SOURCES SOUGHT
F -- MD/DC VAMC and CBOC Hazardous Waste Contract
- Notice Date
- 12/17/2020 9:16:08 AM
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24521Q0140
- Response Due
- 1/1/2021 12:00:00 AM
- Archive Date
- 01/31/2021
- Point of Contact
- Mark A Smith, mark.smith25@va.gov, Phone: 410-642-2411
- E-Mail Address
-
Mark.Smith25@va.gov
(Mark.Smith25@va.gov)
- Awardee
- null
- Description
- Page 2 of 17 DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research in order to provide Hazardous, Universal, Radiological, Controlled Substance and Pharmaceutical Waste Removal services for the MD/DC Medical Centers and CBOC s. The Government anticipates awarding a multiple award IDIQ contract as part of a MATOC (multiple award task order contract) all contracts awarded will be firm-fixed price contract that will provide the support services listed within the below Draft Statement of Work. NOTE: See SOW on proper licenses for waste removal in MD/DC OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS: Name and Address of Company Fully complete the questionnaire in section 2 of this document located on page 19 through page 27 CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Mark Smith at Mark.Smith25@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to Mark.Smith25@va.gov no later than 3:00 PM EST on 1/1/2021. Draft Statement of Work DC/MD VAMCS AND COMMUNITY BASED OUTPATIENT CENTERS (CBOCS) HAZARDOUS, UNIVERSAL, AND PHARMACEUTICAL COMPREHENSIVE WASTE CONTRACT 1.0 INTRODUCTION The mission of the Department of Veterans Affairs is to provide the highest quality healthcare to our nation s veterans. To support this mission we must provide safe, clean and environmentally compliant facilities. The Veterans Affairs Medical Centers (VAMCs) as well as the corresponding community based outpatient centers (CBOC)within DC/MD VAMCs and CBOCs 5 consist of multiple clinical and non-clinical operations which result in numerous types of complex hazardous and universal waste streams as well as special circumstances that involve managing specific types of non-hazardous solid and liquid wastes not currently managed by our Environmental Management Service. To ensure and improve environmental compliance with the Resource Conservation and Recovery Act (RCRA), The department of Veterans Affairs for MD/DC Medical centers and CBOC intends to award a Firm Fixed Price, Indefinite Quantity, Indefinite Delivery Service Contract as part of a MATOC (multiple award task order contract) to qualified firm(s) with the capability and capacity to provide hazardous, non-hazardous, pharmaceutical, radioactive (VAMHCS Only), and universal waste/recycling and/or disposal services; lab packs; technical consulting; waste and/or potentially hazardous materials characterization; electronic record keeping; emergency response; and annual hazardous waste and DOT training for all DC/MD VAMCs and associated Community Based Outpatient Clinics (CBOCs). 2.0 BACKGROUND This contract will include waste services for all VAMCs and CBOCs within the DC/MD geographic area. This includes the following facilities: ; Baltimore VAMC, Baltimore VAMC Annex, Loch Raven VAMC, Fort Meade CBOC, Eastern Baltimore county CBOC, Glen Burnie CBOC, Perry Point VAMC, Pocomoke City CBOC, Cambridge CBOC, Washington DC VAMC, Charlotte Hall CBOC, Montgomery County CBOC, Lexington Park CBOC, Southern PG County CBOC, Southeast CBOC. Additional information related to facility location and generator status is located in Attachment A. This attachment also includes Points of Contact and the number of Satellite Accumulation Areas (SAA) for each VAMC. 3.0 GENERAL SCOPE To ensure environmental compliance and effectively manage the types of waste streams and/or potentially hazardous materials described above, DC/MD VA Medical centers and CBOC s is seeking environmental technical services as well as equipment and supplies to identify, manage, remove, and dispose of hazardous, universal, hazardous pharmaceutical and special solid waste streams as well as provide associated hazardous waste and/or potentially hazardous materials characterization, hazardous waste and Department of Transportation (DOT) training, and emergency response to all DC/MD Medical Centers and CBOC s facilities. Hazardous waste and/or potentially hazardous materials characterization, management, removal, transportation, final disposal and associated emergency response shall be completed in accordance with the 40 Code of Federal Regulations (CFR) Part 260-299, 49 CFR part 172, Occupational Safety and Health Administration (OSHA) regulations 29 CFR 1910.120(p)(8) and 1910.120(q), and applicable state regulatory agencies, Joint Commission Standards, and industry best management practices based on recommendations and published guidelines from the Environmental Protection Agency (EPA) and National Institute of Occupational Safety and Health (NIOSH). The contractor shall provide the following requirements: Waste and/or potentially hazardous materials determination and characterization (to include sampling and testing in accordance with appropriate test methods such as EPA SW-846 and/or other legally required test methods) Pharmacy RCRA Characterization at all VAMCs on an annual basis Waste and/or potentially hazardous materials profiles Bi-Monthly waste inspection, collection, and transportation services from all Satellite Accumulation Areas (SAAs) for all RCRA Large Quantity Generators (LQGs) within DC/MD geographical areas: (Baltimore VAMC; Perry Point VAMC; Loch Raven VAMC; Washington DC VAMC; Contractor shall pick up waste at SAA and transport to Central Accumulation Area (CAA) for <90-day storage prior to final disposal. Bi-Monthly waste inspection, collection, and transportation of Universal Waste from SAAs at Universal Waste LQGs. Waste will be transported to the CAA for storage prior to Universal Waste removal. Bi-Monthly removal of Controlled Substances for destruction/reverse distribution. Lab-pack services Contractor shall provide Recordkeeping/Reports and Technical Assistance. Including the completion of facility Resource Conservation and Recovery Act (RCRA) Biennial Reports for all LQGs (and associated information) Waste Transportation (Contractor must have state Hazardous and Universal Waste hauler licenses) Final waste disposal and/or recycling if appropriate, with permitted Treatment, Storage, and Disposal Facilities (TSDFs) and/or recycling services, if appropriate Emergency spill response within 2 hours of notification. The contractor shall provide annual DOT and RCRA training to a maximum of ten (10) employees at each VAMC. The contractor shall identify strategies and options to reduce the waste streams identified by an agreed-upon percentage each year. The contractor should incorporate reduction through recycling, redistributing, recovery, purchasing alternatives, and any additional innovative techniques. Provide cost/schedule of items requested in Attachment C. The items outlined in the list above will be required for the following: Hazardous wastes and/or potentially hazardous materials Hazardous Pharmaceutical wastes Mixed radioactive and hazardous wastes (VAMHCS only) Radioactive wastes (VAMHCS only) Universal wastes Hazardous wastes that is contaminated with infectious material Dental amalgam and trap recycling containing biohazardous and amalgam waste. Lead Apron recycling and/or other toxic metal recycling waste Special non-hazardous solid and/or liquid non-hazardous waste streams not currently managed by our Environmental Management Service (such as oil/gasoline; oil-contaminated soil; oil-spill clean-up debris including rinsates, outdated or abandoned chemicals; storage tanks; etc.) Controlled substances The contractor shall provide identified work for an estimated five (5) year period of performance. 4.0 REQUIREMENTS Services shall include all labor, materials, tools, equipment, analysis, travel, transportation, documentation, waste treatment, disposal and support services required to characterize, manage, categorize, package, transport, document and dispose of and/or recycle, if appropriate all wastes and/or potentially hazardous materials mentioned in this solicitation from all DC/MD VAMC and CBOC facilities. The Contractor and the Contracting Officer s Representative (COR) from each main VAMC shall schedule routine (non-emergency) removal/disposal for each facility and/or facility satellite accumulation area(s) based upon need and volume. This occurrence will be determined by the rate of generation and/or pertinent laws and regulations. The successful offeror MUST possess the necessary technical expertise and resources required by this solicitation, including that the Prime Contractor hold a State Hazardous Waste Hauler license for all states within the DC/MD VAMCs and CBOC region, be licensed with the Drug Enforcement Agency (DEA) as a reverse distributor to handle Schedule II V Controlled Substances, or have an authorized subcontractor that is licensed with the DEA. As well as the ability to obtain Contractor Personal Identity Verification (PIV) Security badges, to be considered for contract award. Meetings: Quarterly meetings shall be held with the DC/MD VAMCs and CBOC Green Environmental Management System (GEMS) Program Manager and/or VAMCs GEMS Program Managers to address contract performance. Should contract deficiencies arise, meetings may be held on a more frequent basis to resolve any/all issues. 4.1. WASTE AND/OR POTENTIALLY HAZARDOUS MATERIAL IDENTIFICATION AND CHARACTERIZATION The contractor is required to perform characterization of all waste and/or potentially hazardous material streams identified by each facility using process knowledge, identity of the chemicals, and other types of chemical analysis including but not limited to Toxicity Characteristic Leaching Procedure (TCLP) and any other EPA or state approved analysis methods such as SW 846. In the event there are waste and/or potentially hazardous material streams that do not have any process knowledge, Service of Field Chemist and associated supplies may be required to perform waste sampling, chain of custody, transport to lab, etc. for identification of these and any other waste streams that require waste stream characterization and identification. Contactor shall compile and provide waste analysis profiles to DC/MD VAMCs and CBOCs COR and DC/MD VAMCs and CBOC Site GEMS Program Manager. Wastes shall include but not be limited to hazardous, pharmaceutical, radioactive (VAMHCS Only), mixed radioactive and hazardous, mixed infectious and hazardous waste, non-hazardous liquid chemicals; non-hazardous waste-solids and special waste circumstances (such as oil-contaminated soil and other solids that may be best managed outside of the regular non-hazardous solid waste (trash receptacles); oil or glycol-contaminated waste and/or spill material; as well as universal waste (e.g., batteries, fluorescent lamps, mercury thermometers and blood pressure cuffs, lead aprons, amalgam) or potentially hazardous materials such as oil/dielectric fluid; water; air or other material sampling. Work shall be performed in accordance with all applicable, Federal, State, Local and all governing regulations. 4.2. DC/MD VAMCs and CBOCs PHARMACY FORMULARY AND NON-FORMULARY PHARMACEUTICAL RCRA CHARACTERIZATION On a semi-annual basis the contractor shall analyze and characterize the pharmacy formularies and any non-formulary drugs added to the pharmacy inventories for all DC/MD VAMCs on an annual basis and provide a sortable spreadsheet to the GEMS Program Manager that details all pharmaceuticals in DC/MD VAMCs Formulary and non-formulary drugs along with their corresponding EPA and State Hazardous Waste ID as well as NIOSH hazardous drug category; controlled substance identification (especially those drugs that are considered EPA hazardous wastes and controlled substances) and proper waste management (such as Black RCRA Container for U and D-listed or P-Listed Quart Container or Non-Hazardous Pharmaceutical Waste Container or Sharps Container, etc.). The contractor shall provide a database for the management of all identified hazardous waste characterizations. At a minimum the database should be searchable and should allow the GEMS manager or Designee to add and remove waste characterizations as needed. 4.3. WASTE MANAGEMENT AND REMOVAL Estimated quantities and types of each waste stream and/or potentially hazardous materials are listed in the Price/Cost Schedule (Attachment C). The selected contractor shall be able to package, transport, and dispose of all federal and state hazardous waste codes as well as all types of universal waste. Upon mutual agreement of parties, additional wastes not listed in Attachment C may be negotiated and added to this contract via modification by the Contracting Officer. Additional wastes not listed shall not be removed from the premises without written authorization from the Contracting Officer. 4.3.a. SATELLITE ACCUMULATION AREA MANAGEMENT/WASTE REMOVAL At a minimum of once per month or more often as requested by each facility GEMS Manager, the contractor shall be required to inspect and/or remove hazardous and universal waste from LQG SAAs. The location of each SAA is included in Attachment B. The contractor shall review the SAA for compliance and if necessary, the contractor will be asked to move hazardous waste from the satellite areas to the main hazardous storage area within the facility or directly off site to the TSDF if needed. The Contractor must meet with the representatives at each facility to discuss the need for this action. A VA PIV Badge will be required to access VAMCs. In general, the contractor shall remove waste from SAA such as laboratories, clinics, maintenance areas, pharmacies, research areas, and inpatient and outpatient floors. Note: Some facilities may have over 100 SAAs. The contractor will be responsible for supplying all equipment and materials to safely transport this waste from each SAA to the VAMC s 90-day CAA or prepare it for shipment directly offsite to an approved TSDF or recycling facility, if appropriate. Waste quantities and poundage from SAA will vary from quart size to 55-gallon drums and will range from <2 pounds to 500 pounds for larger polyethylene and steel drums. Occasionally, larger containers such as cubic yard boxes or other larger containers may be required. It is recommended that the contractor provide appropriate drum dollies and/or pallet jacks or other appropriate material handling equipment capable of collecting and transporting these waste streams without damaging the drums or containers. The Contractor shall furnish all containers and packing material for lab packs. The contractor may, on occasion, be requested to furnish other waste storage containers (e.g., for bulk wastes). Contractor shall provide a list of containers and pricing with their proposal. 4.3.b. WASTE REMOVAL Waste will be collected from the Hazardous Waste Central Accumulation Areas (CAA) in appropriate timeframes that correspond with each facility hazardous waste generator status identified in Attachment A (i.e. LQG will be removed within 90 days, SQG within 180 days, VSQG within 365 days) and transported offsite for final disposal at an approved TSDF or recycling facility, if appropriate. The location for each CAA is identified in Attachment A. Universal Waste will also be collected at each facilities CAA for Universal waste and sent for recycling at least every 6 months or more frequently as needed. Contractor shall be informed of types of waste and locations of waste to be removed and disposed of by the COR prior to scheduled pickups. Contract pricing should be inclusive of all costs associated with multiple pick up locations within each of the VAMC locations. The wastes shall be segregated by hazard class or chemical compatibility and labeled appropriately. Waste may be stored at multiple locations throughout the medical center complexes. The responsible Contracting Officer Representative or his/her designee shall notify the Contractor of the necessity for the pickup for circumstances outside of the normal schedule of ""8:00 AM through 4:30 PM, Monday through Friday, excluding National Holidays. The Contractor must coordinate all pickups with the facility COR or facility representative. The Contractor shall be required to pick up waste within seven (7) calendar days of email and/or telephonic notification by government representatives or must be able to respond within 2 hours in the event of a spill or other emergency. For scheduled pick-ups of waste, the Contractor must provide multiple availability dates and times within the seven (7) day window. The Contractor shall supply all necessary containers and lab pack material for pick up and transfer to the TSDF or recycling facility, if appropriate. The Contractor shall be responsible for properly containerizing all lab-packs and for assuming all safety measures to prevent harm or injury to VA patients, visitors, employees, contractor employees (example: Personal Protective Equipment (PPE) and the environment (example: storm drain covers). The COR has the authority under this contract to present a verbal stop work order pertaining to job activity they reasonably believe represents an imminent hazard to life, property or the environment. This verbal order shall be followed up by a written stop work order issued by the Contracting Officer as soon as feasible after the imminently hazardous situation has been stabilized or abated. The contractor must over-pack, if needed, and remove waste at the same time. The waste must be over-packed and removed with-in the seven (7) day window referenced in section (b) of this part. If necessary, the contractor shall support facilities during episodic generation, as defined in 40 CFR 262 subpart L, that may occur as a result of bulk chemical turn ins. The contractor shall support the facility in complying with all necessary generator requirements during episodic generation, including proper state and federal notification. 4.3.c CONTROLLED SUBSTANCE DESTRUCTION At a minimum of every other month or more often as requested by each facility Pharmacy Chief, the contractor (or authorized subcontractor) shall be required to process Controlled Substances for destruction in accordance with 21 CFR ยง1317 Controlled Substance Disposal. The contractor shall package the items for destruction within Pharmacy. The Contractor shall list all controlled substances designated for disposal on a disposal manifest and a DEA form 222 (when appropriate) will be generated and a copy left within the pharmacy and the narcotic vault prior to the removal of medications from the facility. This list will include at a minimum product name, National Drug Code (NDC) or catalog number and quantity. A Certificate of Destruction for controlled substances including the disposal date, destruction method, destruction location, weight, disposal company name and proof of destruction affidavit shall be provided to the returning facility and maintained on the reporting website upon completion of destruction. All Manifests shall be provided to the returning facility within 30 calendar days of Contractor's item receipt, with the exception of the Certificate of Destruction/Affidavit which shall be provided within 30 days of the completion of destruction. 4.4. LABELING OF WASTE The contractor shall be responsible for properly labeling hazardous and universal waste prior to offsite shipment to the TSDF or recycling facility, if appropriate. For those facilities that are identified as LQGs and require transfer of hazardous and universal waste from SAA areas to the onsite CAA; the contractor shall also be responsible for verifying that SAA labeling is correct and appropriate and that hazardous waste is properly dated when transported to the facility CAA. When waste is transported to the CAA, the contractor shall properly date that waste with its generator start date. All hazardous waste throughout the DC/MD VAMCs and CBOCs facilities shall be labeled with the words Hazardous Waste and must also indicate the hazards of the contents. The hazard label may use DOT hazard communication, OSHA hazard statement or pictogram, NFP chemical hazard label or RCRA characteristic. However, the hazard label must be more descriptive then the RCRA hazard code (i.e. D001). These labeling requirements apply to the CAA as well as all SAA locations. When the contractor has added waste to the CAA, or prior to offsite shipment to the TSDF or recycling facility, if appropriate, the waste shall be labeled with the RCRA waste code. 4.5. WASTE TRANSPORTATION The contractor shall possess current state waste transporter permit(s)/hauler license(s) for all states within DC/MD VAMCs and CBOCs geographic area during the entire contract period and provide a copy of Operator permit(s). The contractor must be able to package, transport, and dispose of hazardous waste; universal waste; and mixed hazardous/ radiological and mixed hazardous/biohazardous waste in accordance with applicable EPA, DOT and state laws. The prime contractor must provide the following information regarding the hazardous waste fleet owned and operated by the contractor: Basic description of transportation services offered and capabilities. Fleet description of number, types, and ages of vehicles. Description of service and maintenance programs. Types of materials licensed to haul. Latest DOT or MCS rating (include a copy of the last inspection). The DOT/CHP compliance record. Description of driver qualifications including training programs, and experience. Provide evidence that background checks have been performed on all employees that will perform any duties under this contract. 4.6. FINAL WASTE DISPOSAL All hazardous and non-hazardous wastes and materials generated by DC/MD VAMCs and CBOCs Facilities shall be disposed of or recycled, if appropriate, by the Contractor in accordance with current Federal, State and local guidelines governing regulated hazardous and non-hazardous wastes. Packaging of chemical wastes or other wastes already specified in this performance work statement such as waste pharmaceuticals, special non-hazardous wastes, etc. shall be in the largest container available for that waste stream. Smaller sizes shall be used for partial loads or to meet the disposal priorities or DOT requirements. Contractor shall dispose of hazardous waste in a manner that leaves no future expense potential to the VA or the federal government. Wastes should be disposed of in the following preferred priority: Recycling of chemicals to another party for future use if economically feasible and practical. The treatment of the waste (at a facility approved for such processing by an appropriate state or federal agency) in a manner that renders it no longer a hazardous waste as defined in the 40 CFR series. DC/MD VAMCs and CBOCs hazardous waste shall be treated using the preferred order below. Reprocessing or recovery followed by recycling/reuse Top choice Chemical neutralization or detoxification. Thermal treatment (e.g. incineration, pyrolysis). The long-term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency. Acceptance of the hazardous property (wastes) at a properly permitted TSDF or recycling facility, if appropriate, does not constitute disposal and/or completion of the contract. It is the prime contractor s responsibility to obtain all necessary documentation to prove that the timely end disposal of all items has been accomplished in accordance with all applicable laws and regulations. Out-of-country shipments are prohibited under this contract The contractor shall submit data on how much hazardous waste they have reprocessed or recovered and recycled and reused from other Health Care Facilities. 4.7. DOCUMENTATION AND RECORDKEEPING The Contractor is required to comply with all Federal, State and local regulations, policies and procedures regarding tracking, record keeping, manifesting and documentation of all hazardous, pharmaceutical, mixed waste, radioactive, universal, mixed regulated medical waste and hazardous waste, and non-hazardous waste. The contractor shall be required to comply with all changes to such Federal, State and local regulations and procedures which occur during the term of this contract. The Contractor shall provide to the Government any additional certifications that may be required because of changes in such laws. Contractor shall have a centralized waste tracking system that is exportable to the VA system via a Microsoft Excel spreadsheet. The centralized tracking system shall include a centralized database for all waste characterizations and determinations, hazardous waste manifests, universal bill of lading for universal wastes, methods of final (end) disposal, final (end) disposal sites, monthly, quarterly and annual waste generation reports by facility, recycling amounts, training records, and a tracking system for hazardous materials spills. 4.7.a. DOCUMENTATION OF WASTE OR POTENTIALLY HAZARDOUS MATERIAL CHARACTERIZATION The contractor shall provide accurate documentation of waste or potentially hazardous material determination and waste or potentially hazardous material characterization. The contractor shall maintain a database of the annual pharmacy formulary and non-formulary pharmaceuticals review and shall make this available to all DC/MD VAMCs and CBOCs facilities for review and reference. The contractor shall assist facilities with hazardous waste or potentially hazardous material determination and when required the contractor shall collect samples of unknown waste or potentially hazardous material streams and send them for analysis to an approved laboratory. The contractor shall use process knowledge, chemical or physical characterization, information on the chemical properties and/or knowledge of the products to determine if a waste is a characteristic or listed hazardous waste. When available knowledge is inadequate, the contractor shall test the waste in accordance with methods set forth in subpart C of 40 CFR part 261. The contractor shall maintain copies of all waste or potentially hazardous material determinations for 3 years or the length of the contract (whichever is longer) and shall provide a copy to the DC/MD VAMCs and CBOCs and VAMCs. The records shall include the following information: results of any tests, sampling, or waste or potentially hazardous material analyses; records documenting the analytical methods used to demonstrate the validity of such tests; records consulted in order to determine the process by which the waste or potentially hazardous material was generated, the composition of the waste or potentially hazardous material, and the properties of the waste or potentially hazardous material; records which explain the knowledge basis for the waste or potentially hazardous material determination as described in 40 CFR 262.11(d)(1). 4.7.b. MANIFESTS The Contractor shall utilize the Uniform Hazardous Waste Manifests required by the EPA and DOT (5-copy form) and additional documentation that apply to the removal and disposal of hazardous, pharmaceutical, mixed waste, universal, mixed regulated medical waste and hazardous waste, and non-hazardous waste activities conducted by its workforces and/or its subcontractors. The Contractor shall furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of hazardous, universal and non-hazardous chemical waste generated by the Government under the terms of this contract. The contractor shall obtain manifests in accordance with Federal and State requirements within DC/MD VAMCs and CBOCs. The contractor may use the e-manifesting system and will assist DC/MD VAMCs and CBOCs facilities in complying with all e-manifesting requirements. Prior to the removal and transport of hazardous, pharmaceutical, radioactive and mixed waste, universal, mixed regulated medical waste and hazardous waste, and non-hazardous waste generated by the VA, the Contractor shall obtain approval and signature for each manifest (and corresponding Land Disposal Restriction form if required by law) from the VA Facility s Contracting Officer Representative or designee verifying that the Contractor has accepted the waste from the VA and that the waste was properly shipped for treatment or disposal. Manifests not signed by the Contracting Officer Representative or designee will not be deemed valid. Manifests copies shall be distributed to the generator, each transporter, and the designated facility. The contractor shall require the designated facility to forward copies as indicated on the manifest to the generator, State environmental regulatory agency, and the state of the designated facility. The Contractor shall return a copy of the Hazardous waste Manifest to the DC/MD VAMCs and CBOCs facility generator with all required signatures within forty-five (45) days of waste removal. The manifest will be signed by all transporters and treatment, storage, or disposal facilities. If the manifest is not returned within forty five (45) days the contractor shall give notice to the state in which the designated facility is located, the state in which the Generator islocated, and to the DC/MD VAMCs and CBOCs and VAMC GEMS Managers. In addition, the contractor will attach corresponding manifests to the invoices sent to the VA for payment. In addition to providing the manifests, the Contractor shall provide a properly executed and signed disposal certificate for each manifest to the VA Contracting Officer Representative within ninety (90) calendar days of removal of waste from this facility. The disposal certificate shall clearly indicate that all waste has been properly disposed of and will specify the site and date of disposal or incineration (90-day requirement). Exceptions to this must be approved by the COR. Contractor shall maintain a centralized electronic waste database that is exportable through a Microsoft Excel or Microsoft Access format for input into the VA system. This centralized electronic database will include all waste or potentially hazardous material characterizations and determinations, waste or potentially hazardous material generation data, shipping information and other data required for the proper execution of this contract. This system should enable tracking of generator status as well as generate monthly, quarterly or annual reports as well as RCRA biennial reports and enable tracking of compliance dates. The contractor shall be responsible for providing a database that will be able to generate reports on hazardous waste activities, waste characterization profiles, annual generation by facility and other information necessary for the successful operation and management of a hazardous waste management program. This will be readily exported to a format such as Microsoft Excel or Microsoft Access or another comparable program. The contractor shall also provide guidance and technical assistance in the revision of the Hazardous Materials and Hazardous Waste Management Program at the DC/MD VAMCs and CBOCs facilities. The Contractor will work with the DC/MD VAMCs and CBOCs GEMS Manager and facility VAMC GEMS Managers to pro...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a124d89e0d849458be318774a509f2b/view)
- Place of Performance
- Address: All MD/DC VAMC and CBOC locations listed in the SOW
- Record
- SN05877112-F 20201219/201217230119 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |