SOURCES SOUGHT
F -- Hazardous/Universal Waste Pick up VAPIHCS (Hawaii).
- Notice Date
- 4/10/2024 12:51:14 PM
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26124Q0570
- Response Due
- 4/17/2024 4:00:00 PM
- Archive Date
- 06/16/2024
- Point of Contact
- John Waldrip, Contract Specialist, Phone: 702-791-9000 Ext 18929
- E-Mail Address
-
john.waldrip@va.gov
(john.waldrip@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, John Waldrip, Contracting Specialist CS). Responses to this notice shall be sent by email to john.waldrip@va.gov by the due date and time of 04/17/2024 by 4:00 p.m. (Pacific Daylight Time). Upon receipt of capabilities statement, CS/CO may request additional market research aide such as informal pricing. Services Required: The Contractor shall supply all labor, equipment, supplies/materials, and transportation to accomplish proper hazardous waste management services to include waste identification, classification, generation, packaging, labeling, documentation and Emergency Response Activities for proper treatment, treatment, recycling, storage, and disposal services described herein at Veterans Affairs Pacific Island Health Care System (VAPIHCS). Services will be based on the Task and Frequency Schedule, excluding all Federal Holidays. The C&A requirements do not apply, and a Security Accreditation Package is not required. Place of Performance: Contractor shall furnish services at the Veterans Affairs Pacific Island Healthcare System (VAPIHCS) Address: 459 Patterson Road, Honolulu, Hawaii 96819-1522 Anticipated need date: 11/01/2024. Hazardous Waste Regulations: Disposal of waste materials, performance of projects and emergency response activities shall comply with the following and all other applicable regulatory requirements, 40 CFR Parts 260-282, which contains all the Resource Conservation and Recovery Act (RCRA) regulations governing hazardous waste identification, classification, generation, management, and disposal. Part 260 Hazardous Waste Management System: General Part 261 Identification and Listing of Hazardous Waste Part 262 Standards Applicable to Generators of Hazardous Waste Part 263 Standards Applicable to Transporters of Hazardous Waste Part 264 Standards for Owners and Operators of Hazardous Waste Treatment, Storage, And Disposal Facilities Part 265 Interim Status Standards for Owners and Operators of Hazardous Waste Treatment Storage, And Disposal Facilities Part 266 Standards for The Management of Specific Hazardous Wastes and Specific Types Of Hazardous Waste Management Facilities Part 267 Standards for Owners and Operators of Hazardous Waste Facilities Operating Under A Standardized Permit Part 268 Land Disposal Restrictions Part 270 EPA Administered Permit Programs: The Hazardous Waste Permit Program Page 9 of 28 Part 271 Requirement for Authorization of State Hazardous Waste Programs Part 272 Approved State Hazardous Waste Management Programs Part 273 Standards for Universal Waste Management Part 279 Standards for The Management of Used Oil Part 280 Technical Standards and Corrective Action Requirements for Owners and Operators Of Underground Storage Tanks (UST) Part 281 Approval of State Underground Storage Tank Programs Part 282 Approved Underground Storage Tank Programs Parts 283 to 299[Reserved] In addition, applicable regulatory requirements from CFR Title 49 contain regulations governing the transportation of hazardous materials and wastes. Key Provisions of the Hazardous Materials Transportation Act Hazardous materials regulations are subdivided by function into four basic areas: Procedures and/or Policies: 49 CFR Parts 101, 106 and 107 Material Designations: 49 CFR Part 172 Packaging Requirements: 49 CFR Parts 173, 178, 179 and 180 Operational Rules: 49 CFR Parts 171, 173, 174, 175, 176 and 177 Types of Hazardous Waste: Hazardous waste are divided into listed wastes, characteristic waste, universal waste, and mixed wastes. For the purposes of this contract, the following Hazardous Wastes include a list of common, but not all inclusive, waste materials that require disposal. This Hazardous Waste Management requirement does NOT contain Infectious Substances waste. Listed wastes: By definition, EPA determined that some specific wastes are hazardous. These wastes are incorporated into lists published by the Agency. These lists are organized into three categories: The F-list (non-specific sources wastes) The K-list (source-specific wastes) The P-list and the U-list (discarded commercial chemical products) Listed Wastes Items that are to be properly disposed and/or recycled may include but is not limited to: P-list and U-list products: Acute hazardous expired wastes/non-controlled medications. Universal Wastes: EPA s universal waste regulations streamline hazardous waste management standards for federally designated universal wastes, Items that are to be properly disposed and/or recycled may include, but is not limited to: batteries, pesticides, mercury-containing equipment, and bulbs (lamps). Description of Services: General Removal of Waste Materials: The Contractor shall supply all labor, equipment, supplies/materials, and transportation to accomplish proper hazardous waste management services to include waste identification, classification, generation, packaging, labeling, documentation and Emergency Response Activities for proper treatment, recycling and disposal services. Waste Disposal Plans The Contractor shall be responsible for locating appropriate facilities for management of waste materials, for completing any waste profile documents required by the facility or state where a facility is located, and for any costs incurred in the profiling process. The government reserves the right to make bulk shipments of Universal Waste Batteries directly to a recycler and to utilize federal programs for reclaiming/recycling waste materials such as refrigerants and oils. Unless prior approval has been obtained in writing from the AMP-100 Environmental Coordinator acting as Contracting Officer Representative, wastes shall be profiled and shipped directly to the waste management facility. If feasible, the disposal method selected for each waste stream shall conform to the following priorities (preference shown highest to lowest) as applicable for the type of waste: (i)reclamation, (ii)incorporation into a fuel burning program, (iii) incineration, (iv) treatment/detoxification/fixation and (v)land disposal. If requested, the contractor shall provide information on the available disposal options for particular waste materials. For new or one-time waste streams, VAPIHCS will provide a description of the waste, Material Safety Data Sheets, and proposed sampling plan, if necessary, to the contractor. Manifest/Documentation of Disposal The contractor shall provide a properly completed manifest or other appropriate shipping document for each waste shipment. The manifest and/or any other documentation concerning the shipment (such as restricted waste notification forms required by the Land Disposal Restrictions in 40 CF Part 268) shall be provided to the COR at least two working days prior to the scheduled shipment. Manifests shall be prepared in accordance with 49 CFR 172.205, 40 CFR Part 262 and 40 CFR 761.208. For each waste stream on the manifest or shipping document, the waste management facility s approval number and applicable state waste stream numbers shall be noted on the manifest. All documentation shall be typewritten or neatly printed with all copies legible. The contractor shall assure that all transporters used have any required EPA identification numbers, permits, and licenses and are properly registered. The COR or their designee will sign and date the generator s certification on the manifest. The transporter will sign and date the manifest or shipping document and return the generator s copy with an original signature to the COR. The waste management facility shall return a signed copy of the manifest or shipping document indicating receipt of the material to the COR within 35 days of the date that the waste is accepted by the initial transporter. For all shipments of hazardous waste and PCB material and whenever available for other types of waste, the contractor shall provide certification of reclamation or disposal to the COR within 120 days of the shipment date. The certification shall include: (i) the identity of the disposal facility by name, address and EPA identification number, (ii) the identity of waste affected by the certification including reference to the manifest number for the shipment, (iii) a statement certifying disposition of the identified waste, including the date(s) of disposal and identifying the process used and (iv) a certification, as defined in 40 CFR 260.10, signed by a representative of the disposal facility. Packaging/Labeling/Marking Most waste generated by VAPIHCS operation are placed or collected in 55-gallon drums which will be removed by the contractor. However, drums may not be full (50 gallons for liquid waste) and some wastes to be shipped will be in smaller DOT-shippable containers (generally 5- and 30-gallon buckets and drums). The contractor shall furnish containers if they desire to lab pack or decant routinely generated wastes for shipment. The contractor shall be responsible for the proper disposal of empty containers generated during any decanting activities. Documentation concerning the disposal or management method that will be utilized for such containers shall be provided to the COR upon request. Before transporting any container of waste, the contractor shall mark and label the containers in accordance with applicable requirements in 40 CFR 262.32 and Department of transportation regulations in 49 CFR Part 172. Handling/Loading/Transportation of Material The contractor shall schedule shipment dates and times with the COR. Shipments shall not be scheduled on Saturdays, Sundays, federal holidays, or any other day when VAPIHCS is closed. The contractor shall be responsible for the proper and safe handling, transportation and delivery of all hazardous material/waste consigned to him/her. This shall include but is not limited to: (i) insuring and adequate vehicle and qualified operator is provided to safety transport all types of waste, (ii) ensuring that all vehicles are equipped with adequate first aid, fire protection, personnel safety, and spill control equipment, (iii) ensuring all loads are properly secured and properly placarded, (iv) coordinating unloading of material with the receiving facility. Environmental Emergency Response Plans Contractors will submit an Emergency Response Plan within 5 days after for disaster recovery. All Plans must include a 24-hour response plan to facilitating immediate actions for disaster recovery, containment, and/or cleanup operations. Contractors are expected to include the manpower and equipment, logistical support, and operation oversight to manage various environmental emergencies. The plan should include a list of authorized individuals and contact information of responsible people involved in facilitating emergency responses. Routine Requirements Waste Shipments: Waste material shall be removed at least quarterly. The contractor shall complete routine waste shipments within 15 days of the approved COR scheduled approved. The contractor shall coordinate pickup times with the COR. Support for Projects Involving Hazardous Material Management: The contractor may provide support for tasks or projects involving hazardous material management activities not associated with shipment of waste material. The contracting officer or COR will provide the contractor with a written scope of work for each task or project. The contractor will respond in writing within 10 days with a plan of action, proposed schedule, and itemized cost estimate for the work. The Task and Frequency Schedule: Indicates the minimum acceptable frequencies of the generalized duties that encompasses a comprehensive list of waste that could require collection, recycling, or disposal. In addition to the service required herein, incidental functions not specifically listed but normally included as general practices within the Hazardous Waste Management Industry shall be provided. The overall types of wastes and duties associated will remain within the natural scope of work within Hazardous Waste Management. Collections are to be conducted, at a minimum 12 (twelve) times annually per site. This should be based on months intervals. The scheduled time frame should be during normal business hours. Request for Emergency Response and Disaster Recovery Services shall be conducted in accordance with Emergency Response Plans approved by the COR. Those services will be conducted on an as-need basis and can be performed during or after normal business hours, depending on the level of need. The Task and Frequency Schedule indicates the minimum acceptable frequencies; however, the Contractor shall correct in such a manner to any deficiency identified, recorded and reported to the Contractor by the COR or designated representative. QUALIFICATIONS All services shall be performed by Hazmat trained technicians in conformity with local trade practices. At a minimum, there should be one project manager with a 4-year degree in Environmental, Chemical, or related Engineering degree with HAZWOPER Training and Certification, and 8 years of experience. All field/site technicians shall provide proof of current and/or refresher HAZWOPER Training and Certification, with a minimum of 5 years of experience. Contractor Requirements, Certifications, Permits & Licensure: The contractor shall obtain all necessary licensure and/or permits and insurance that is required to perform this work. Proof of licensure and/or permits and insurance is required. Contractor shall take all precautions necessary to protect persons and property form injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any Contractor s representative, or others, as well as, for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. Contractor personnel shall submit copies of all documents pertaining to authorized Federal and State EPA and DOT required Permits, Certifications, and/or Licensure, with their bid packages. Authorized State (EPA) RCRA Permitting Programs: The Resource Conservation and Recovery Act (RCRA) requires individuals who generate or transport hazardous waste, or who operate a facility for recycling, treating, storing or disposing (TSD) of hazardous waste, to notify EPA or their authorized State waste management agency of their regulated waste activities and obtain a US EPA Identification (ID) Number (also known as RCRA ID Number). Under RCRA, most hazardous waste permits are issued by states. The state of Hawaii is assigned to EPA Region 9 (Pacific Southwest); Region 9 s state programs are authorized to issue permits. For information on how to obtain a hazardous waste permit, or on permits already issued, information: http://health.hawaii.gov/shwb/hazwaste/. October 1, 2008, the Hawaii Department of Health (HDOH) processed all Notification of Regulated Waste Activity (EPA Form 8700-12) forms. Handlers of regulated waste are required to complete EPA Form 8700-12 for initial notification to obtain an EPA ID number, and subsequent notifications to update site identification information. HOURS OF OPERATION Contractor s Hours of Duties: The VAPIHCS normal business hours usually operate between 8:00am to 4:00pm, Monday through Friday, except Federal Holidays. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government Agencies. All waste collection services work shall be accomplished during normal business hours. Federal Holidays: national holidays observed by the Federal Government are New Year s Day January 1 Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 CONTRACTOR RESPONSIBILITIES The Contractor shall ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents. The Contractor shall commence all operations required by the contract as of the first day of the contract period. The Contractor shall furnish all management, labor, supervision, management support, transportation, equipment, and materials to provide Hazardous Waste Management and Emergency Response Services to the Veterans Affairs Pacific Islands Health Care System (VAPIHCS), located at 459 Patterson Road, Honolulu, Hawaii 96819-1522. Accomplish all work under this contract in accordance with agency, state and federal regulations to include (1) the Joint Commission Manual (JC); (2) Occupational Safety and Health Agency (OSHA); (3) Environmental Protection Agency (EPA) requirements to include The Resource Conservation and Recovery Act (RCRA), Subtitle C; (4) the Department of Transportation (DOT) regulations (5) industry standards. The JC establishes the facility and management standards for VA facilities. The VA is committed to maintaining JC approved health care facilities. The Contractor s efforts shall provide the service to meet the requirements for high quality patient care, sensitivity to proper scheduling to meet medical and patient needs, and proper control for handling waste materials. Notwithstanding any historic data furnished by or for the medical facilities, it is the Contractor s responsibility to furnish the necessary quantities of manpower, supplies, and equipment to provide satisfactory service at the medical facilities. The technical descriptions highlight various types of hazardous wastes and approximate schedules required for quarterly services. This means that items/tasks identified are included but not limited to these items/tasks only. Additional wastes materials and/or services required by changes in mission assignments will be affected by written contract modification. This contract will be awarded on the terms of a firm-fixed price contract in accordance with FAR 16.202. Unless otherwise specified in the contract, the ceiling price or target price is subject to adjustment only by operation of contract clauses providing for equitable adjustment or other revision of the contract price under stated circumstances. These technical provisions require work to be accomplished at the Veterans Affairs Pacific Island Health Care System (VAPIHCS), located at 459 Patterson Road, Honolulu, Hawaii 96819-1522 Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought VAPIHCS Hazardous Waste Removal. At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e., Small/Large Business, HUBZone, Service-Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 562112 ($47 Million). 5. Provide a summary of the type of services performed and experience as it relates to hazardous waste removal. 6. UEI Number 7. Sub-Contracting Intentions (provide above items 1 thru 6 of intended vendor along with description of sub-contractor duties). 8. Declare if holding GSA/FSS contract. Provide GSA contract #, effective dates and if Mass Modification is in-place that allows pricing to exceed awarded pricing level. 9. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5558247c4f941bdb4884df546a3e210/view)
- Record
- SN07026518-F 20240412/240410230050 (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 |