SOURCES SOUGHT
S -- Regulated Medical Waste (RMW) Management Salt Lake City VA Medical Center
- Notice Date
- 7/28/2021 2:15:56 PM
- Notice Type
- Sources Sought
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25921Q0647
- Response Due
- 8/11/2021 12:00:00 PM
- Archive Date
- 11/18/2021
- Point of Contact
- LaDonna Collins, Contract Specialist, Phone: n/a, Fax: n/a
- E-Mail Address
-
ladonna.collins@va.gov
(ladonna.collins@va.gov)
- Awardee
- null
- Description
- Page 18 of 18 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it is will be synopsized in the Opportunities [formerly Federal Business Opportunities (FedBizOpps)] website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 562219 is $41.5Million. 1. Purpose: The Network Contracting Office (NCO) 19, 6162 S. Willow Drive, Ste 300, Greenwood Village, CO 80111 on behalf of the Salt Lake City, Utah Veterans Affairs Medical Center (SLCVAMC) hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide all labor, tools, materials, supplies, equipment, supervision and transportation required to perform medical/special, pathological, and residual chemotherapy waste treatment and disposal services on a fee-per-pound basis in accordance with the attached Draft Scope of Work (SOW) 2. Place of Performance: A. SLCVAMC Building #1, #2, #3, #7, #14: 500 South Foothill Drive, Salt Lake City, Utah, 84148 B. Eight (8) Community Based Outpatient Clinics (CBOC) identified in SOW paragraph 5 and 6a. 3. Opportunity: The Salt Lake City, Utah Veterans Affairs Medical Center (SLCVAMC) is seeking information from potential contractors on their ability to provide these services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. All capable Service-Disabled Veteran Owned Small Business (SDVOSB) concerns are encouraged to provide responses to this RFI to assist the SLCVAMC in determining potential levels of competition available in the industry. NOTE: All Questions and information shall be answered and provided in Sections 4 through 7 for the government to consider whether the contractor has the capability to meet the government requirement. 4. Responses Requested: The SLCVAMC requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information. a. Is the Contractor licensed/certified by the State of Utah to properly handle, transport treat, and dispose of Regulated Medical Waste (RMW)? Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. b. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number. d. Is your company a small business (SDVOSB, VOSB), SDBs, HUBZone, or 8A concern? NAICS Code: 562219, PSC Code: S222, Waste Treatment and Storage. Please provide proof of qualifications. e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. 5. Capability Statement: Provide your capability statement to demonstrate your company s understanding and ability to perform Regulated Medical Waste Services. At a minimum: Include descriptive identification/information on fleet of vehicles on-hand for this type of service. Provide descriptive emergencies and emergency response time after receipt of call from agency. List all certifications and licenses required to perform RMW services in the states of Utah, Nevada and Idaho. 6. Relevant Experience: Please provide Government or Commercial agency relevant experience within the last three (3) years. Information shall include: Contract Number Name/Point of Contact (POC) POC phone number POC email address Brief description of how the contract referenced at 6(a) relates to the technical capability within the pest control industry for the interior and exterior of government and/or commercial buildings. 7. Subcontracting: If subcontracting, provide subcontractor s business name, address, phone number, and DUNS. Identify specific task(s) to be performed by the subcontractor and prime contractor. Contractor shall possess the capability to provide all requirements and objectives. 8. Instructions and Response Guidelines: RFI responses are due by 1:00pm (MST) on Wednesday, August 11, 2021 ; via email to ladonna.collins@va.gov All Questions shall be submitted by 10:00am (MST) on Wednesday, August 4, 2021 via email to ladonna.collins@va.gov Telephone requests or inquires will not be accepted. The subject line shall read: 36C25921Q0647 Regulated Medical Waste Services NO SOLICITATION EXISTS AT THIS TIME. All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by SLCVAMC as ""market research"". 9. Contact Information: Contract Specialist, LaDonna Collins Email address: ladonna.collins@va.gov Your responses to this notice is appreciated. STATEMENT OF WORK (SOW) Regulated Medical Waste (RMW) Management Salt Lake City, Utah Veterans Affairs Medical Center (SLCVAMC) GENERAL: Contractor shall be responsible for allocating all equipment and personnel, including back-up resources, to meet all requirements for the comprehensive management of the RMW at the Salt Lake City, Utah Veterans Affairs Medical Center (SLCVAMC) and all affiliated facilities. The comprehensive waste services shall not only include the collection and disposal of the waste, but also the training and support required to ensure compliance with all Federal, State, and Local regulations. The Contractor must have relevant experience in providing comprehensive RMW management services. The ability to provide waste audits and to properly separate waste streams is crucial to this requirement. The Contractor must be able to assist the facilities in properly profiling their waste. It shall be the responsibility of the Contractor to provide the tracking and reports in a timely manner, and action plans to address any shortfalls. 2. BACKGROUND: Salt Lake City, Utah VAMC is an integrated healthcare system comprised of Medical Centers and many community-based outpatient clinics located in Utah, Idaho, and Nevada. Salt Lake City, Utah VAMC provides ambulatory care, primary care, and secondary care in acute medicine and surgery, specialized tertiary care, transplant services, spinal cord injury, outpatient care, and a full range of extended care and mental health services. 3. CONTAINER REQUIREMENTS FOR SLCVAMC MAIN HOSPITAL The contractor must be able to provide containers designed and dedicated solely for the collection of regulated medical waste. The containers for the SLCVAMC main campus location will be red, 96 Gallon capacity with hinged lid, wheels, and handle for transportation. The only use for these containers shall be for the transportation of regulated medical waste. The contractor must describe the containers proposed. Boxes shall not be acceptable for the packaging of the biomedical waste, only carts shall be used to minimize handling by the staff at the facilities. The containers must be designed so it can be easily and safely handled by the VA staff. It should also be designed so that it can be easily secured and transported within the facility by the VA staff. The Contractor must ensure that containers being delivered to the sites are sanitized and disinfected. 4. PERIOD OF PERFORMANCE: Base Year: 11/1/2021 - 10/31/2022 Option Year 1: 11/1/2022 10/31/2023 Option Year 2: 11/1/2023 10/31/2024 Option Year 3: 11/1/2024 10/31/2025 Option Year 4: 11/1/2025 10/31/2026 5. PLACES OF PERFORMANCE: Regulated Medical Waste removal and proper disposal is required at the following sites: a. SLCVAMC Building #1: 500 South Foothill Drive, Salt Lake City, Utah 84148 Telephone: 801-582-1565 Ext. 1085 Monday-Friday 8:00am-4:30pm b. SLCVAMC Building #2: 500 South Foothill Drive, Salt Lake City, Utah 84148 Telephone: 801-582-1565 Ext. 1085 Monday-Friday 8:00am-4:30pm c. SLCVAMC Building #3: 500 South Foothill Drive, Salt Lake City, Utah 84148 Telephone: 801-582-1565 Ext. 1085 Monday-Friday 8:00am-4:30pm d. SLCVAMC Building #7: 500 South Foothill Drive, Salt Lake City, Utah 84148 Telephone: 801-582-1565 Ext. 1085 Monday-Friday 8:00am-4:30pm e. SLCVAMC Building #14: 500 South Foothill Drive, Salt Lake City, Utah 84148 Telephone: 801-582-1565 Ext. 1085 Monday-Friday 8:00am-4:30pm f. Elko, Nevada Elko PCTOC Gateway Center 2719 Argent Avenue #9 Elko, Nevada 89801 Telephone: 775-738-0188 Monday-Friday 8:00am-4:30pm g. Price, Utah Price PCTOC 600 West 189 South Ste. #B Price, Utah 84501 Telephone: 435-613-0342 Monday-Friday 8:00am-4:30pm h. St. George, Utah CBOC 230 North 1680 East, Bldg. N St. George, Utah 84790 Telephone: 435-634-7608 Monday-Friday 8:00am-4:30pm i. South Jordan, Utah CBOC 5119 W Daybreak Pkwy, South Jordan, UT 84009 Telephone: 801-417-5734 Monday-Friday 8:00am-4:30pm j. Idaho Falls, Idaho PCTOC 640 South Woodruff Idaho Falls, ID 83401 Telephone: 208-522-2922 Monday-Friday 8:00am-4:30pm k. Pocatello, Idaho CBOC 500 S 11th Ave Pocatello, Idaho 83201 Telephone: 208-232-6214 Monday-Friday 8:00am-4:30pm l. Ogden, Utah CBOC 3945 South Washington Blvd., Suite A South Ogden, Utah 84403 Telephone: 801-479-4105 Monday-Friday 8:00am-4:30pm m. Orem, Utah CBOC 774 South State Street Orem, UT 84058 Telephone: 801-235-0953 Monday-Friday 8:00am-4:30pm * Statement of Work (SOW) may be modified to include additional Salt Lake City, Utah VAMC Facilities and additional Community Based Outpatient Clinics (CBOC). 6. FREQUENCY OF SERVICE(s) PROVIDED: Current Services Only: Additional locations of containers and service may be provided at the time of the award and in the future. Location Building Service a. SLCVAMC #1 Every Tuesday & Friday b. SLCVAMC #2 Every Friday c. SLCVAMC #3 Monthly/as needed d. SLCVAMC #7 Every Friday e. SLCVAMC #14 Monthly/as needed f. Elko, NV #9 Monthly g. Price, Utah Suite B Monthly h. St. George, Ut Building N Monthly i. South Jordan, Utah Main Building Monthly j. Idaho Falls, Idaho Main Building Monthly k. Pocatello, Utah Main Building Monthly l. Ogden, Utah Suite A Twice per Month m. Orem, Utah Main Building Monthly 7. DAYS AND HOURS OF OPERATION: Monday Friday, 8:00 a.m. to 4:30 p.m. excluding federal holidays. 8. PERFORMANCE REQUIREMENTS: The contractor shall provide creative, efficient and innovative solutions that demonstrate the contractor s ability to properly understand and perform the services of this requirement. The contractor shall demonstrate technical solutions and approaches that exhibit the contractor s experience and qualifications in providing these services. The contractor shall be required to provide a demonstration of the resources, equipment and qualified personnel that are available to commit to this requirement. The contractor shall provide all labor, supplies, equipment, and disposal for the following services: Regulated medical waste removal and disposal services Waste audits Training for waste streams to ensure compliance 9. REFERENCE/REQUIREMENTS: The requirements of the following agencies must be met at all times: Environmental Protection Agency (EPA) Food and Drug Administration (FDA) Department of Transportation (DOT) Occupational Safety and Health Administration (OSHA) 10. REGULATED MEDICAL WASTE MANAGEMENT AND DISPOSAL (RMW): The Contractor shall fully describe the methods and procedures being proposed to perform the regulated medical waste removal services. The contractor must demonstrate a full knowledge of the regulated medical waste industry. The contractor must demonstrate the ability to provide the training required for these services to ensure compliance. The Contractor must provide evidence of the proposed types and quantities of vehicles, equipment for collection, other related equipment and personnel proposed to provide the required regulated medical waste collection and disposal services. The Contractor must also explain how the shipping papers shall be prepared to ensure the waste is properly tracked once it is transported off site for treatment. The shipping papers must be in compliance with the requirements for the US DOT. The Contractor shall provide the proposed methods, procedures, personnel and equipment for entering data, producing reports, receiving and documenting customer service requests, receiving and transmitting e-mails and faxes and making copies of documents as needed. All regulated medical waste that requires incineration shall be brought to a central staging area. All pathological waste collected from the facilities must be incinerated. The VA will be responsible for the segregation of waste in accordance with Federal, State, and Local requirements. Contractor is required to provide labels to clearly identify these containers. The Contractor must demonstrate the controls that shall be in place to ensure this waste is properly treated. The Contractor shall provide leak and puncture proof reusable containers with lids that can be secured for transportation of the regulated medical waste. Contractor shall provide labeling on all containers of regulated waste. With the following information at a minimum: Name of transporter or immediate handler. Regulated Medical Waste Bar-coded labels identifying the generator. Pick up and delivery by the Contractor is required for each site. Full containers shall be removed from the designated storage area at each site and replaced with empty containers. The replacement containers are required to be sanitized and disinfected. The replacement containers shall be placed within the designated empty container storage area at each site. Delivery and pick up must be made at a time agreed upon by the Contracting Officer (CO). Scheduled arrangements shall be made in the best interest of the VA to ensure ample dock space is available. Pick up sites and required pick-up schedules are identified during the site visit. Note: Scheduled pick up and delivery schedules are subject to change upon agreement by the CO and the Contractor. Transportation vehicles shall be equipped with fully enclosed leak-resistant cargo body maintained in a sanitary condition and secured when left unattended. Vehicles shall bear the transporter's name, state permit number if required, and the words ""Regulated Medical Waste"" on the sides of the body. Waste shall not be subject to mechanical stress. Regulated medical waste shall not be combined with other wastes, such as solid waste or recyclables. Regulated medical waste shall be secured prior to leaving the VA facility. The waste shall always remain on the permitted vehicle and shall be unloaded at the appropriate disposal or transfer facility. The facility shall be permitted to accept regulated medical waste. Permits of the facilities shall be provided as part of the contractor s proposal. Contractor shall immediately notify the appropriate agencies, and the generator, if a vehicle is involved in a spill or accident which renders the vehicle non-compliant with applicable rules and regulations. The contractor shall furnish, sign, and date a properly prepared manifest prior to removing the regulated medical waste from the facility. The VA designated employee and the transporter shall certify that the manifest data matches the contents of the load to be transported. A ticket or copy of the manifest will be left with the facility to verify the waste has been removed. The contractor shall deliver the waste to an authorized disposal facility. The disposal facility shall sign the manifest to verify that the regulated medical waste has been delivered and accepted. Contractor shall return a copy of the manifest to the generator, assuring final disposal. The VA reserves the right to thoroughly inspect the Contractor's disposal facility to assure acceptable standard of performance. Contractor shall maintain a log of regulated medical waste shipments. The log shall identify the quantities of regulated medical waste shipped. 11. TRAINING REQUIREMENTS Due to the health and safety risks (especially Bloodborne Pathogens) associated with this requirement, the Contractor s methods, procedures, training and other controls that are proposed must allow the performance of the tasks with no adverse effects from the risk factors. The training plan shall demonstrate a good working knowledge of the US DOT, US Occupational Health and Safety (OSHA), and other applicable regulations that govern the health and safety risks involved in the handling and shipping of regulated medical waste. The contractor must be able to provide, at a minimum, the following training: - US DOT - HAZMAT Familiarization - Function Specific - Shipping Papers - Proper Packaging - Safety - Security Awareness/In-Depth Security - OSHA Bloodborne Pathogens Standard - Waste Minimization 12. SPECIAL CONTRACT REQUIREMENTS a. QUALIFICATIONS: Contractor shall have demonstrated at least three years experience servicing at least three similar size hospitals by submitting a list of references including telephone numbers, addresses, and contact names. Contractor shall provide a plan to demonstrate that they are capable of providing ongoing requirements and services in the event of service disruptions for any reason. Contractor shall provide information for primary and back-up sites for the following: regulated medical waste disposal services, reusable sharps container and exchange services. Contractor shall provide a complete background of their company as well as any company utilized to sustain this contract. Information will include but is not limited to: company s full legal name, primary business address, all other office locations (city and state), and history, along with the number of years in business. Contractor shall demonstrate their ability to convert the VA locations to their services immediately after award of the contract. Contractor shall have in place and maintain a valid contingency plan to meet the requirements of the contract. Contractor shall incur all cost associated with fulfilling this contingency plan at no additional expense to the Government. Contractor shall be liable for all expenses incurred by the Government due to the contractor's inability to perform in accordance with these requirements. Contractor is required to identify any subcontractors and suppliers. Contractor is responsible for supervision, contract compliance and obtaining any necessary documentation from their subcontractors or supplies performing under this contract. If the contractor intends to utilize subcontractors and suppliers other than those initially identified, operating licenses, permits, certificates and any other forms required by regulatory agencies for the new facility must be submitted to the Contracting Officer no later than thirty (30) days prior to change. Any and all cost increases to meet additional regulatory requirements caused by such change of disposal facilities or any other contractor action relative to transport, storage, and/or disposal of regulated medical waste shall be borne by the contractor. b. CONTRACTOR PERSONNEL The contractor shall provide a contract manager who is responsible for the performance/coordination of work defined in this contract. The name and phone numbers (during and after hours) of this person and alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer no later than fifteen (15) days prior to the contract start date. The contract manager and alternate(s) shall be able to understand, read, fluently speak, and legibly write the English language. This person may perform services under this contract in addition to contract management duties. The contract manager or alternate shall have full authority to act for the contractor in all contractual matters relating to daily operation of this contract. All changes must be provided in writing to the Contracting Officer no later than forty-eight (48) hours prior to the implementation of such changes. Contractor shall provide their employees with appropriate protective clothing, equipment, and apparel as prescribed by the Occupational Safety & Health Administration (OSHA). The technician shall be dressed neatly in appropriate uniform and wear an identification badge at all times when servicing at the VA facility. Contractor shall provide details of what training their employees undergo. Contractor shall be available for consultation and education to Medical Center's staff on the proper use of reusable sharps containers. The contractor shall provide all training necessary to perform the work as defined in this contract. Training shall not hamper the quantity, quality, or timeliness of work requirements of the contract. The contractor shall ensure that all employees understand the risks involved with regulated medical waste and are trained in specific procedures to handle spills on the VAMC premises, and en route to a treatment facility. Contractor employees who pick up regulated medical waste from the VAMC are identified as being susceptible and/or occupationally at risk to certain biological hazards. The contractor shall provide these employees with the required immunizations. Contractor employees shall always wear a VA issued contractor s PIV badge provided by the COR while on VA property. Contractor employees shall adhere to dress code to include proper facial coverings when required. 13. PROTECTION OF GOVERNMENT PROPERTY: During work execution, the Contractor shall take special care to protect Government property including interior and exterior buildings, furniture, walls, baseboards, and other surfaces. Damage resulting from Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement (if necessary), at no additional cost to the Government. Contractor shall be responsible to meet all OSHA/Safety requirements in the performance of the work. This shall include but not be limited to taking all the necessary precautions to protect the patients, visitors and/or staff at each location. Contractor shall be held responsible for any injuries and/or damage, which may be caused as a result of the Contractors failure to adhere to these requirements. 14. PRE-AWARD SURVEY: Prior to the beginning of the performance of this contract, the VA may conduct a pre-award survey to assess the Contractor on the following conditions: a. Overall safety and sanitation of processing facility b. Evidence of applicable licenses d. Manifest tracking techniques and storage e. Ability to provide continuous, uninterrupted service Failure of adequate performance of any of the above pre-award aspects may be taken into consideration during the Technical Evaluation process in determining the offeror s ability to successfully perform the services. 15. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and Municipal laws, codes, and regulations in connection with the prosecution of the work. This includes acquiring any installation listed in this contract. He shall be similarly responsible for all damages to persons or property. He shall take proper safety and health precautions to protect the work, the workers, the public and the property of others. He shall also be responsible for all materials delivered and work per-formed until completion and acceptance of the entire work. 16. QUALITY ASSURANCE PLAN: The ability to successfully provide the number and types of services required on a daily basis over an extended period of time requires a good Quality Assurance Plan. The required services shall be delivered within the normal working hours (7A-4:30P), while meeting the quality standards required. The Contractor shall identify the methods and procedures to be used to ensure that the quality standards are met for regulated medical waste, universal waste, solid waste & recycling, and scrap metal. The Contractor shall focus on delivering the primary services of collections, consolidation, transportation, shipping and disposal in a manner the meets the requirements. The Contractor shall identify the key staff members who will carry out the requirements. 17. COMMUNICATION: The contractor shall explain the communication plan for employees and subcontractors. Highly functional and efficient data and voice communications are critical for successfully performing the contract requirements. The Contractor must be capable of sending and receiving e-mails and faxes, communicate with the Project Manager, communicate with service vehicles regularly to determine locations and relay service related messages, and send/receive electronic data files. Communication shall be critical in ensuring no interruption of services. Communication shall include how waste will be collected, manifested, and treated. It is important that the biomedical waste be collected at minimum every 28 days, and the incinerate only waste is properly handled. The communication shall be very important to ensure compliance. 18. PROJECT MANAGEMENT: Contractor shall provide a highly qualified project manager with strong support from corporate management as this shall be essential to successfully performing these requirements day to day over an extended period of time. This plan shall identify the organizational structure proposed to direct these operations. The management team members shall be identified along with a description of qualifications and relative experience. The methods and procedures used to carry out this plan shall be specified, including the problem resolution procedures to be used in the event of service related or personnel problems. The Contractor shall identify the types of employee incentives used to encourage quality performance by Contractor staff. The plan shall specify the manager that shall be designated to meet with the Contracting Officer, at the Government s convenience, for scheduled and impromptu meetings to discuss contractual issues. Resumes shall be provided for all members of the project management team and other key personnel requiring special skills. Contractors should not view this as simply a trash disposal service. This requirement is broad and diverse and requires an integrated, involved management approach to deliver these services successfully. 19. HEALTH & SAFETY: Due to the health and safety risks (especially Bloodborne Pathogens) associated with this requirement, the Contractor s methods, procedures, training and other controls that are proposed must allow the performance of the tasks with no adverse effects from the risk factors. The Health and Safety plan shall demonstrate a good working knowledge of the US DOT, US Occupational Health and Safety (OSHA), State of Utah DOT, and State of Utah Department of Health and other applicable regulations that govern the health and safety risks involved in the handling and shipping of regulated medical waste. All tasks with potential health and safety risks shall be identified along with the proposed control measures to ensure minimal exposure to minimize risk. The Contractor agrees that his personnel and equipment are subject to safety inspections by Government personnel while on Federal property. The Contractor shall ensure that all personnel involved in the handling, repackaging, and transportation of the items listed herein shall be trained in the areas of spills and general first aid procedures. 20. REPORTS: The report(s) must demonstrate the objectives that are being met, and action plans for the objectives that have not been achieved. The contractor shall be required to provide a waste audit report at least once per year. This report shall identify opportunities for reduction, health & safety risks, equipment reviews, and training requirements to achieve opportunities identified in the audit. The Contractor must demonstrate the training records and reporting that shall be provided. This must comply with the regulations as defined in the Training section. 21. CAPABILITIES AND RELEVANT CORPORATE EXPERIENCE: The contractor shall describe the abilities of the contractor and any subcontractors to perform this work plus relevant experience. References to current or previous clients to whom similar services were or are being provided shall be included. Experience most relevant to this solicitation would be managing and providing a comprehensive waste and services program, including the required training and compliance services, similar to this requirement. Experience providing a comprehensive waste management program for an industrial generator or a residential area is less relevant; the services should be specific to a Hospital due to the unique needs and training requirements that face these facilities. Capabilities shall be described in terms of equipment, management experience, qualified personnel, knowledge of the business and an organizational structure that is flexible and responsive enough to direct and support the services required herein. Strong capabilities would consist of demonstrating the available corporate financial resources, equipment, experienced management team and demonstrated experience of successfully managing a contract with complexities of service. 22. ADMINISTRATION a. Facility Orientation: An initial orientation of the facilities will be conducted by the COR at the start of the contract. The contractor shall be responsible for conducting orientation for new employees thereafter. b. Accident Reporting: In the event an accident occurs on the Department of Veterans Affairs property or involving Government personnel or property, the contractor shall contact the VA Police immediately. A report shall be provided to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. c. Locations: The government reserves the right to modify the contract as needed to add or delete VA Locations. d. Federal Holi...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ff147b12041048499e882f521273bd50/view)
- Place of Performance
- Address: Department of Veterans Affairs The VA Salt Lake City Health Care System George E. Wahlen VA Medical Center 500 Foothill Drive, Salt Lake City 841480001
- Zip Code: 841480001
- Zip Code: 841480001
- Record
- SN06077208-F 20210730/210728230114 (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 |