Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2005 FBO #1454
SOLICITATION NOTICE

99 -- Infestious Waste Removal

Notice Date
11/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-Q-0143
 
Response Due
11/23/2005
 
Archive Date
11/23/2005
 
Description
1. FISC Norfolk Contracting Department Philadelphia intends to procure a Infectious Waste Removal for the Naval Ambulatory Care Center, Groton, CT. Request for Quotation (RFQ) N00140-06-Q-0143 contemplate a firm fixed price contract. Delivery of services is required with 5 days after receipt of order. This a combined synopsis/solicitation for commercial item prepared in accordance with Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes being requested and a written solicitation will not be issued. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. This RFQ documents and incorporates provisions and clauses in effect through FAC 2005-05 and DFARS Change Notice 20051114. The clauses may be access in full text at current through addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 562219. It is requested that qualified sources capable of providing services for line item numbers. SUPPLIES/SERVICES: CLIN 0001 Storage, pick-up and disposal of infectious waste from 01 Dec 05 thru 30 Sept 30. CLIN 0001AA Basic Year QTY 650 boxes; OPTION YEAR 1 ? CLIN 0002 Storage, pick-up and disposal of infectious waste from 01 Oct 2006 thru 30 Sept 2007 QTY 850 boxes; OPTION YEAR 2 ? CLIN 0003 Storage, pick-up and disposal of infectious waste from 01 Oct 2007 thru 30 Sept 2008 QTY 850 boxes; OPTION YEAR 3 ? CLIN 0004 Storage, pick-up and disposal of infectious waste from 01 Oct 2008 thru 30 Sept 2009 QTY 850 boxes; OPTION YEAR 4 ? CLIN 0005 Storage, pick-up and disposal of infectious waste from 01 Oct 2009 to 30 Sep 2010 QTY 850 boxes. Payment for services rendered will be based upon actual boxes disposed of. SECTION C ? 1. SCOPE OF WORK: A full service program including packaging supplies. Transportation, incineration, and manifestation from (NACC), Groton, CT. SPECIFIC/SPECIAL REQUIREMENTS: Deliver supplies to NACC: Corrugated boxes 18? x 18?x 24? to equal 4.5 cubic ft., 50lbs, 30 gallon capacity; three mil red plastic bags with the biohazard universal symbols printed on the bag, to be used 2 per box; packing tap; manifest; manifest tracking labels for corrugated boxes, ad biohazard labels for red bags, body fluid containers, and sharp containers. Consultation services by a Medical Waste Professional. Training of NACC personnel on federal and state infectious waste regulations and compliance procedures, to be giving at least twice a year whenever federal and state agencies make changes in the regulations and/or requirements for; packing, manifesting, handling of medical waste, as related to the contract. Notify the Government Contracting Officers Representative (COR) of changes in regulations and laws pertaining to medical/infectious issues involving the NACC. Keep NACC Safety and Occupational Health Manager, and Medical Waste Manager advised of changing requirements and regulations of the Connecticut Department of Environment management (CDEM); Commonwealth of Massachusetts Department of Environment Quality Engineering; and the Federal Environmental Protection Agency. The Contractor shall procure and maintain during the entire period of performance under the contract the following minimum coverage: 1. Comprehensive general liability of $1,000,000.00 per occurrence. 2. Automobile liability of $200,000 per person, $500,000 per occurrence, $20,000 per occurrence for property damage. 3. Workman?s Compensation: As required by Federal and State worker?s compensation and occupational disease statues. 4. Employer?s liability coverage $100,000 except in states where private carriers may not write worker?s compensation. 5. Environment Impairing coverage: $5,000,000 (minimum) Take title to medical waste once loaded on-board contractor?s transportation vehicle. Provide indemnification and hold U.S. Government harmless from loss, damages, suits, penalties, costs, liabilities and expenses (including but not limited to legal and investigative expenses) arising out of any claim for loss or damage to property, include NACC?s property and injuries or death of NACC employees, caused by or resulting from contractor?s negligence, willful misconduct or breath of contract. Handle medical waste in properly licensed vehicles. All vehicles used in the transportation of medical waste from the NACCs will have all necessary Federal and State licenses applicable to each state and jurisdiction. The contractor shall provide a copy of the permits and licenses applicable to operating an incinerator. All drivers must meet training requirements of Department of Transportation for Emergency Spill Response. Provide copies of all manifests and provide copies of signed certificates of destruction for all manifested shipments. Provide a contractor?s representative to accompany the government?s representative(s) while they accomplish a comprehensive facility tour of the contractor?s plant. There will be a minimum of one (1) and a maximum of twelve (12) unannounced/announced (government?s option) comprehensive facility tours annually. 2.10 The contractor will perform semi-annual medical waste surveys for the NAC. The result of the survey will be sent to the COR within 30 days of the completion of the survey. 2.11 The contractor will also perform additional pick-ups within 48 hours of request, without additional charges other than the cost per box charge agreed upon in Section B of this contract. The provisions at 52.22-3 Hazardous Material Identification & Material Safety Data; 52.212-1 Instruction of Offerors Commercial Items is applicable to this procurement. Offerors are advised to include complete copy of the provisions at 52.212-5 with their offer. The clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.217-6 Option for Increase; 52.217-8 Option to Extend Services; 52-212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders, Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition or Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 Payment for Electronic Funds Transfer-Central Contractor Registration; 52.249-1 Termination for Convenience of the Government (Fixed Price); 52.212-2 Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? combination of price and past performance, with past performance being considered more important than price. The quoter shall submit, as part of its quote information on previously performed contracts or on-going contracts the solicitation performed for Federal, State, or Local Governments, and for commercial firms. Information shall be provided on your most relevant and will not exceed three sources. The information submitted shall include a contract number, the total dollar value, and period of performance of contract and POC knowledgeable about your performance under that contract. Offers shall be received at FISC Norfolk Contracting Department Philadelphia Office, 700 Robbins Ave, Bldg 2B, Philadelphia, PA 19111 no later 4PM (local time) on 23 November 2005. All responses may be emailed to Diane Sturgis at Diane.Sturgis@navy.mil or faxed to (215) 697-9742 and reference quotation number N00140-06-Q-0143. For additional information concerning this requirement, please contact Diane Sturgis at 215-697-9696.
 
Place of Performance
Address: 1 WAHOO DRIVE, GROTON, CT
Zip Code: 06349-5600
Country: UNITED STATES
 
Record
SN00933872-W 20051119/051117212243 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.