DOCUMENT
S -- Regulated Medical Waste and Reusable Sharps Container Dispos - Attachment
- Notice Date
- 8/23/2018
- Notice Type
- Attachment
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- 36C24718Q9423
- Response Due
- 8/31/2018
- Archive Date
- 12/8/2018
- Point of Contact
- Janica Francis-Hunter
- E-Mail Address
-
H
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 25 Solicitation: Regulated Medical Waste and Reusable Sharps Container Disposals Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) Solicitation Number 36C24718Q9423 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. The acquisition procedures at FAR Part 13 are being utilized. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-99, June 21, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). (iv) This combined/synopsis solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is 562211, Hazardous Waste Treatment and Disposal. The small business size standard is $11 million. For more information on size standards, please visit http://www.sba.gov/size. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. (v) Subcontracting Commitments--Monitoring and Compliance (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (vi) Limitations on Subcontracting-- Monitoring and Compliance (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (vii) The Environment Management Service at the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC is seeking to procure Regulated Medical Waste and Reusable Sharps Container Disposals Services. This requirement is for a base year and four (4) one-year option periods. Offerors are therefore asked to completed Price/Cost Schedule-Item Information for each period of performance in their response, and to include a Grand Total for Base year and 4 one-year Option Periods. PRICE/COST SCHEDULE BASE YEAR POP: 10/1/2018-09/30/2019 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 104.00 JB __________________ __________________ Two (2) pick-ups per week (every Tuesday and Friday) for thirty (30) tubs in accordance with the Statement of Work at the Ralph H. Johnson VA Medical Center (RHJVAMC) at 109 Bee Street Charleston, SC 29401 Contract Period: Base Pop Begin: 10-01-2018 Pop End: 09-30-2019 0002 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One Pick-Up Per Week, for One (1) Tub from The Trident Primary Care Clinic Located At 9237 University Blvd. North Charleston, SC 29406 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0003 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every week for two (2) tubs from the myrtle beach primary care clinic located at 3381 Philis Blvd. Myrtle Beach, SC 29577 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0004 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two weeks for one tub from the Hinesville primary care clinic located at 740 E. General Stewart way Hinesville, GA 31311 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0005 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every two weeks for three (3) tubs from the savannah primary care clinic located at 1170 Shawnee Street Savannah, GA 31419 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0006 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Optometry clinic located at Bldg. 746 Pulaski street Goose Creek, SC 29455 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0007 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 6.00 JB __________________ __________________ One pick-up every two (2) months for one sharps container from the Compensation and Pension Clinic located at building 754 Pulaski Street Goose Creek, SC 29455 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0008 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two (2) weeks for one (1) box/tub at the Myrtle Beach annex located at "the offices at market common" suite 204 Myrtle Beach SC 29577 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0009 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Community resource referral center, 2424 City Hall Lane, North Charleston SC 29405 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0010 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 450.00 JB __________________ __________________ Contractor shall provide the necessary quantities of reusable sharps containers in varying sizes from 2 to 19 gallons, wall mounting brackets, and carts capable of keeping reusable containers tamper resistant throughout the main campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and at one offsite location. Pick-ups will normally be scheduled at a minimum of twice per week for the main campus, and once per quarter at one offsite location. If quantities increase or decrease, pick-ups shall be adjusted accordingly. Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 GRAND TOTAL __________________ OPTION YEAR 1 POP: 10/01/2019-09/20/2020 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 104.00 JB __________________ __________________ Two (2) pick-ups per week (every Tuesday and Friday) for thirty (30) tubs in accordance with the Statement of Work at the Ralph H. Johnson VA Medical Center (RHJVAMC) at 109 Bee Street Charleston, SC 29401 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1002 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One Pick-Up Per Week, for One (1) Tub from The Trident Primary Care Clinic Located At 9237 University Blvd. North Charleston, SC 29406 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1003 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every week for two (2) tubs from the myrtle beach primary care clinic located at 3381 Philis Blvd. Myrtle Beach, SC 29577 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1004 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two weeks for one tub from the Hinesville primary care clinic located at 740 E. General Stewart way Hinesville, GA 31311 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1005 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every two weeks for three (3) tubs from the savannah primary care clinic located at 1170 Shawnee Street Savannah, GA 31419 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1006 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Optometry clinic located at Bldg. 746 Pulaski street Goose Creek, SC 29455 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1007 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 6.00 JB __________________ __________________ One pick-up every two (2) months for one sharps container from the Compensation and Pension Clinic located at building 754 Pulaski Street Goose Creek, SC 29455 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1008 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two (2) weeks for one (1) box/tub at the Myrtle Beach annex located at "the offices at market common" suite 204 Myrtle Beach SC 29577 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1009 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Community resource referral center, 2424 City Hall Lane, North Charleston SC 29405 Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 1010 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 450.00 JB __________________ __________________ Contractor shall provide the necessary quantities of reusable sharps containers in varying sizes from 2 to 19 gallons, wall mounting brackets, and carts capable of keeping reusable containers tamper resistant throughout the main campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and at one offsite location. Pick-ups will normally be scheduled at a minimum of twice per week for the main campus, and once per quarter at one offsite location. If quantities increase or decrease, pick-ups shall be adjusted accordingly. Contract Period: Option Year 1 Pop Begin: 10-01-2019 Pop End: 09-30-2020 GRAND TOTAL __________________ OPTION YEAR 2 POP: 10/01/2020-09/20/2021 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 104.00 JB __________________ __________________ Two (2) pick-ups per week (every Tuesday and Friday) for thirty (30) tubs in accordance with the Statement of Work at the Ralph H. Johnson VA Medical Center (RHJVAMC) at 109 Bee Street Charleston, SC 29401 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2002 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One Pick-Up Per Week, for One (1) Tub from The Trident Primary Care Clinic Located At 9237 University Blvd. North Charleston, SC 29406 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2003 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every week for two (2) tubs from the myrtle beach primary care clinic located at 3381 Philis Blvd. Myrtle Beach, SC 29577 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2004 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two weeks for one tub from the Hinesville primary care clinic located at 740 E. General Stewart way Hinesville, GA 31311 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2005 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every two weeks for three (3) tubs from the savannah primary care clinic located at 1170 Shawnee Street Savannah, GA 31419 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2006 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Optometry clinic located at Bldg. 746 Pulaski street Goose Creek, SC 29455 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2007 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 6.00 JB __________________ __________________ One pick-up every two (2) months for one sharps container from the Compensation and Pension Clinic located at building 754 Pulaski Street Goose Creek, SC 29455 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2008 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two (2) weeks for one (1) box/tub at the Myrtle Beach annex located at "the offices at market common" suite 204 Myrtle Beach SC 29577 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2009 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Community resource referral center, 2424 City Hall Lane, North Charleston SC 29405 Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 2010 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 450.00 JB __________________ __________________ Contractor shall provide the necessary quantities of reusable sharps containers in varying sizes from 2 to 19 gallons, wall mounting brackets, and carts capable of keeping reusable containers tamper resistant throughout the main campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and at one offsite location. Pick-ups will normally be scheduled at a minimum of twice per week for the main campus, and once per quarter at one offsite location. If quantities increase or decrease, pick-ups shall be adjusted accordingly. Contract Period: Option Year 2 Pop Begin: 10-01-2020 Pop End: 09-30-2021 GRAND TOTAL __________________ OPTION YEAR 3 POP: 10/01/2021-09/20/2022 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 104.00 JB __________________ __________________ Two (2) pick-ups per week (every Tuesday and Friday) for thirty (30) tubs in accordance with the Statement of Work at the Ralph H. Johnson VA Medical Center (RHJVAMC) at 109 Bee Street Charleston, SC 29401 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3002 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One Pick-Up Per Week, for One (1) Tub from The Trident Primary Care Clinic Located At 9237 University Blvd. North Charleston, SC 29406 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3003 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every week for two (2) tubs from the myrtle beach primary care clinic located at 3381 Philis Blvd. Myrtle Beach, SC 29577 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3004 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two weeks for one tub from the Hinesville primary care clinic located at 740 E. General Stewart way Hinesville, GA 31311 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3005 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every two weeks for three (3) tubs from the savannah primary care clinic located at 1170 Shawnee Street Savannah, GA 31419 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3006 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Optometry clinic located at Bldg. 746 Pulaski street Goose Creek, SC 29455 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3007 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 6.00 JB __________________ __________________ One pick-up every two (2) months for one sharps container from the Compensation and Pension Clinic located at building 754 Pulaski Street Goose Creek, SC 29455 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3008 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two (2) weeks for one (1) box/tub at the Myrtle Beach annex located at "the offices at market common" suite 204 Myrtle Beach SC 29577 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3009 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Community resource referral center, 2424 City Hall Lane, North Charleston SC 29405 Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 3010 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 450.00 JB __________________ __________________ Contractor shall provide the necessary quantities of reusable sharps containers in varying sizes from 2 to 19 gallons, wall mounting brackets, and carts capable of keeping reusable containers tamper resistant throughout the main campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and at one offsite location. Pick-ups will normally be scheduled at a minimum of twice per week for the main campus, and once per quarter at one offsite location. If quantities increase or decrease, pick-ups shall be adjusted accordingly. Contract Period: Option Year 3 Pop Begin: 10-01-2021 Pop End: 09-30-2022 GRAND TOTAL __________________ OPTION YEAR 4 POP: 10/01/2022-09/20/2023 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 104.00 JB __________________ __________________ Two (2) pick-ups per week (every Tuesday and Friday) for thirty (30) tubs in accordance with the Statement of Work at the Ralph H. Johnson VA Medical Center (RHJVAMC) at 109 Bee Street Charleston, SC 29401 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4002 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One Pick-Up Per Week, for One (1) Tub from The Trident Primary Care Clinic Located At 9237 University Blvd. North Charleston, SC 29406 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4003 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every week for two (2) tubs from the myrtle beach primary care clinic located at 3381 Phillis Blvd. Myrtle Beach, SC 29577 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4004 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two weeks for one tub from the Hinesville primary care clinic located at 740 E. General Stewart way Hinesville, GA 31311 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4005 REGULATED MEDICAL WASTE AND EUSABLE SHARPS CONTAINER DISPOSALS 52.00 JB __________________ __________________ One pick-up every two weeks for three (3) tubs from the savannah primary care clinic located at 1170 Shawnee Street Savannah, GA 31419 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4006 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Optometry clinic located at Bldg. 746 Pulaski street Goose Creek, SC 29455 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4007 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 6.00 JB __________________ __________________ One pick-up every two (2) months for one sharps container from the Compensation and Pension Clinic located at building 754 Pulaski Street Goose Creek, SC 29455 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4008 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 26.00 JB __________________ __________________ One pick-up every two (2) weeks for one (1) box/tub at the Myrtle Beach annex located at "the offices at market common" suite 204 Myrtle Beach SC 29577 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4009 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 4.00 JB __________________ __________________ One pick-up per calendar quarter for one sharps container from the Community resource referral center, 2424 City Hall Lane, North Charleston SC 29405 Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 4010 REGULATED MEDICAL WASTE AND REUSABLE SHARPS CONTAINER DISPOSALS 450.00 JB __________________ __________________ Contractor shall provide the necessary quantities of reusable sharps containers in varying sizes from 2 to 19 gallons, wall mounting brackets, and carts capable of keeping reusable containers tamper resistant throughout the main campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and at one offsite location. Pick-ups will normally be scheduled at a minimum of twice per week for the main campus, and once per quarter at one offsite location. If quantities increase or decrease, pick-ups shall be adjusted accordingly. Contract Period: Option Year 4 Pop Begin: 10-01-2022 Pop End: 09-30-2023 GRAND TOTAL __________________ AGGREVATE GRAND TOTAL: _________________________ (viii) All interested companies shall provide quotation for the following services: STATEMENT OF WORK REGULATED MEDICAL WASTE AND REUASABLE SHARPS CONTAINER DISPOSALS A. GENERAL: 1. Regulated Medical Waste (RMW) disposal includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. 2. A turnkey service program for all sharps, providing reusable containers, mounting brackets, carts, and interim storage containers for transport. WORK HOURS: 1. Normal Work Hours: The service schedule will be developed between the contractor and Contracting Officer Representative prior to services being performed, but will generally be performed during normal business hours, 7:00am-5:30pm, Monday-Saturday. 2. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day.and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. C. SPECIFICATIONS: Regulated Medical Waste: a. For regulated medical waste, the contractor shall furnish sufficient number of 30-50 gallon (approximate), red plastic, puncture proof tubs with snap tight lids, a red plastic liner for each tub, applicable labels required by law, all required documentation, pick-up, and disposal of infectious waste (and non-hazardous pharmacy drugs) based on the estimated weekly infectious waste of 1800 pounds at the Main Campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and various volumes as outlined in Attachment A for our offsite locations. Pick-ups will normally be scheduled at a minimum of twice per week (Tuesday and Friday) for the main campus and as outlined in Attachment A for our satellite locations. If quantities increase or decrease, pick-ups shall be adjusted accordingly. b. For regulated medical waste, all contractor provided containers shall be leak-proof, stackable, sealable, and transportable. All containers will be large enough to place regulated medical waste in red bag in without manipulation. Containers will be designed so that government employees will not be required to lift more than 35 lbs, and shall display the universal biohazard symbol. All containers shall be damage free and in good working order at all times. c. For regulated medical waste, all containers must be identifiable as to the type of hazardous waste contained within, (i.e. yellow for chemo, red for medical waste) all containers shall be approved by the COR. d. For regulated medical waste, contractor will remove full containers and replace them with an equal number of empty sanitized containers at the designated centralized regulated medical waste storage area. Sanitizing shall be completed by the contractor off-site. 2. Reusable Sharps Containers a. Contractor shall provide the necessary quantities of reusable sharps containers in varying sizes from 2 to 19 gallons, wall mounting brackets, and carts capable of keeping reusable containers tamper resistant throughout the Main Campus (Ralph H. Johnson VA Medical Center. 109 Bee Street, Charleston, SC 29401) and at one offsite locations. Pick-ups will normally be scheduled at a minimum of twice per week (Tuesday and Friday) for the main campus and as outlined in Attachment B for the offsite locations. If quantities increase or decrease, pick-ups shall be adjusted accordingly. b. Reusable sharps containers will be puncture proof, preassembled, leak proof, lockable, with sight/view port, and overfill protection. Containers will have large access opening with restricted hand access, prohibiting a child or adult from accessing. Surgical procedure areas and lab areas will be provided open top containers. c. Reusable sharps containers must meet all state, federal, Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) standards for collection, storage, and transport of medical waste and sharps. d. Contractor shall provide and keep all reusable sharps containers and carts clean and in good repair, i.e. wheels, and openings. e. Contractor will be responsible for removal and disposal of existing sharps containers and brackets. f. Contractor is responsible for the removal and installation of any old and new bracketing systems at no additional cost to the government. Contractor must make every effort to install new containers in the same location as existing bracketing to be removed/replaced. All brackets must be securely mounted. Placement will normally be in accordance with industry standard ergonomic practices, whenever possible. g. The contractor is responsible for providing a manifest of all items picked up for (number of containers, weights, and sizes) at the time of pick-up to the COR of their designee. A detailed destruction manifest of all medical sharps containers transported from the VAM Medical Center to include the date of pick up, location and the weight of content of the containers as well as the date and place of destruction is to be provided to the COR within thirty (30) calendars days of destruction. h. The contractor is responsible for delivering replacement reusable sharps containers in sufficient quantities and that are certified to have been cleaned/sanitized and are in proper working condition prior to delivery to the medical center. i. The contractor will provide additional containers, brackets, and carts based on medical center s needs, and at no additional cost to the government. COR will provide adequate notice (normally two weeks). 3. Collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. 4. Upon notification by the COR of an emergent need for service, the contractor will address within 24 hours of notification, unless mutually agreed upon by both the contractor and COR, i.e. on the next scheduled service delivery date. DOCUMENTATION FROM THE CONTRACTOR: 1. The contractor shall prepare and submit to the COR an original signed Certificate of Destruction for each pick up at the time of pick up, and will provide an electronic copy upon request. 2. The contractor shall maintain proper records concerning each Certificate of Destruction issued. The Certificate of Destruction shall at a minimum contain the following: Pickup/Delivery Location Pickup/Delivery Date Amount of waste (number of containers picked up and/or pounds) Destruction Certification Document/Manifest Number Destruction Certification Date Any other information as required by the COR. 3. The contractor will provide a monthly weight report of total sharps weight processed, as well as a total weight report of plastics diverted from the landfill, no later than the 8th of each month. E. TRAINING REQUIRED BY THE CONTRACTOR: The contractor is responsible for training medical center staff on the use, handling and care of reusable sharps containers. Training will be documented and provided to multiple shifts (24 hours) at several designated times during installation, as determined by the COR. The contractor will provide annual training to government staff as required by the COR, and will include, but is not limited to, proper handling of medical/special waste; interim storage requirements, proper identification and labeling of wastes, reusable sharps containers, etc. F. QUALITY ASSURANCE/CONTROL: 1. The contractor shall have a quality control program to ensure the requirements of this contract are provided as specified. The program will include, but will not be limited to the following: a. An inspection system covering the services listed in this statement of work. It must specify areas of work to be inspected on a scheduled basis. b. A method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable which would include ensuring products delivered are clean. c. A record of all inspection conducted by the contractor and corrective action(s) taken. These documents will be made available to the government during the contract. A quarterly report of inspections will be provided on January 15th, April 15th, July 15th, and October 15th in each contract year. 2. The Government will investigate complaints from the Ralph H. Johnson VAMC and affiliated sites. All information received will be provided either verbally and/or in writing to the contractor for appropriate action. Required Service Performance Standard Monitoring Method Incentive/Disincentive for not meeting performance standards Adhere to pick-up schedule Completes scheduled services on time. Any deviation must be approved by the COR in advance Direct observation and sign in logs. 1st Occurrence) Invoices shall be deducted 5% of the total monthly amount for each occurrence above one per location, per contract. 2nd Occurrence) 10% of monthly invoice. 3rd and subsequent offenses will be 20% of monthly invoice amount. Provides timely reports Contractor provides all required reports by dates specified and timelines outlined in this statement of work. Direct Observation, electronic date on email reports, as applicable. Any report submitted late above one occurrence per quarter will be penalized 5% of the monthly invoice in the month the invoice was due. Emergent needs addressed within 24 hours, or on the next scheduled service date Contractor provides required service within 24 hours, or on or before the mutually agreed upon timeline. Direct observation Invoice deducted 10% for all occurrences above one per contract year. Additional 10% penalty for every 24-hour period after the first penalty period until service is provided. G. CONTRACTOR PERSONNEL, BADGES AND PARKING: 1. While on VA premise, all contractor personnel shall comply with the rules, regulations, and procedures governing conduct of personnel and the operation of the facility. 2. An Access Badge will be given to the contractor s employee upon entrance into VA buildings, unless under escort by a government employee. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward). The contractor s employee must return access badges to the COR or designee at the end of each pick-up process. 3. It is the responsibility of the contractor personnel to park in appropriate designated spaces. Parking information shall be coordinated with the COR. The government does not validate or make reimbursement for parking violations of contracted personnel under any circumstances. 4. The contractor shall be required to comply with all security policies/requirements of the Ralph H. Johnson VA Medical Center and Joint Base Charleston. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security clearance requirements shall not be allowed to perform work under this contract. 5. The contractor will be provided keys or allowed access to all areas where reusable sharps containers are installed or centrally collected when full. Keys provided to the contractor shall not be duplicated. In the even that a key is lost or duplicated, all locks and keys on that system will be replaced by the government. The contractor shall be responsible for the total cost involved in replacing keys and cores. The contractor shall be responsible for immediately reporting the occurrence of a lost key to the COR or their designee. 6. Contracted employees shall not allow any unauthorized person to use any keys or badges in their possession. They shall not open locked rooms or areas to permit entrance by persons other that contractor employees performing assigned duties. All rooms and areas will be secured by contractor personnel after completion of duties. H. INTERFERENCE TO NORMAL FUNCTION: 1. Contractor may be required to interrupt their work at any time so as not to interfere normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 2. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 3. Contractor personnel shall inform the COR or designee of the need to gain access to secure areas. If access is required to secure access, prearranged scheduling will be made with the COR or designee. -----END OF SOW----- (ix) The estimated Performance Period is as follows: Base Year: 10-01-2018 through 09-30-2019 Option Year 1: 10-01-2019 through 09-30-2020 Option Year 2: 10-01-2020 through 09-30-2021 Option Year 3: 10-01-2021 through 09-30-2022 Option Year 4: 10-01-2022 through 09-30-2023 (x) The Place of Performance is the Ralph H Johnson VA Medical Center, Biomedical Engineering Section, G200, 109 Bee Street, Charleston, SC 29403 and surrounding CBOCs. (xi) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (xii) The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Aug 2018), applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1 Show FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-17 Ownership or Control of Offeror (NOV 2014); 852.215-70-Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009). 52.212-2 Evaluation Commercial Items (Oct 2014), the Government will award a firm fixed price contract, resulting from this solicitation on the basis of the lowest evaluated price of the offers meeting or exceeding the acceptability standards for nonprice factors, 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: (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. Nonprice factors will be rated on an Acceptable/Unacceptable basis. Failure to meet any of the requirements will result in a Unacceptable rating and eliminate the offeror from further consideration for contract award. To be eligible for award, an offer must be rated no less than acceptable in the non-price factors. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Technical: The offeror s quote shall be evaluated to determine if offer has the capabilities to provide Regulated Medical Waste and Reusable Sharps Container Disposals services as detailed in the Statement of Work. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: The offeror must provide documentation of all state and federal licenses and/or certifications necessary to provide Regulated Medical Waste and Reusable Sharps Container Disposals services as identified in the statement of work. The offeror must provide a narrative on the overall technical approach methods and procedures used to meet the requirements identified in the Statement of Work. This narrative should provide evidence that the offeror understands the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work. The offeror must provide a contingency narrative identifying how they will ensure continuity of services in the event of inclement weather, driver absence or equipment unavailability. Past Performance: offeror must provide three (3) or more references of work, similar in scope, volume, magnitude and complexity for Regulated Medical Waste and Reusable Sharps Container Disposals services as detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure offer can perform the required services as outlined in the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Price: Offeror shall complete the Price/Cost Schedule in Section (vii), with offerors proposed contract line item prices inserted in appropriate spaces. Price shall be evaluated for fair and reasonableness in accordance with FAR 12.209; price will not be evaluated adjectivally. The price stated in the offer s Price/Cost Schedule shall be inclusive of all necessary and appropriate labor, administrative functions, insurance coverage, and all other costs to provide Regulated Medical Waste and Reusable Sharps Container Disposals services in accordance with the terms, conditions, specifications, and requirements as specified in the Statement of Work. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Unrealistically low or high proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has provided an unrealistic proposal. Pricing should be considered FOB DESTINATION, and MUST be good for 180 calendar days after close of solicitation. (End of Evaluation Criteria) (xiii) This is an open-market combined synopsis/solicitation for 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:" Offerors shall list exception(s) and rationale for the exception(s). (xiv) 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. (xv) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017). The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-9, 52.204-18, 52.217-8, 52.217-9, 52.232-18, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72 and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2018). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204 10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-27, 52.219-28, 52.219-3, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62,52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. (xvi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xvii) The Department of Labor Wage Determination applicable to this requirement is: WD 15-4427 (Rev -9) dated 07/17/2018. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor s determination of the appropriate classification. http://www.wdol.gov/sca.aspx (xviii) SITE VISIT: A site visit is not contemplated at this time. (xix) QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than August 26, 2018 at 12:00 pm EST to Janica Francis-Hunter, Contract Specialist at Janica.Francis@va.gov. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. (xx) SUBMISSION OF OFFERS: Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses shall NOT be accepted. Offerors must be submitted via email to the Contracting Officer (CO), Janica Francis-Hunter at Janica.Francis@va.gov no later than 4:00pm (EST) on August 31, 2018. Offerors received after this date and time will be considered late offers. (xxi) CONTACT INFORMATION Contracting Office Address: Contracting Office (90) Ralph H Johnson VA Medical Center Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: Janica Francis-Hunter Contract Specialist, NCO 7 Janica.Francis@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9423/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9423 36C24718Q9423.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4558546&FileName=36C24718Q9423-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4558546&FileName=36C24718Q9423-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9423 36C24718Q9423.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4558546&FileName=36C24718Q9423-000.docx)
- Place of Performance
- Address: Ralph H Johnson VA Medical Center;Department of Veterans Affairs;Environmental Management Services;109 Bee Street;Charleston, SC
- Zip Code: 29403
- Zip Code: 29403
- Record
- SN05052017-W 20180825/180823231107-102b8d5fa729ca57875ba362009cd5f4 (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 |