Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1997 PSA#1977

NAVAL MEDICAL CENTER CODE BCA, MATERIAL MGMT DEPT ACQUISITIONS DIV, SAN DIEGO, CA 92134-5000

65 -- SERVICE CONTRACT FOR COLLECTION, MANIFEST, TRANSPORTATION AND PROCESSING OF SILVER FLAKE MATERIAL AND SLUDGE SOL N00259-98-Q-0026 DUE 112697 POC Purchasing Agent, SK2 Arellano, (619)532-8058, Contracting Officer, Francisco C. Aspuria This notice is provided for a service contract. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solication will not be issued. The solicitation, number N00259-98-Q-0026, is issued a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAR 90.46. This solicitation is 100% set-aside for small business. Services to be provided shall be in accordance with the following statement of work: Service contract for the collection, manifest, transportation and processing of silver flake and sludge for the intended purpose of silver reclamation. Quotations must include the charges for silver refining per Troy ounce, charges for cannisters/cartridges and all collection, manifest and additional packaging fee asapplicable. Contractor shall furnish all labor, equipment (i.e., truck capable of hazardous waste transport, etc.), tools, containers, packaging materials, and supplies necessary to perform the services stated below; Contractor shall perform all material containment, hazardous waste marking, loading, off-site transportation, and processing of silver flake and sludge received from Naval Medical Center San Diego in accordance with all applicable Federal, State, County and municipal hazardous waste regulations. REQUIREMENTS Delivery schedule. Contractor shall perform pickup and transport of material within one week of phone request. Contractor shall perform processing of material within 30 days of receipt of material. Contracting officers of the Material Management Department, Naval Medical Center San Diego are the only authorized personnel to place a phone request for the pickup, transport, and processing of hazardous waste material. DELIVERABLES. Contractor shall provide hazardous waste manifest to include date, total poundage received by type of material, state and EPA waste numbers and signature of person(s) authorized by contractor to pickup material using Form DTSC 8022A (1/95) Uniform Hazardous Waste Manifest. Contractor shall provide copies of Form DTSC 8022A (1/95) to the following; 1) Material Management Department, for payment and retention of Medical Repair, 2) Facilities Department, for 3 year retention and 3) To Department of Toxic Substances Control within 30 days of date of material pickup. Contractor shall also provide within 3 days of processing, a statement of cost for pickup and packaging, transporting, and processing of silver flake and sludge. Contractor will ensure that all quantities of silver flake shall be received with 98% silver accountability and all canisters/cartridges shall yield a 93% silver accountability. Contractor is responsible, upon receipt of notification, to remove silver waste products, to arrange removal and transportation of wastes from Naval Medical Center San Diego in accordance with all applicable hazardous waste regulations. The government is responsible for the transportation of silver waste products from all Branch Medical Clinics, Dental Clinics or other sites that may be specified at a future date, within 24 hours, to the Naval Medical Center San Diego. All values of refined silver and transport/processing charges must appear on the certified statement as separate line items. In addition the statement must include the date that processing occurs. DISTRIBUTION OF CREDITS. Charges for pickup, transport, and processing of silver flake and sludge shall be deducted from the price of the silver recovered as determined by current market rates effective on the date of processing. Remaining monies shall be sent by check to Picker Healthcare Products, 3280 Quentin Street, Suite 120, Aurora, CO 80011. The transmittal shall be made payable to Picker Healthcare Products, and shall reference Naval Medical Center San Diego as well as the following purchase order number assigned to Picker Healthcare Products for the maintenance of EnviroCare Silver recovery units and harvesting services: N00259-98-P-0071. The contractor shall mail the check to Picker International Inc. by certified return receipt mail. The contractor shall provide NavalMedical Center San Diego a copy of the transmittal within 48 hours. Statements of value refined silver and transmittal to Picker Healthcare Products shall be faxed to the Contracting Officers Representative (COR) at (619)532-5129, Attn: Diane Jadlowski, citing contract number as a reference. OTHER CONSIDERATIONS/REQUIREMENTS Place of Performance. Site of pickup is the following: Naval Medical Center Material Warehouse, Loading Dock #1, San Diego, CA 92134 LICENSER. Contractor shall ensure that requirements for all Federal, state, county and municipal licensing for hazardous waste motor carriers and hazardous waste removal are in place. All hazardous waste containers shall be marked in accordance with all Federal, state, country and municipal regulations asapplicable/required. This acquisition incorporates the following FAR clauses: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988); 52.211-5 MATERIAL REQUIREMENTS (OCT 1997); 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 1997); 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 1997); 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (APR 1984); 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (NOV 1991); 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAR 1997); 252.223-7005 HAZARDOUS WASTE LIABILITY (OCT 1992); 252.225-7000 BUY AMERICAN ACT-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 1991); 252.223-7001 HAZARD WARNING LABELS (DEC 1991); 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 99.NMC-4008 ITEMS THAT CONTAIN FORMALDEHYDE; 52.212-2 EVALUATION-COMMERICAL ITEMS (OCT 1995) is incorporated by reference. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 1995) WILL BE COMPLETED AND SUBMITTED WITH THE PROPOSAL (a) copy can be obtained by contacting SK2 Arellano at 619/532-8058. In accordance with FAR clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (OCT 1995), the following clauses are hereby incorporated by reference in paragraph (b): 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (25 U.S.C. 793) (APR 1984); In accordance with FAR clause 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDER APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERICAL ITEMS (JUL 1997), the following clauses are hereby incorporated by reference in paragraph (b): 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAMS (41. U.S.C 10, E.O. 10582) (DEC 1991). Technical evaluation, cost to the government and past performances will be factors to evaluate offers. The period of performance for this order will be from date of award, (0323)

Loren Data Corp. http://www.ld.com (SYN# 0211 19971121\65-0004.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page