, death or personal injury of any person or for damage to or loss of use of property (including property of LAJCC), and (2) LAJCC's reliance upon or use of data or other information provided or delivered by the Subcontractor pursuant to this Contract. B. This indemnification shall apply even in the event of the act, omission, fault, or negligence, whether active or passive, of the party or parties to be indemnified, but shall not apply to liability, expenses, claims or damages arising from the sole negligence or willful misconduct of the party or parties to be indemnified. This indemnity shall survive termination of this Contract or final payment hereunder. C. This indemnification is in addition to any other rights or remedies which LAJCC may have under the law or under this Contract. In the event of any claim, or demand made against any party which is entitled to be indemnified hereunder, LAJCC may, at its sole discretion, reserve, retain, or apply any monies due to Subcontractor under this Contract for the purpose of resolving such claims; however, LAJCC may release such funds if Subcontractor provides LAJCC with reasonable assurance of protection of LAJCC's interest. LAJCC shall, at its discretion, determine whether such assurance is reasonable.   TABLE OF CONTENTS Immediately following the transmittal letter include a complete table of contents for material included in the proposal, including page numbers, and each evaluation criteria, divided by sections. Each section shall have a letter or number identifying the section number and page as follows: • Tab - A - Technical • Tab - B - Management • Tab - C - Resources • Tab - D - Past Performance • Tab - E - Cost and Price • Tab - F - Certifications SB/WOSB/HUB/SDB/VOSB/SDVOSB • Tab - G - Appendices TECHNICAL Provide a detailed plan on how you propose to service the LAJCC based on your understanding of the educational environment and the requirements described separately in Exhibit A: Statement of Work. Describe your logistic approach with respect to completing the scope of services. 1. Describe your Medical Hazardous Waste Disposal expertise. 2. Describe the largest educational population you have provided Medical Hazardous Waste Disposal Services to and the diversity of the population. MANAGEMENT Provide a detailed description of how your management approach provides for effective organization, implementation, monitoring and control of the effort. The response shall clearly detail the following: 1. A qualification statement for managing a large educational Medical Hazardous Waste Disposal Service contract. 2. Describe your experience managing the handling and tracking of hazardous waste disposal in congested academic environments. 3. Describe your approach to management oversight with respect to providing all the data required by Law. RESOURCES Provide a detailed description of your method to coordinate with your personnel and financial resources to successfully conduct this effort. The response shall clearly detail the following: 1. Provide a sample of the reports that your company and LAJCC is required to maintain by all local, federal, state, and county agencies. 2. Identification of the supervisor or manager for this effort; resume and last performance evaluation should be provided. 3. Support personnel: Please highlight specific skills for removing, handling, transporting, treating, and disposing of medical hazardous waste. 4. Administrative support: Identify what resources are utilized to track medical waste beginning from the pick-up site until it reaches the disposal site. PAST PERFORMANCE References Demonstrate your success in prior years work with respect to Medical Hazardous Waste Disposal Services. Provide the performance data from five (5) active or recent references of Medical Hazardous Waste Disposal Service contracts you were awarded, which you operated at a minimum of two (2) years. Preferably, references of Medical Hazardous Waste Disposal Services at educational facilities contracts you were awarded. 1. Contract Number 2. Name and address 3. Contact name and phone number 4. Building population 5. Patronage population 6. Contract Type 7. Contact Value 8. Period of performance 9. Performance rating AND Provide a statement concerning barriers encountered in the management of a contract and the remedy you provided. COST/PRICE PROPOSAL Please fill out Attachment "F" CERTIFICATIONS Proposers that fall under the following titles with certification will meet the patronage criteria. SMALL BUSINESS (SB), SMALL DISADVANTAGE BUSINESS, (SB) SMALL WOMEN OWNED BUSINESS (SWOB), HUBZONE SMALL BUSINESS (HZSB) VETERAN-OWNED SMALL BUSINESS (VOSB), SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) APPENDICES SUPPORTING DOCUMENTS Sub-contractor shall furnish as appendices documents (e.g., financial statements, staff resumes and Strategic Plan) requested in the preceding instructions. ADDITIONAL INFORMATION Include any additional information you deem essential to a proper evaluation of your proposal and which is not solicited in any of the preceding sections. Proposers are cautioned, however, that this is not an invitation to submit large amounts of extraneous material; appendices should be relevant and brief. PROPOSAL EVALUATION AND CONTRACT AWARD EVALUATION PROCESS An Evaluation Panel consisting of staff and/or outside associates will review, analyze and evaluate all proposals received. The Evaluation Panel may short-list the field of proposers and conduct interviews of the firms in this group. This committee will then recommend to the contracting officer a proposer for contract award. EVALUATION CRITERIA By use of numerical and narrative scoring techniques, proposals will be evaluated by LAJCC against the factors specified below. The criteria are based on a 100-point scale, as listed below. Within each evaluation criterion listed, the sub-criteria to be considered are those described in the "Proposal Format and Content" and Exhibit A of this RFP. CRITERIA POINTS Criteria 1 Technical 1 - 10 Criteria 2 Management 1 - 20 Criteria 3 Resources 1 - 10 Criteria 4 Past Performance 1 - 25 Criteria 5 Cost or Price 1 - 30 Criteria 6 SB/WOSB/HUB/SDB/VOSB/SDVOSB 0 - 5 Total Possible Points 100 LAJCC reserves the right to reject any or all proposals, to waive any irregularities or informalities in the offers received and to change the evaluation process described above if circumstances dictate this or it is otherwise in the best interests of LAJCC to do such. In the event a proposal(s) is rejected, or in the event a proposer's offer is not rejected but does not result in a contract award, LAJCC shall not be liable for any costs incurred by the proposer in connection with the preparation and submittal of the proposal. CONTRACT AWARD It is the intent of LAJCC to award one contract as the result of this RFP. Approval by the Regional Contracting Officer will be required prior to award. EXHIBITS TO THE RFP: EXHIBIT A Scope of Services EXHIBIT B Sample Form of Contract EXHIBIT C Noncollusion Affidavit EXHIBIT D Non-Discrimination Certification EXHIBIT EConfidentiality Agreement EXHIBIT F Cost/Price Proposal EXHIBIT G Protest Procedures EXHIBIT A - SCOPE OF WORK Scope: The YWCA of Greater Los Angeles - Los Angeles Job Corps (LAJCC) anticipates award of a Firm Fixed Price Requirements Type and is seeking a qualified subcontractor to provide Medical Hazardous Waste Removal and Disposal Services. The successful subcontractor shall provide all supervision, personnel, materials, containers, tools and training necessary to provide safe removal, transportation and disposal of all regulated medical waste in compliance with all current local, state and federal regulations. Regulated medical waste may include but is not limited to isolation waste, cultures and stocks of infectious agents associated biological human blood and blood products, pathological waste, contaminated sharps, miscellaneous laboratory waste, discarded dressings, and contaminated linen or disposable linen substitutes. Waste may also include expired sample drugs and bio-hazardous waste. Place of performance: Los Angeles Job Corps Urban Campus - Health Clinic 1020 South Olive Street Los Angeles, CA 90015 Services to be provided: Subcontractor shall provide weekly medical waste disposal including collection, transportation, treatment and disposal of medical and pharmaceutical waste. Subcontractor shall ensure maximum infection control is practiced throughout the entire pick-up and disposal process as the Subcontractor provides the following services: • Provide temporary storage and transport containers as required. Containers are to be 44 Gal Tub (Bio), Ct 12.7 lbs., weight varying between 10 and 40 lbs. • Pick up hazardous and bio-hazardous materials, transport, safely treat waste material, and properly dispose of the medical waste in accordance with the most current laws and regulations. • Subcontractor must Scan all containers associated with LAJCC medical waste at every point in the process and provide on-line access to your manifests. • Provide complete chain of custody documentation essential for accountability and regulatory compliance of bio-hazardous materials. • Subcontractor must have an automated tracking system to manage waste handling that includes at a minimum: waste collection and movement data through treatment to final disposal that will provide documentation of the total amount of medical waste generated by LAJCC. • Subcontractor shall provide training to selected LAJCC personnel in support of current regulatory and environmental compliance measures or laws. Licenses: Subcontractor must be in strict compliance with all EPA: DOT and the California Medical Waste Management Act, California Health and Safety Code (CH & SC) Section 117600 through 118360 and regulations at 22 California Code of Regulations (CCR) 65600 to 65628. Additionally, transporters of medical waste must be registered as required by California Health and Safety Code, Section 119000a. Deliverables: Subcontractor shall provide shipment tracking numbers; shipment manifest, the date of service, weight of disposed material, cost per pound/container, the disposal site and a invoice to the LAJCC's Health & Wellness Administrator for verification and approval. Approved Invoices shall be forwarded to the LAJCC Finance Office for payment. Period of performance: The period of performance is September 1, 2012 through October 31, 2012 with Four (4) one (1) year option periods to be exercised at the sole discretion of the Job Corps. Los Angeles Job Corps whom reserves the right to cancel this contract at the end of any given month during this period with a 30-day notice. EXHIBIT B - SAMPLE FORM OF CONTRACT CONTRACT No. 2012-36 Between NAME OF COMPANY Company Address City, State And Zip Code Hereinafter "Subcontractor" And YWCA of Greater Los Angeles Job Corps 1031 S. Hill Street Los Angeles, California 90015 Hereinafter "LAJCC" Total Contract Amount: Firm Fixed Price Contract: tiny_mce_marker________.00 TERM: September 1st, 2012 to October 31st, 2012 for MEDICAL BIOHAZARDOUS WASTE DISPOSAL SERVICES   Exhibit C - Non-Collusion Affidavit NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH ITS PROPOSAL (Name) _______________________________________, being first duly sworn, disposes and says that he or she is (Title) _________________________________ of (Company) _____________________________, the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly, or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusion or sham proposal. IN WITNESS WHEREOF, the undersigned has executed this Noncollusion Affidavit this __________ day of ____________________, 2012. PROPOSER _________________________________________ (Type or Print Complete Legal Name of Firm) By ______________________________________________ (Signature) Name____________________________________________ (Type or Print) Title _____________________________________________ Address __________________________________________ City ________________________ State _____ Zip ________ EXHIBIT D - NON-DISCRIMINATION CERTIFICATION CERTIFICATION OF NON-DISCRIMINATION TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH ITS PROPOSAL Proposer hereby certifies that in performing work or providing services for the _____________________, there shall be no discrimination in its hiring or employment practices because of age, sex, race, color, ancestry, national origin, religious creed, physical handicap, medical condition, marital status, or sexual orientation, except as provided for in Section 12940 of the California Government Code. Proposer shall comply with applicable federal and California anti-discrimination laws, including but not limited to the California Fair Employment and Housing Act, beginning with Section 12900 of the California Government Code. IN WITNESS WHEREOF, the undersigned has executed this Certificate of Non-Discrimination this __________ day of ____________________, 2012. PROPOSER _________________________________________ (Type or Print Complete Legal Name of Firm) By ______________________________________________ (Signature) Name____________________________________________ (Type or Print) Title _____________________________________________ Address __________________________________________ City ________________________ State _____ Zip ________ EXHIBIT E - CONFIDENTIALITY AGREEMENT CONFIDENTIALITY AGREEMENT The undersigned, a duly authorized officer of _________________________________________________________, Does hereby represent, warrant and agree to the following statement: All financial, statistical, personal, technical or other data and information relating to the _____________'s operation which are designated confidential by the __________ and made available to the undersigned shall be protected by the undersigned from unauthorized use and disclosure. Date: _________________________ ___________________________________ Name of Proposer By: _______________________________ Authorized Officer EXHIBIT F - COST/PRICE PROPOSAL Subcontractor shall provide weekly medical waste disposal including collection, transportation, treatment and disposal of medical and pharmaceutical waste services for the Los Angeles Job Corps Center health Clinic located at 1020 South Olive Street, Los Angeles, CA 90015. Base prices for container pickup; transport; treat and disposal of Medical Hazardous Waste for four (4) months beginning September 1, 2012 through October 31, 2012 Base Price for coverage for September 1, 2012 through October 31, 2012 tiny_mce_marker___________ Option Year One (1) Cost; November 1, 2012 thru October 31, 2013 tiny_mce_marker___________ Option Year Two (2) Cost; November 1, 2013 thru October 31, 2014 tiny_mce_marker___________ Option Year Three (3) Cost; November 1, 2014 thru October 31, 2015 tiny_mce_marker___________ Option Year Four (4) Cost; November 1, 2015 thru October 31, 2016 tiny_mce_marker___________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/losangelesjcc/ RFP-36MEDHAZWASTE/listing.html)
 
Place of Performance
Address: Los Angeles Job Corps Center, 1020 South Hill Street, Los Angeles, CA 90015, California, 90015, United States
Zip Code: 90015
 
Record
SN02802944-W 20120715/120713235713-0151dca478925acc217a8309091fa41f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.