Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
DOCUMENT

S -- SERVICE: REGULATED MEDICAL WASTE DISPOSAL - Attachment

Notice Date
1/24/2018
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q1619
 
Response Due
2/28/2018
 
Archive Date
4/29/2018
 
Point of Contact
BRIAN WERNER
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FedBizOpps Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Rev. March 2010 S SERVICE: BIOHAZARDOUS WASTE DISPOSAL 32601-3460 VA248-17-Q-1619 02-28-2018 60 N 14 562112 Department of Veterans Affairs Network Contracting Activity 8 Commerce Building 300 E. University Ave. Ste. 180 Gainesville FL 32601-3460 BRIAN WERNER BRIAN.WERNER1@VA.GOV DEPT OF VETERANS AFFAIRS MALCOLM RANDALL VA MEDICAL CENTER 1601 SW ARCHER ROAD GAINESVILLE, FLORIDA 32608 BRIAN.WERNER1@VA.GOV Page 5 of 13 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA248-17-Q-1619 is issued as a (Request for Quote (RFQ)). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96/ 11/06/2017. Only emailed requests for information received directly from the requester are acceptable. Responses should be sent to brian.werner1@va.gov. No telephone responses will be accepted. To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. NAICS and Set-aside: The NAICS is 562112 and the small business size standard is $38.5 Million. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Any firm that is not considered an SDVOSB under this NAICS code should not submit a response to this notice. To receive consideration as an SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Department of Labor Wage Determination #: 1996-0223, Rev. 39 is applicable. Contract Type: The government anticipates awarding a Firm-Fixed Price award. Award will be made to lowest priced quote which conforms to the requirements within this solicitation and represents the best value to the government. The estimated weights on page 3 and 4 are based on historical data and are provided in this solicitation so the prospective offeror can determine appropriate container size and logistics for satisfactory performance. The Contractor is required to notify the Contracting Officer and Contracting Officer s Representative when seventy-five (75) percent of the contract value has been invoiced. This solicitation is for Regulated Medical Waste Removal and Disposal Services for the North Florida/South Georgia VA Healthcare System. Please see below Performance Work Statement and pricing schedule for full description. Solicitation document and incorporated provisions and clauses apply to this acquisition: FAR 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-14 Limitations on Subcontracting, 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-50 Combating Trafficking in Persons; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. VAAR Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Submitting Quote: Quotes must be received February 28, 2018 by 16:00 EST. All quotes must be submitted by electronic submission referencing: VA248-17-Q-1619 to brian.werner1@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Specialist in writing (email is preferred). Any prospective offeror desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contract Specialist: Brian Werner (brian.werner1@va.gov) No Later Than: close of business (16:00 ET) on February 16, 2018. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates, or otherwise pay for the information provided in this synopsis. This Request for Proposal is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise because of a response to this Request for Quote or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as non-responsive and may influence competition and set-aside decisions. Regardless of the information obtained, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Evaluation Criteria: A firm-fixed price contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offer.   The following factors will be considered in the evaluation of quotes received under this solicitation. To be considered technically acceptable, the quote must include all items as described in Factors 1 & 2, and in the requirements of the solicitation. FACTOR 1: TECHNICAL & MANAGEMENT APPROACH-   The Offeror's quote shall disclose the technical ability in as much detail as possible, including, but not limited to, the requirements in this section of the RFQ. The technical ability should be specific, detailed and complete enough to clearly and fully demonstrate that the offeror thoroughly understands the intent of the Statement of Work (SOW). Stating that, the offeror understands and shall comply with the SOW, or paraphrasing the SOW, or parts thereof, is considered inadequate. Provide information on your company s ability to perform the services as described in the SOW. Submit a copy of liability insurance. Provide organizational chart, resumes of key personnel, and certification and/or licenses required to perform the services. If a subcontractor is utilized, include with your quote a letter identifying a full understanding of the following clauses, to include percentages for the prime contractor and any anticipated subcontractor(s): FAR 52.219-14, Limitations on Subcontracting (NOV 2011) FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside FACTOR 2: TOTAL EVALUATED PRICE - All pricing will be evaluated on a total price basis to include option years of the contract. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). STATEMENT OF WORK Qualification: Vendor must be licensed/ permitted in the State of Florida for Infectious Waste handling, transport, and disposal. 1. GENERAL REQUIREMENTS 1.1 The vendor shall furnish all labor, equipment, containers appropriately labeled (except for Government-furnished Sharps needle containers), supplies, materials, transportation and supervision required to provide pick-up, transport, incineration and/or acceptable disposition of biohazard medical waste, and Government Sharps containers, from the Veterans Affairs Medical Center (henceforth referred to as VA ) medical facilities, during the period of April 1, 2018 (or date of contract award if subsequent thereto) through March 31, 2019 with four (4) one year renewal option periods in accordance with the terms and conditions defined herein response, for: (1) Perry CBOC, 1224 North Peacock Ave. Perry, FL 32347 (Est. 40 lbs./Month), (2) St. Augustine CBOC, 195 SouthPark Blvd. St. Augustine, FL 32086 (Est. 600 lbs./Month), (3) ST. Marys CBOC, 2603 Osborne Rd. Suite E St Marys, GA 31558 (Est. 175 lbs./Month), (4) Valdosta CBOC, 2841 N. Patterson St. Valdosta, GA 31602 (Est. 400 lbs./Month), (5) Waycross CBOC, 515B City Boulevard Waycross, GA 31501 (Est. 150lbs./Month), (6) Jacksonville VA SouthPoint, 6900 Southpoint Drive North Jacksonville, FL 32216 (Est. 280 lbs./Month), (7) Jacksonville VA University, Memorial Health Plaza 3901 University Blvd. South Jacksonville, FL 32216 (Est. 300 lbs./Month) 1.2 The vendor shall treat and/or dispose of bio-hazardous medical waste in accordance with State and Federal (U.S. Environmental Protection Agency - EPA) guidelines, VA infectious medical waste requirements, and all other Federal, State and local regulations. The vendor will maintain all necessary medical waste permits and licenses for the disposal and treatment of such waste. The vendor will also have an assigned U.S. Environmental Protection Agency (EPA) authorization and identification number, necessary Department of Transportation permits, including insurance prior to transport and/or disposal of subject waste. If the vendor requires additional information, they may contact U.S. EPA regional office. The following links are guidelines for the regulations that must be adhere to: EPA guidelines - http://www.epa.gov/reg3wcmd/medical_waste.htm FL. State Regulations- https://www.flrules.org/gateway/ChapterHome.asp?Chapter=64e-16 1.3 Green initiatives regarding sustainability in Executive Order 13514. An example of this would be the treatment of medical waste by thermal oxidation which destroys infectious organisms and reduces the solid waste volume by more than (95%) ninety five percent. The reduction of the material and its transport greatly reduces the impact on the environment from truck exhaust in that there are fewer trips made to remove the same amount of material, as opposed to alternative autoclave technology. Thermal oxidation produces residual materials in solid, liquid and gaseous forms. The residual end-product in the solid form is an unrecognizable fine ash and spent treatment material from the air pollution control system. This solid residue is non-hazardous and is compatible for the landfill. Veterans Affairs/federal government may ask for proof that this requirement is being met ( cradle to grave ). 1.4 Copy of all licenses shall be provided to Contracting Officer upon contract award. 2. DEFINITIONS: 2.1 BIOHAZARD MEDICAL WASTE: Blood saturated dressings, etc. from VA facility, packed and tied in leak-proof RED BAGS. 2.2 Liquid or semi-liquid blood or other potentially infectious materials (OPIM) 2.3 Items contaminated with blood or OPIM which would release substances in a liquid or semi-liquid state if compressed. 2.4 Items that are caked with dried blood or OPIM and are capable of releasing these materials during handling. 2.5 Pathological and Laboratory wastes, also including blood tubes, needles, urine cup lids, syringes, blood tubes, scalpels, or other OPIM. 3. DISPOSAL AND SANITATION REQUIREMENTS: Vendor will employ the best environmentally sound methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods, in accordance with EPA and industry standards. Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. The pick-up area where containers are placed shall be maintained in a clean, orderly, sanitary condition. Attention shall be paid to the prompt cleanup of oil and/or grease spills, either generated from the vehicles used to haul containers or because of container leakage. 4. CONTAINERS: The vendor will provide, as part of the unit prices stated in Schedule of Supplies/Services, closed, roll off, top load capable containers and red hazardous waste bags of appropriate size to each address listed above. Inspection for leaks will be performed routinely by the COR. If during the contract period, VA determines that the condition of any supplies by the vendor constitutes a hazard to the health, safety or welfare of VA employees, patients, or the general community, the vendor will immediately, upon receiving notice of such determination, by the contracting officer or COR, remove the supplies from the VA installation and shall immediately replace it with supplies which are approved by the VA facility. 5. DOCUMENTATION: 5.1 The manifest is a form entitled Hazard Waste Hauling Record & Certificate of Destruction which is used to track the subject waste from the point of generation to the designated disposal location. Once the material has reached the disposal facility, a copy of the manifest and certificate of destruction shall be provided to the Contracting Officer/ COR or designated representative, confirming that the material has been properly handled and disposed of. The Contracting Officer/ COR shall be provided a manifest for each pick-up, certifying the number of containers, types of waste picked up / removed, and transported from the VA. The certificate of destruction form will contain date, location, weight, and method of destruction and/or disposal. VA will keep its copy on file in accordance with agency guidelines point of generation to the designated disposal location. 5.2 Monthly Report: The vendor will also provide, in accordance with applicable regulation, a detailed daily activity statement which shows the service date and invoice number, manifest, amount of containers, total weight and certificate of destruction. This tracking document shall be provided to the COR monthly, no later than 15 days after the previous month, along with invoice. COR information will be provided to the vendor at the time of award. 5.3 Weighing System: The vendor will provide a certifiable weighing system to enable proper billing for waste weight disposed. The vendor must verify with the COR, or a designated VA employee, the actual weight of the container before removing the waste from the facilities. The vendor is to provide the weighing system, which must clearly show the weight of the container at the facility prior to removal. 6. SAFETY TRAINING: 6.1 Upon contract award and once a year thereafter, the vendor will provide an in-service training session to key VA personnel at each location on how to identify and handle infectious waste with special emphasis on Right to Know compliance, proper sealing of regulated medical waste for disposal purposes, manifest, weights, etc. Training will be provided during the 1st quarter of the contract and the first quarter of each subsequent option period, should options be exercised. Date will be announced by the COR. Training at the Medical Center location will require multiple sessions (up to four on the same day or alternate days to accommodate all employees) to ensure all three (1st, 2nd, 3rd) shifts are accurately trained. 6.2 The vendor will comply with the EPA and appropriate state regulations on workers safety standards and related training. Vendor s personnel involved in the performance of this contract shall have received training regarding the handling of infectious materials, and emergency procedures to be followed in case of a spill. 7. SERVICE HOURS: The Vendor s services will take place during regular business hours, which are from 6:00 a.m. to 6:30 p.m., as determined by the needs for operation of the facilities or the CO/ COR. Should the day for pick-up fall on a holiday, pick-up is to take place on the next or previous regularly scheduled workday. Example: If the holiday falls on a Friday then pick-up will take place on Thursday (before Holiday). If the holiday falls on a Monday, then pick-up will take place on Tuesday (after the Holiday). 8. DRIVERS: The VA reserves the right to inspect the drivers' licenses and driving records and other qualifications of employees as to capabilities of performing the duties necessary to assure acceptable standards of performance subsequent to award of contract. A copy of driver license and insurance shall be provided to the COR to maintain on record at the Malcom Randall VA, Gainesville, Florida. 9. EVIDENCE OF INSURANCE COVERAGE: Before award of a contract, the vendor will furnish to the Contracting Officer a Certificate of Insurance which will contain an endorsement to the effect that cancellation of, or any material change in, the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day written notice of cancellation or change is furnished to the Contracting Officer. 10. DESIGNATION OF CONTRACTING OFFICER S TECHNICAL REPRESENTATIVE (COR) A Contracting Officer Representative (COR) of the Contracting Officer will be designated to represent the Contracting Officer in furnishing technical guidance and advice under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the Contracting Officer and shall not be delegated. An individual will be identified for each location so vendor is able to comply with Paragraph 5.3, above. BASE PERIOD 04/01/2018 to 03/31/2019 CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 0001 Perry CBOC Est. 40 lbs./Month 12 MO $ $ 0002 St. Augustine CBOC Est. 600 lbs./Month 12 MO $ $ 0003 St. Mary s CBOC Est. 175 lbs./Month 12 MO $ $ 0004 Valdosta CBOC Est. 400 lbs./Month 12 MO $ $ 0005 Waycross CBOC Est. 150lbs./Month 12 MO $ $ 0006 Jacksonville VA SouthPoint Est. 280 lbs./Month 12 MO $ $ 0007 Jacksonville VA University Est. 300 lbs./Month 12 MO $ $ Page 10 of 13 OPTION PERIOD 1 04/01/2019 to 03/31/2020 CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 0001 Perry CBOC Est. 40 lbs./Month 12 MO $ $ 0002 St. Augustine CBOC Est. 600 lbs./Month 12 MO $ $ 0003 St. Mary s CBOC Est. 175 lbs./Month 12 MO $ $ 0004 Valdosta CBOC Est. 400 lbs./Month 12 MO $ $ 0005 Waycross CBOC Est. 150lbs./Month 12 MO $ $ 0006 Jacksonville VA SouthPoint Est. 280 lbs./Month 12 MO $ $ 0007 Jacksonville VA University Est. 300 lbs./Month 12 MO $ $ Page 11 of 13 OPTION PERIOD 2 04/01/2020 to 03/31/2021 CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 0001 Perry CBOC Est. 40 lbs./Month 12 MO $ $ 0002 St. Augustine CBOC Est. 600 lbs./Month 12 MO $ $ 0003 St. Mary s CBOC Est. 175 lbs./Month 12 MO $ $ 0004 Valdosta CBOC Est. 400 lbs./Month 12 MO $ $ 0005 Waycross CBOC Est. 150lbs./Month 12 MO $ $ 0006 Jacksonville VA SouthPoint Est. 280 lbs./Month 12 MO $ $ 0007 Jacksonville VA University Est. 300 lbs./Month 12 MO $ $ Page 12 of 13 CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 0001 Perry CBOC Est. 40 lbs./Month 12 MO $ $ 0002 St. Augustine CBOC Est. 600 lbs./Month 12 MO $ $ 0003 St. Mary s CBOC Est. 175 lbs./Month 12 MO $ $ 0004 Valdosta CBOC Est. 400 lbs./Month 12 MO $ $ 0005 Waycross CBOC Est. 150lbs./Month 12 MO $ $ 0006 Jacksonville VA SouthPoint Est. 280 lbs./Month 12 MO $ $ 0007 Jacksonville VA University Est. 300 lbs./Month 12 MO $ $ OPTION PERIOD 3 04/01/2021 to 03/31/2022 Page 13 of 13 OPTION PERIOD 4 04/01/2022 to 03/31/2023 CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 0001 Perry CBOC Est. 40 lbs./Month 12 MO $ $ 0002 St. Augustine CBOC Est. 600 lbs./Month 12 MO $ $ 0003 St. Mary s CBOC Est. 175 lbs./Month 12 MO $ $ 0004 Valdosta CBOC Est. 400 lbs./Month 12 MO $ $ 0005 Waycross CBOC Est. 150lbs./Month 12 MO $ $ 0006 Jacksonville VA SouthPoint Est. 280 lbs./Month 12 MO $ $ 0007 Jacksonville VA University Est. 300 lbs./Month 12 MO $ $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q1619/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-1619 VA248-17-Q-1619.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4038167&FileName=VA248-17-Q-1619-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4038167&FileName=VA248-17-Q-1619-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04798437-W 20180126/180124231405-fe6a7cabc6d6b7b335d0a75750581487 (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.