Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2016 FBO #5424
DOCUMENT

S -- Hazardous Waste Removal FSS SDVOSB set aside - Attachment

Notice Date
9/27/2016
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25016Q0780
 
Archive Date
11/11/2016
 
Point of Contact
Adoniss Gibson
 
E-Mail Address
Adoniss.Gibson@va.gov
(Adoniss.Gibson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Contract For Hazardous And Universal Waste Service Safety & Occupational Health Service, VAMC, Dayton, Ohio INTRODUCTION These specifications are for the packaging, transport, and disposal of hazardous waste and universal waste recycling from the Dayton Veterans Affairs Medical Center. Approximately six (6) pickups or more per year are anticipated to be scheduled each year on dates that meet the requirements of applicable EPA regulations and the needs of the Dayton Veterans Affairs Medical Center. This contract will cover a wide variety of hazardous waste streams and universal waste but will not include the disposal of Pharmaceuticals, radioactive materials, PCB's, or biological waste. SCOPE OF WORK 1.The contractor will comply with all requirements of local, state, and federal regulatory agencies governing the packaging, transporting, and disposal of hazardous and universal waste materials. 2.The contractor will maintain insurance that meets all local, state, and federal regulatory requirements for a transporter, storer, and/or disposer of hazardous waste. 3.The contractor will provide and use appropriate protective equipment for themselves. 4.The contractor will prepare and provide completed manifests the same day as the waste collection, with separate documentation for hazardous and universal waste.- 5.The contractor will provide verification of final disposal of hazardous waste and the recycling of universal waste within six (6) months after a waste collection. 6.Price of disposal for each type of waste will include costs for transporting and disposal of the wastes contained within. Price per drum will also include minor material charges such as packing materials, labels, and other materials used. 7.Transportation of all waste shall be in accordance with 49 CFR 100-199. 8.The contractor will prepare profiles of chemicals (if needed) for the medical center with information provided by the medical center. The contractor will be responsible for any required chemical analysis including (but not limited to) pH testing, solid content analysis, etc., which can be performed at the collection site. 9.The contractor will pack, transport, and provide for final disposal of hazardous materials. All applicable EPA and DOT regulations shall be adhered to. 10.All work shall be performed during normal business hours of the Dayton VA Medical Center, which is 8:00 am through 4:30pm eastern standard time. Work during other hours, if agreed to by the Dayton VA Medical Center, will be at the normal rate per hour. Overtime and travel expenses are not authorized. PERMITS AND RESPONSIBILITIES 1.The contractor without expense to the Dayton VA Medical Center shall be responsible for complying with any necessary licenses and permits, and for complying with any applicable federal, state, and local regulations. 2.The contractor is responsible for any and all spills or leaks that occur during the performance of this contract. The contractor agrees to clean up such spills or leaks to the satisfaction of all federal, state, local agencies, or other authority having jurisdiction. No cost for spill or leak cleanup will be charged to the Dayton VA Medical Center. TYPES OF HAZARDOUS DISPOSAL 1.Packaging of all wastes will be in the appropriate container for that wastestream. 2.Contractor will dispose of hazardous waste in a manner that leaves no future expense potential to the Dayton VA Medical Center or the federal government. Chemicals will be disposed of in the following manners. A.The processing of the chemical waste (at a facility approved for such processing by an appropriate state or federal agency) in a manner that renders it no longer a hazardous waste as defined in the 40 CFR series. These processes include (but are not limited to): 1)Chemical neutralization and detoxification. 2)Thermal treatment (e.g. incineration, pyrolysis). 3)Reprocessing or recovery followed by recycling/reuse. B.The long term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency. C. Universal waste will be recycled. 3.Mere acceptance of the hazardous property (wastes) at a properly permitted treatment, storage, or disposal site does not constitute disposal and/or completion of the contract. It is the prime contractor's responsibility to obtain all necessary documentation to prove that the disposal and recycling of all items has been accomplished. This documentation shall be attached to the Certificate of Disposal and submitted with or prior to any invoices for services rendered. CONTRACT TERM/OPTION TO EXTEND The contract will be selected from the Federal Supply Schedule and set aside for Service Disabled Veteran Owned Small Business. The contract will be Firm Fixed Price and will automatically extend on the anniversary date at the prices, terms, and conditions contained in the original solicitation. Said extensions may be less than, but will not exceed four (4) additional one (1) year periods. Written notice will be provided to the contractor at least sixty (60) days prior to exercising an Option. PROPOSAL CONTENTS Each proposal should contain the following in the listed format: 1.Provide the qualifications of the staff to be assigned to the project, include resumes showing training, experience, and education of each in hazardous waste disposal and transportation. Personnel should have a minimum of one (1) year of experience in these areas. 2.Provide the contractor's experience in hazardous waste packaging, transport, and disposal. Provide a minimum on three (3) references. 3.Provide contractor's capabilities in terms of equipment, personnel, and facilities. 4.Provide the cost figures as listed in "Base Cost Specifications". The estimated annual quantities of chemicals for disposal may vary. Payment will be based on the Price/Unit provided by the contractor and the number of drums of that wastestream packaged, shipped, and disposed of. Cost of transportation, materials, employee PPE, etc. should be covered in the unit pricing. 5.List all disposal and recycling facilities that contractor intends to dispose of and recycle waste generated by the Dayton Veterans Affairs Medical Center. TECHNICAL ACCEPTANCE CRITERIA Evaluations of quotes will be Lowest Price Technically Acceptable. Technical Acceptance is based on the following criteria: 1. Contractor's experience, capabilities, and qualifications. 2. Information obtained from contractor's references. 3. Contractor has EPA and DOT identification numbers. BASE COST SPECIFICATIONS WASTESTREAM SIZE (gal)Price/unitEst. Annual QuantityTotal Est. Cost Bulk Liquids Xylene 05$15$ Organic solvents 05$10$ Petroleum based oils 55$05$ Lab Packs Flammables 05$10$ Poisons 05$05$ Oxidizers 05$06$ Corrosives 05$06$ Reactives 05$05$ Mercury 05 $ 02 $ UNIVERSAL WASTESTREAMPrice/lb.Est. Annual Quantity (lb.)Total Est. Cost Universal Bulbs$200$ Batteries $2000$ LABOR CHARGESPrice/pick-upEst. Annual Quantity (pick-up)Total Est. Cost Pick up/Freight$ 6 (est.)$ Total Estimated Cost$
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25016Q0780/listing.html)
 
Document(s)
Attachment
 
File Name: -VA250-16-Q-0780 -VA250-16-Q-0780.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3027593&FileName=-VA250-16-Q-0780-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3027593&FileName=-VA250-16-Q-0780-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04290256-W 20160929/160928000009-2a4e2189801a9fef92ef11da0365c850 (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.