SOLICITATION NOTICE
S -- Medical Waste Disposal Management Service for Evans Army Community Hospital, Fort Carson, CO
- Notice Date
- 4/17/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU015T0181
- Response Due
- 5/12/2015
- Archive Date
- 6/16/2015
- Point of Contact
- Christina McMurtry, 719-526-8132
- E-Mail Address
-
Western Regional Contracting Office
(christina.m.mcmurtry.civ@mail.mil)
- 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; proposals are being requested and a written solicitation will not be issued. Medical Waste Disposal Management Service Evans Army Community Hospital, Fort Carson, CO Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. (1) Solicitation number W91YU0-15-T-0181 is issued as a Request for Quotation (RFQ). (2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective 3 Mar 2015. (3) This solicitation and resultant contract is conducted as unrestricted under full and open competition using NAICS code 562211 and the associated small business size standard is $38,500,000. All responsible sources may submit an offer which shall be considered by the government. (4) A list of contract line item number(s), quantities and units of measure, including options. Unit of DescriptionQtyIssuePriceExt Price Period of Performance (1 Jun 15 to 30 Sep 15) 0001 Reusable Sharps Program IAW the Statement of Work4Months 0002 Contract Manpower Report IAW the Statement of Work Paragraph 14.1Each (5) Requirements for the service to be acquired. Contractor shall furnish all permits, services, materials, labor, supervision, management, management support, transportation, supplies, and equipment required to provide a reusable medical sharps container management program at the Evans Army Community Hospital (EACH). The program must be performed in accordance with all Federal, State, and Local laws and regulations. The program is intended to accomplish waste minimization requirements for the medical treatment facility as well as improve the safety of staff, patients, and visitors. The proposed sharps containers shall be reusable. Period of Performance is 1 June 2015 to 30 September 2015. See attached Statement of Work. (6) Date and place of delivery and acceptance and FOB point. Period of Performance (1 Jun 15 to 30 Sep 15) Place of Contract Performance: Evans Army Community Hospital, Fort Carson, CO Freight on Board: Destination. (7) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addenda is provided. Addendum to 52.212-1: (a) Deletions to 52.212-1: Paragraphs 52.212-1(d),(e), (h), and (i) are deleted (b) Replacements to 52.212-1: Paragraph 52.212-1(b), Submission of Offers, Replace with the following: (a) General: (i) Whenever, the words quote mark offer, quote mark quote mark proposal, quote mark quote mark offerors, quote mark or similar terms are used in this solicitation, they shall be read to mean quote mark quotation, quote mark quote mark quoter, quote mark or similar corresponding term to reflect that this solicitation is a request for quotation and not a request for proposal or an invitation for bids. (ii) Once the Contracting Officer has decided to whom an offer will be issued, an offer requiring the quoter's signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer have signed the contract. (b) Quotation packages shall consist of the following items. (i) Quotation package should include solicitation number W91YU0-15-T-0181, and be signed by an authorized company representative. (ii) Contract Line Item Numbers (CLINS). Provide pricing for each CLIN. (iv) Completed copy of 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) (v) Written overview of experience in providing reusable waste management services and a descriptive plan as to how the services required by EACH will be performed and how you will meet the requirements outlined in the Statement of Work (reference paragraph 5 above). No more than two pages. (vi) Past Performance: The purpose of the past performance information is to allow the government to assess the bidder's ability to perform the effort described in this RFQ. The bidder shall provide a list of no more than two contracts with federal agencies or commercial customers within the last three years. Contracts include performance of efforts involving similar waste management services as the effort described in this solicitation. Past performance information will take into account past performance information regarding, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement. Furnish the following information for each contract listed: (i) Federal agency or commercial customer name (ii) Title and a brief summary of the Product/Service (iii) Contract or Project Number (iv) Contract Dollar Value (v) Period of Performance (vii) Verified, up-to-date name, address, E-mail address & telephone number of the client's project manager (if applicable) (viii) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the projects terms and conditions. (ix) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present similar contracts. Paragraph 52.212-1(c), Period for Acceptance of Offers. Replace with the following: GOVERNMENT MINIMUM ACCEPTANCE PERIOD. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless the government specifies another time period in an addendum to the solicitation. The Government will not consider offers providing less than 90 calendar days for Government acceptance. (End of Addendum to 52.212-1) (8) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) is as follows: Award will be made using Lowest Price Technically Acceptable (LPTA) process. The bidder shall provide a written overview of experience in providing reusable waste management services and a descriptive plan as to how the services required by EACH will be performed and how you will meet the requirements outlined in the Statement of Work. The written overview will be evaluated for familiarity and knowledge of performing waste management services (i.e technically acceptable). The written overview will be determined as quote mark pass quote mark or quote mark fail quote mark. Award will then be made on the basis of the lowest evaluated price of quotes meeting or exceeding the technical acceptability standards. Also, technical acceptability, for relative importance, is the same as price. Bidders with no relevant past or present performance history shall receive be treated neither favorably nor unfavorably. Paragraphs (b) which is N/A and (c) will be used and remain unchanged. (See Attached file named 52.212-2). (End of Addendum to 52.212-2) (9) Bidder's shall include a complete copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Mar 2015) Alt I (Oct 2014), or a statement indicating that you have completed on-line at https://www.sam.gov/. (10) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and addenda to the clause is as follows: Addendum to paragraph 52.212-4(c): UNILATERAL MODIFICATIONS The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses, and other corrections that have no effect on the terms and conditions of the contract. (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4) (11) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUL 2014) (Deviation 2013-O0019)(MAR 2015), applies to this acquisition. (12) Additional contract terms and conditions: The following FAR Clauses Apply: 52.204-9, Personal Identity Verification of Contractor Personnel, 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-50, Combat Trafficking in Persons, 52.223-3, Hazardous Material Identification and Material Safety Data, 52.223-5, Pollution Prevention and Right-to-Know Information, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.232-39, Unenforceability of Unauthorized Obligations, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claims, 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, 52.209-10, Prohibition of Contracting with Inverted Domestic Corporations, 52.219-28, Post-Award Small Business Program Representation, 52.252-2, Clauses Incorporated by Reference, 52.252-6, Authorized Deviations in Clauses The following DFARS clauses apply: 252.203-7000, Requirement Relating to Compensation of former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7000, Disclosure of Information, 252.204-7003, Control of Government Personnel Work Product, 252.223-7006, Prohibition on Storage and Disposal of Toxic and hazardous Materials, 252.225-7048, Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010, Levies on Contract Payments, 252.204-7012, Safeguarding of unclassified Controlled technical Information, 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DOD Contracts). The following Solicitation Provisions Apply, 52.225-25, Prohibition of Engaging in Sanctioned Activities Relating to Iran-Certification, 52.209-2, Prohibition on contracting with Inverted Domestic Corporations-Representations, 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-5 Authorized Deviations In Provisions, 252.203-7005, Representation Relating to Compensation of Former DOD Officials The full text version of FAR and DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. (13) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (14) Please submit the requested information no later than 12 May 2015 (Tuesday), 10 a.m. Mountain Standard time to the POC listed below. E-mail is the preferred method of proposal submission. The government will be holding site visits on 21 April and 22 Apr 2015. If you wish to schedule one, please contact John Kwiatkowski at 719-526-6444, john.a.kwiatkowski2.civ@mail.mil. Please note, all questions must be received no later than three business days prior to the closing date. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. (15) Ms. Christina McMurtry, phone: 719-526-8132, fax: 719-524-5405, or E-mail: christina.m.mcmurtry.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU015T0181/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN03703376-W 20150419/150417234934-180269f10acf7361f7f2186109d01a46 (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 |