DOCUMENT
S -- TVHS Regulated Medical Waste Services - Attachment
- Notice Date
- 8/10/2018
- Notice Type
- Attachment
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24918Q9578
- Response Due
- 8/23/2018
- Archive Date
- 10/22/2018
- Point of Contact
- Tara Hammrich
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C24918Q9578 Posted Date: 08/10/2018 Response Date: 08/23/2018 2 PM CT Product or Service Code: S222 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 562112 Contracting Office Address Network Contracting Office 9 ATTN: Tara Hammrich Department of Veterans Affairs Contracting Office, 4th floor 1639 Medical Center Parkway Murfreesboro, TN 37129 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 quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1, 07/16/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 562112, with a small business size standard of $38.5 Million. The Network Contracting Office (NCO) 9 is seeking to purchase Regulated Medical Waste for Tennessee Valley Healthcare System (TVHS). All questions regarding this RFQ must be in writing and may be sent by e mail to tara.hammrich@va.gov. Questions must be received no later than Aug 16, 2018 at 2:00 PM CST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Tennessee Valley Healthcare System (TVHS) employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. PERFORMANCE WORK STATEMENT (PWS) REGULATED MEDICAL WASTE (RMW) SERVICES GENERAL Contractor shall provide complete removal, disposal and transportation of all Regulated Medical Waste (RMW) Services for the VA Tennessee Valley Healthcare System (TVHS). The Contractor shall furnish all personnel, materials, tools and equipment necessary to perform the task in accordance with the schedule and to comply with all guidelines established by Federal, State and local laws and ordinances. The Environmental Protection Agency (EPA) defines RMW as "any solid waste that is generated in the diagnosis, treatment, or immunization of human beings or animals, in research pertaining thereto, or in the production or testing of biologicals." This may include any waste material or article which harbors, or may reasonably be considered to harbor, pathogens which might be expected to produce disease in healthy individuals. Medical waste subject to these requirements includes waste that generally has been considered infectious or potentially infectious by the health care community, as well as waste originating from health care or research facilities that are aesthetically objectionable and thus, problematic when disposed of improperly. "Trace" chemotherapeutic waste shall be included in the scope of this contract. "Bulk" chemotherapeutic waste shall be managed as hazardous waste within the generating facility and disposed of through a separate contract. NEW RECYCLING EFFORTS One of TVHS s top priorities is the minimization of waste to include significant efforts in recycling and waste diversion. The requested services will render all RMW, chemotherapeutic and pathological waste non-recognizable and non-infectious. It is preferable that resulting waste be sent in whole or in part for disposal as fuel in electrical co-generation, incinerated, and/or as much of the waste be recycled as possible (e.g. plastic, metal, etc.). REGULATED MEDICAL WASTE (RMW) REQUIREMENTS Contractor to provide collection containers that are reusable, sealable, leak proof and puncture resistant with secure lids that can be used at point-of-generation collections/stations throughout TVHS facilities. In FY16, TVHS generated approximately 343,000 pounds of medical waste at the Nashville Campus and 82,000 pounds of medical waste at the Alvin C. York Campus in Murfreesboro. The weight of waste at outpatient clinics is nominal. The contractor shall adhere to the following regulations. Regulations stated should only be used as a guide and are not intended to be all-inclusive regulations that the contractor must comply with. The contractor shall submit all state department and public reports as required. Pursuant to codes of the Tennessee Department of Environment and Conservation (TDEC), Division of Solid Waste Management. The contractor must comply with executive order 13101 (SEPTEMBER 14, 1998) GREENING THE GOVERNMENT THROUGH WASTE PREVENTION, RECYCLING AND FEDERAL ACQUISITION. The contractor shall utilize an on-line manifest system to log receipt for materials and certify proper disposal and that is compatible with current VA computer systems. The contractor will submit the proposed manifest system forms for VA approval. After approval of the online system and award of the contract, the Contractor will furnish login information to the Contracting Officer Representative (COR) to access the online manifest system. The contractor will leave one copy of the manifest with the COR at the time of the pick-up showing the quantity picked up. The completed manifests will be returned within Thirty (30) calendar days to the COR. Manifest shall contain at minimum the signature, address and contact information of (1) generator, (2) transporter and (3) final destruction/disposal representative. Plant must comply with the Clean Air Act of 1991 and produce only safe neutral by-products and the vendor must be able to show compliance with all environmental applicable state and county regulations. The COR or designee will verify weights/counts of materials being picked up. The contractor is responsible for notifying the COR or designee upon arrival and departure at all pick-up locations. The following is a listing and description of the medical wastes that are, at a minimum, included in the scope of this contract: Cultures and stocks: Cultures and stocks of infectious agents and associated biologicals, including: cultures from medical and pathological laboratories; cultures and stocks of infectious agents from research and industrial laboratories; wastes from the production of biologicals; discarded live and attenuated vaccines, and culture dishes and devices used to transfer inoculate and mix cultures. Pathological Waste: Human pathological wastes, including tissues, organs and body parts and body fluids that are removed during surgery or autopsy, or other medical procedures, and specimens of body fluids and their containers. Animal tissues, body parts and carcasses are included in this category. Excluded in this category are tissue samples in paraffin. Human blood and blood products: Liquid waste human blood and products of blood or items saturated and/or dripping with human blood, including serum, plasma and other blood components, and their containers, which were used or intended to be used in: patient care (e.g. blood bags) testing and laboratory analysis development of pharmaceuticals; and other articles containing dried blood that can be scraped off. Intravenous bags are also included in this category. Isolation wastes: Biological waste and discarded materials contaminated with blood, excretion, exudates, or secretions from humans who are isolated to protect others from certain highly communicable diseases. Service Locations: a. Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 b. Nashville Campus 1310 24th Avenue South Nashville, TN 37212 c. Chattanooga VA Outpatient Clinic 6098 Debra Rd Suite 5200, Bldg 6200 Chattanooga, Tennessee 37411 d. Charlotte Avenue Clinic 1919 Charlotte Avenue Nashville, TN 37203 e. Women Veterans Healthcare Center 1919 Charlotte Avenue Suite 300 Nashville, TN 37203 f. Albion Street Outpatient Clinic 1818 Albion Street Nashville, TN 37208 g. Tullahoma Outpatient Clinic 225 Von Karman Road Arnold Air Force Base, TN 37389 h. Clarksville Dental Clinic 2291 Dalton Drive Suite F Clarksville, TN 37043 i. International Plaza VA Clinic 2 International Plaza Suite 300 Nashville, TN 37217 j. Clarksville VA Medical Clinic 782 Weatherly Drive Clarksville, TN 37043 Tennessee Valley Healthcare System employees shall: Identify, segregate and label regulated medical waste by placing the waste in plastic waste receptacle liners or containers that are marked with the international biohazard symbol and the wording "Infectious Waste" or "Biohazard Waste". Point of collection containers in each area (e.g. soiled utility room) shall be provided by the Contractor and put in place by TVHS. Point of collection containers in each individual patient room shall be provided by TVHS. Collect and handle red bags filled with regulated medical waste by placing the bags of waste inside the containers provided by the contractor. TVHS employees shall seal the containers filled with medical waste and transport the containers to the designated staging area at each campus or outpatient clinic. Contractor shall: Provide the participating facilities with sufficient amounts of collection containers, reusable, with lids that are sturdy, rigid, leak proof, impervious, on wheels and have the capability of being sealed. Prospective offerors are highly encouraged to participate in the scheduled site visit to determine quantity of waste in relation to the type/size of containers provided by the offeror. The site visit will also allow contractors to be familiar with this requirement. Point of collection containers in each area (e.g. soiled utility room) shall be provided by the Contractor and shall be approximately 30 gallons capacity or sized appropriately for the collection area with an interlocking lid to snap on/close when ready for transport and shall be approved by the COR or designee. Point of collection containers in each individual patient room shall be provided by TVHS. All containers shall be equipped with wheels (dollies are acceptable). Exterior walls of the containers shall be identified with the international biohazard symbol and the wording "Infectious Waste" or "Biohazard Waste". Collection containers shall have flip top, foot operated lids (hands-free) for use during loading at collection area (e.g. soiled utility room). Provide waste generator labels for the following: PATHOLOGICAL CHEMO WASTE REGULATED MEDICAL WASTE The main campuses at Nashville and Alvin C. York shall be serviced twice-weekly on the same days. Due to storage space issues, an enclosed trailer shall be provided at the loading dock at the Nashville campus. TVHS staff will load filled containers on the trailer. The trailer shall be cleaned or replaced by the Contractor on a quarterly basis. The clinic at Chattanooga shall be serviced every two weeks on the same day. All other locations shall be serviced monthly. Service days may be adjusted by the COR to better meet the needs of TVHS. Remove regulated medical waste using only properly permitted and licensed trucks and drivers. Contractor shall be required to remove all regulated waste as required by each participating facility as defined below. Contractor shall also respond to a request from the COR to pick up unusually large accumulations of regulated medical waste at the storage facility indicated within eight (8) hours of notification. Disposal charges shall not include the weight of the reusable tubs and/or lids. Transport the containers by methods and procedures that fully comply with all local, state and federal rules and regulations. The contractor shall furnish the COR with a fully detailed description of the methodology that shall be used to transport, treat and dispose of the waste. Provide all packaging materials. This includes cardboard boxes for chemotherapeutic and pathological waste and all associated tape, labels, pre-printed address labels, and stickers. This also includes all red bags to be used in the Contractor s containers, which shall be at least 2 ml in thickness. In the rare case an Ebola Virus Disease (EVD) or any other high-level, high-profile, highly communicable disease patient is treated at any TVHS facility covered by this contract, the contractor will expedite and acquire a permit as required by local, state, and federal agencies to collect and transport all associated waste. Cost for the permit, packaging, labeling, and any other documents required for the successful treatment and/or transportation of associated waste will be priced on a case-by-case basis and billed separately against the PO associated with this contract. Provide the COR with a copy of the manifest, which includes the generator and transporter information for each load of waste. The manifest shall be provided to the Government each time the waste is removed from each campus or outpatient clinic. Each manifest shall include, but not be limited to the following information: GENERATOR INFORMATION Name Address Telephone Number Description of waste The quantity of medical waste in pounds (gross weight and net weight). Also, include the number of canisters or containers, cubic feet, and identification on each contained (i.e., barcode ID or ID sticker) for each facility location. TRANSPORTER INFORMATION Truck Number Transporter name Address Telephone Number Driver name Vehicle license number and state Vehicle certification Applicable permit numbers DESTINATION INFORMATION Site name Address Telephone number There shall be certification on the manifest by signature and date that the waste was picked up at the generator site, and additional certification that the waste was delivered without incident to the approved destination. The contractor will leave one copy of the manifest with the COR or designee at the time of the pick-up showing the quantity picked up. The completed matching manifest will be returned within Thirty (30) calendar days to the COR. The completed matching manifest shall include destination and appropriate destruction information. Document numbers and information on the two documents shall match. There shall be final certification by the destination-authorized agent by signature and date that the waste was accepted and all the information was correct. If waste is incinerated, the Contractor shall submit a separate document to the COR that includes both the weight of the original amount of waste and the weight of the resultant ash disposed of in a landfill so the COR can verify the terms of this contract. TVHS recognizes that weighing ash after incineration may not be possible. For the purposes of recording weight of ash, if an incineration facility typically reduces waste by 70% of original weight then it is acceptable that the Contractor may assume and submit to TVHS that only 30% of original weight of waste was placed in a landfill. Contractor shall maintain licenses and/or permits required by Federal, State, City and County laws and regulations. The contractor shall assume full responsibility for compliance with all Federal, State, City and County laws, rules and regulations governing regulated medical waste and its destruction. Training: Awarded contractor will provide annual documented In-Service Training Program training within 60 calendar days of contract award to all Environmental Management Service employees that shall include applicable: Federal, state and local regulations. Environmental Protection Agency (EPA); Center for Disease Control (CDC); Occupational Safety and Health Administration (OSHA) regulations and standards; Tennessee Department of Environment and Conservation (TDEC). Medical Waste Stream policies and procedures to include: Identification, segregation and labeling Collection, handling and transport Storage, treatment and disposal/recovery Record keeping/tracking and risk management The contractor shall obtain signatures of all trainees and issue certificates of completion to all trainees who have successfully completed the training. Signatures and copies of each certificate shall be provided to the COR electronically within 30 calendar days of completion of training. Waste Stream Analysis: Within 60 calendar days after the start of this contract, Contractor shall conduct a waste-stream analysis of the participating facilities Regulated Medical Waste stream. The analysis shall be based on the policies and procedures of the Tennessee Department of Environment and Conservation (TDEC) regulations, Environmental Protection Agency (EPA) recommendations, Occupational Safety and Health Administration (OSHA) standards, Center for Disease Control (CDC) guidelines, Department of Transportation (DOT) and The Joint Commission (TJC) recommendations. The waste stream analysis shall include any suggestions for waste reduction and other improvements at the serviced locations. Contractor will be required to supply data to the COR on a monthly tracking report. This data will include (1) weight of waste picked up at TVHS for the prior month and should be broken down to include the weights of each category of RMW (net and gross weight): (a) general infectious waste, (b) trace chemotherapeutic waste, (c) pathological/ anatomical waste, (2) if applicable, the weight of the resulting ash disposed of in a landfill, (3) the cost that TVHS paid to the contractor for the prior month, and (4) that all RMW, chemotherapeutic and pathological waste was diverted to co-generation, recycling and/or incinerated. All data will be broken down by campus and outpatient clinic. All data shall be submitted to the COR by the 15th day of the following month. Extension of the submittal date may be granted by the COR. The data format will be provided by the COR to the Contractor after award based on the needs of the healthcare system at that time. Data format is subject to change throughout the contract period. SPECIAL REQUIREMENTS QUALIFICATION OF OFFERORS: Quotes shall be considered only from companies who are regularly established in the service called for, and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. Contractor shall be able to handle all waste removal requirements indicated in this Performance Work Statement immediately upon start of the contract period. RESPONSIBILITY FOR CONTAINERS: The Contractor agrees that the participating Government facilities assume no liability for damage that may be done to the any containers, dollies or other equipment used in the performance of this contract, unless it is determined to be caused by an act of negligence on the part of a Government employee. LICENSE: The Contractor shall be licensed by Federal, state or local authority in those localities where such licenses are required. The offeror shall furnish with his proposal, evidence of satisfactory work performance of work by providing references from at least three (3) past contracts for waste removal. LIABILITY AND INSURANCE COVERAGE: Offeror shall present satisfactory evidence of full compliance with Federal, state and local requirements. State approved sources of insurance coverage ordinarily shall be deemed acceptable to the Department of Veterans Affairs, subject to timely certifications by such sources of the types and limits of the coverage afforded by the sources. EVIDENCE OF COVERAGE: Contractor shall furnish with offer, proof of insurance indicating the appropriate coverage. AUTHORITY OF OPERATORS: The Contractor s operators shall bear at all times the Contractor s signed authority designating them as authorized to perform work at the participating facilities under this contract. Offeror must submit copies of all drivers licenses that will be used in the performance of this contract and shall carry upon his/her person, the necessary operator s and/or chauffeur s license as may be required by the State of Tennessee. The drivers of vehicles shall fully comply with such speed and safety regulations pertaining to the operation of motor vehicles. SAFETY/EMERGENCY PLANS: Contractor shall submit the following plans with their quote: A written safety plan that details actions to be taken to protect the staff of TVHS, the contactor, and surrounding communities in the event of any accidental spills or leaks that occur while the Contractor is performing work under this contract for the Government. A written emergency plan that outlines a formalized response to any accidental spills or leaks that occur while the Contractor is performing work under this contract for the Government. CONTINUATION OF SERVICES: Offeror shall submit written contingency plans outlining how they will continue to provide services in the event there is a disruption in any segment of services provided such as transportation, destruction, etc. Terms of Contract: This contract shall be effective from date of award for one base period with 4 option years. At contract expiration or termination, Contractor coordinates with TVHS and incoming Contractor to ensure smooth transition of equipment, materials and services and there are no risks to public health or safety of persons. Contracting Officer s Representative (COR): A Contracting Officer s Representative (COR) shall be appointed to this contract. The COR is not authorized to change the scope of the work. Changes can only be made by the Contracting Officer through a modification to the contract. Wage Determination: Service employees who will be employed in the performance of the contract shall be paid no less than the wages as indicated in the applicable Wage Determination. Fuel Surcharge: The Government will not make additional payments for fuel surcharges under this contract. Invoices: The Contractor is to submit monthly invoice in arrears, indicating the dates and type of service provided, along with the contract number and purchase order number for which payment is due. Contractor shall receive payment for services rendered in accordance with the Prompt Payment Act. Quality Assurance: The Government facilities may at any time inspect and verify that the accuracy of the work compares to that indicated on the invoice. Any deviation will be deducted from the invoice price in accordance with the Quality Assurance Surveillance Plan (QASP). Correspondence: All correspondence relative to this contract shall bear the VA Contract number, correct Fiscal Year Purchase Order number, Title and name of facility being billed against. Payments: Will be paid monthly, in arrears, upon receipt of a proper invoice for services performed during the previous month in accordance with the terms of this contract. All invoices shall be submitted by the 15th day of the month following the month in which services were provided. Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR and submitted to VA Electronic Payment System at http://www.tungsten-network.com/US/en/veterans-affairs/. (1) A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Total Weight Removed Unit Price Charged Extended Price Price Broken Down by Location Dates service performed Location of service performed (2) A single, consolidated invoice will be prepared for all facilities and submitted monthly in arrears. All interested companies shall provide quotation(S) for the following: Price/Cost Schedule Line Item Description Quantity Unit Price Total Price 0001 Base Year: TVHS Regulated Medical Waste Services. Period of Performance 10/01/2018 to 09/30/2019. 12 Months 0002 Option Year 1: TVHS Regulated Medical Waste Services. Period of Performance 10/01/2019 to 09/30/2020. 12 Months 0003 Option Year 2: TVHS Regulated Medical Waste Services. Period of Performance 10/01/2020 to 09/30/2021. 12 Months 0004 Option Year 3: TVHS Regulated Medical Waste Services. Period of Performance 10/01/2021 to 09/30/2022. 12 Months 0005 Option Year 4: TVHS Regulated Medical Waste Services. Period of Performance 10/01/2022 to 09/30/2023. 12 Months TOTAL PRICE For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall complete the above pricing schedule. Not completing the pricing will result in unsuccessful quote. Price will be evaluated based on the lowest summary price. Offerors shall provide only one quote. Non-compliance with this requirement will result in disqualification of both quotes. Technical Requirements that the Contractor Shall Provide: FACTOR 1: Technical Capability (Best Value Determination) SUBFACTOR A: Recycling Management/Process. Proposal shall explain in detail, process of diversion and/or recycling of generated waste to include cogeneration, incineration, or other greener processes to minimize waste disposed in landfills. SUBFACTOR B: Contingency Plan. Proposal shall include a contingency plan for continuation of services if Contractor s business operations are disrupted. SUBFACTOR C: Recycling Containers. Proposal shall include point-of-service collection containers that are reusable, with lids that are sturdy, rigid, leak proof, impervious, on wheels and have the capability of being sealed. Contractor will provide a picture with specifications or cut sheet on each proposed container. SUBFACTOR D: Online Manifest System. Proposal will describe an online manifest system that is accessible by the VA. Contractor shall provide a description and screen shots of the proposed program. SUBFACTOR E: Program Training. Proposal shall provide a copy of the Medical Waste training presentation and class agenda, that is relevant to applicable laws that may include but are not limited to Federal, State and Local Regulations; EPA; CDC; OSHA, Tennessee Department of Environmental Conservation (TDEC), and DOT. SUBFACTOR F: EVD Disposal. Proposal shall describe the disposal process of Ebola Virus Disease (EVD) waste by providing a detailed process of cradle-to-grave EVD disposal as well as photographs and/or cutsheets of packing and shipping materials that will be provided by the Contractor. FACTOR 2: Past Performance. Evaluation of submitted past performance questionnaires and CO review of the CPARS system. Past Performance: (Past Performance is part of Technical) Offerors may provide up to three references of their performance providing the same or similar services matching the magnitude and complexity of this requirement within the last three years to include the following information: Contract Number Dollar Value Dates of performance Name of Contracting Agency/Hospital Point of Contact at that Agency/Hospital Point of Contact information (i.e. email address, telephone number, etc.) A brief description of the work effort sufficient to demonstrate the relationship between the reference contract and the proposed effort. b. The Offeror s present and past work record will be used to evaluate the Offeror s reputation for a record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror s business-like concern for the interest of the customer to indicate probability of successful performance. c. Offerors must provide the Past Performance Questionnaire (Attachment A), for up to three (3) Past Performance References of the same size and scope, instructing them to complete the form and Email the completed form per the instructions on the Questionnaire, by Aug 23, 2018 2:00 PM CST. FACTOR 3: Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes shall be submitted via e-mail. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ Quotes must be received on/or before Aug 23, 2018, 2:00 PM CST to be considered for award. Vendors shall provide a minimum quote acceptance period of 90 calendar days after RFQ closing for offers Award The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The period of performance is the following: Base year: Oct 01, 2018 to Sep 30, 2019 Option Year 1: Oct 01, 2019 to Sep 30, 2020 Option Year 2: Oct 01, 2020 to Sep 30, 2021 Option Year 3: Oct 01, 2021 to Sep 30, 2022 Option Year 4: Oct 01, 2022 to Sep 30, 2023 Place of Performance Alvin C. York Campus Nashville Campus 3400 Lebanon Pike 1310 24th Avenue South Murfreesboro, TN 37129 Nashville, TN 37212 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: 52.203-17, CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.228-5, INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18, AVAILABILITY OF FUNDS (APR 1984) 52.232-39, UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 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: 52.203-6. RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995) 52.204-10. REPORTING EXECUTIVE COMPENSATION & FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-14, SERVICE CONTRACT REPORTING REQUIREMENTS (OCT 2016) 52.209-6. PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9, UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIILITY MATTERS (JUL 2013) 52.219-8. UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.219-28. POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3. CONVICT LABOR (JUNE 2003) 52.222-17, NONDISPLACEMENT OF QUALIFIED WORKERS (MAY 2014) (E.O. 13495) 52.222-21. PROHIBITION OF SEGREGATED FACILITIES (APR 2015). 52.222-26. EQUAL OPPORTUNITY (SEPT 2016) 52.222-35. EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36. EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37. EMPLOYMENT REPORTS ON VETERANS (FEB 2016) 52.222-40. NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-41. SERVICE CONTRACT LABOR STANDARDS (MAY 2014) 52.222-42. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-43. FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 2014) 52.222-50. COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-54. EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.222-55. MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015). 52.222-62. PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) 52.223-18. ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13. RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-33. PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (31 U.S.C. 3332) 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) 852.219-10, VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1: Technical Capability (Best Value Determination) SUBFACTOR A: Recycling Management/Process. Proposal shall explain in detail, process of diversion and/or recycling of generated waste to include cogeneration, incineration, or other greener processes to minimize waste disposed in landfills. SUBFACTOR B: Contingency Plan. Proposal shall include a contingency plan for continuation of services if Contractor s business operations are disrupted. SUBFACTOR C: Recycling Containers. Proposal shall include point-of-service collection containers that are reusable, with lids that are sturdy, rigid, leak proof, impervious, on wheels and have the capability of being sealed. Contractor will provide a picture with specifications or cut sheet on each proposed container. SUBFACTOR D: Online Manifest System. Proposal will describe an online manifest system that is accessible by the VA. Contractor shall provide a description and screen shots of the proposed program. SUBFACTOR E: Program Training. Proposal shall provide a copy of the Medical Waste training presentation and class agenda, that is relevant to applicable laws that may include but are not limited to Federal, State and Local Regulations; EPA; CDC; OSHA, Tennessee Department of Environmental Conservation (TDEC), and DOT. SUBFACTOR F: EVD Disposal. Proposal shall describe the disposal process of Ebola Virus Disease (EVD) waste by providing a detailed process of cradle-to-grave EVD disposal as well as photographs and/or cutsheets of packing and shipping materials that will be provided by the Contractor. FACTOR 2: Past Performance. Evaluation of submitted past performance questionnaires and CO review of the CPARS system. FACTOR 3: Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate quotes in accordance with FAR Part 13.106-2(b)(3), Comparative Evaluation Procedures. The Government will select the quote deemed the best value when compared to other quotes. The Government will use the factors listed above to determine the best value. Lowest price may or may not be deemed the best value. The Government will directly compare quotes to each other, considering the value indicators listed above. Direct Comparative Evaluations will be based on the above referenced factor. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) 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. 52.217-5. EVALUATION OF OPTIONS (JUL 1990) 52.216-1, TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this RFQ. 52.233-2. SERVICE OF PROTEST (SEPT 2006) Hand-Carried Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Mailing Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 852.233-70. PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation 852.233-71. ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 852.252-70. SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference External link to a government website. Copies may also be obtained from the contracting officer. 852.270-1, REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor 852.273-74, AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary This is an open-market combined synopsis/solicitation for Regulated Medical Waste (RMW) Services as defined herein. The government intends to award a 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 Aug 23, 2018 at 2:00 pm central via email to tara.hammrich@va.gov. The subject line must specify 36C24918Q9578 Regulated Medical Waste Services. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer Tara Hammrich at tara.hammrich@va.gov. Point of Contact Contracting Officer Name: Tara Hammrich Organization: NCO 9 Phone No.: 615-225-3357 E-Mail Address: tara.hammrich@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9578/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918Q9578 36C24918Q9578.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537272&FileName=36C24918Q9578-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537272&FileName=36C24918Q9578-000.docx
- File Name: 36C24918Q9578 PAST Performance Questionnaire Waste.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537273&FileName=36C24918Q9578-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537273&FileName=36C24918Q9578-001.doc
- File Name: 36C24918Q9578 Wage Rates, WD-4647 (Rev.-9), date 26 July 2018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537274&FileName=36C24918Q9578-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537274&FileName=36C24918Q9578-002.docx
- File Name: 36C24918Q9578 FY19 RMW QASP (2).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537275&FileName=36C24918Q9578-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537275&FileName=36C24918Q9578-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918Q9578 36C24918Q9578.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537272&FileName=36C24918Q9578-000.docx)
- Record
- SN05031298-W 20180812/180810230759-e55654839cda0845bc5b77e7866650ce (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 |