Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

S -- Medical Waste Removal

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F4D4A17220A002
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Point of Contact
Jacqueline Leonard, Contract Specialist, Phone 805-606-6367, Fax 805-606-8373,
 
E-Mail Address
jacqueline.leonard@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D4A17220A002. This procurement is being issued as 100% Small Business Set Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and DFARS Change Notice 20070802. North American Industrial Classification Standard (NAICS) 562211 and Size Standard $12.5 million apply to this procurement. STATEMENT OF WORK: All instructions and requirements defined and listed in this Statement of Work (SOW) are directed towards, and are the responsibility of, the contractor unless otherwise noted as a Government responsibility or task. Perform the requirements of this SOW to conform to the professional commercial and industry standards as identified in this contract, and in a manner that will maintain a satisfactory condition and professional base appearance. Schedule and perform all tasks to meet the quality and frequency requirement of this SOW. The Government reserves the right to require the Contractor to re-perform any task if that task was not performed to contract requirements or not performed at all. It is anticipated that the contract performance will include a base period of one-year (1 Oct 2007 - 30 Sep 2008) and four one-year option periods extending through 30 Sep 2012; exercised at the unilateral right of the Government. 1. DESCRIPTION OF WORK: The Contractor shall provide all personnel, equipment, tools, materials/supplies, transportation, supervision and other items and services necessary to perform all operations for the collection, transportation, and disposal of medical waste from the 30th Medical Group, Vandenberg AFB, CA. CONTRACTOR PERFORMANCE. 1. Transportation and disposal of medical waste shall be in accordance with all Federal, State, Local, and Air Force regulations. Collection and transportation of wastes shall be made with minimal divergence from the schedule established with minimum disturbance and maximum protection of personnel and government property. 2. Contractor must provide license numbers (and copies of permits as indicated) to which this service pertains, to include the following: 2.1 Medical Waste Permit issued by the state of California (need copy of permit). 2.2 Hazardous Waste Transporter Registration (need copy of permit). 2.3 Medical Waste Transfer Station and Treatment Facility number. 2.4 Waste water discharge license number. 2.5 Device registration number. 2.6 Weighmaster license. CONTRACTOR FURNISHED EQUIPMENT / SUPPLIES 1. The contractor shall provide all necessary containers and labels required for the accumulation of medical waste products. The waste materials will be packaged in Contractor supplied containers by government personnel and will be picked up at a single location across from BLDG 13850 at the medical waste storage area. Wastes to be disposed of include laboratory wastes, infectious wastes (anything that comes in contact with blood or body fluids), sharps containers, surgical specimens, isolation wastes and pathological /kemo wastes. 2. The contractor will furnish all necessary collection containers in a manner that will ensure that there will always be 90 gallon containers (15 each) and pathological boxes (5 each) on hand at the medical facility at all times. 3. Vehicles shall be operated in accordance with base rules and regulations while in the base area. 4. All of the contractor's equipment shall be equipped with proper safety devices and shall be in safe operating condition. The contractor shall perform all work in a fire safe manner in accordance with fire prevention standards of Vandenberg Air Force Base. The contractor is responsible for compliance with all Federal and State safety directives and is subject to OSHA inspections while on base. 5. Permission for contractor personnel and vehicles to enter Vandenberg Air Force Base is subject to approval by the Contracting Division and the Security Police Squadron. The contractor shall be responsible for obtaining all necessary cards, passes, buttons, decals or other items required to apply for vehicle and individual identification media at the Security Police Squadron, Pass and ID Section. Upon completion or termination of the contract or an individual's employment on the contract, the contractor shall retrieve all identification and access media issued and surrender it to the Security Police Group, Pass and ID Section. SCHEDULE OF OPERATIONS 1. The point of collection of medical waste by the contractor shall be across from BLDG 13850 at the medical storage area, 30`s Medical Group, Vandenberg Air Force Base. 2. Pick-up shall be every Tuesday, even if that date is a legal holiday. Any changes to this schedule must be approved by the Contracting Officer prior to implementation. The contractor shall pick-up all containers used since last pick-up. HOURS OF OPERATION. The contractor shall confine his operations to hours commencing not earlier that 0730 and continuing no later than 1600 unless otherwise approved by the Contracting Officer. When unusual conditions require deviation, the contractor shall, upon approval of the Contracting Officer, perform his services at no additional cost to the Government. The following provisions and clauses apply to this acquisition: FAR 52.232-18 -- Availability of Funds (Apr 1984); FAR 52.217-5 -- Evaluation of Options (Jul 1990); FAR 52.217-8 -- Option to Extend Services (Nov 1999); FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000); DFARS 252.237-7012 Instruction to Offerors (Count-of-Articles) (DEC 1991); DFARS 252.237-7016 Delivery Tickets (DEC 1991); FAR 52.212-1, Instructions to Offertory--Commercial Items. Quotes will be evaluated on price and past performance factors. FAR 52.212-3, Offer or Representations and Certifications -- Commercial Items, and the offer or must include a completed copy of this provision with their proposal. FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes must be sent to Jackie Leonard at jacqueline.leonard@vandenberg.af.mil or faxed to 805-606-8373 no later than 2:00 PM PST, Friday, 14 Sept 07.
 
Place of Performance
Address: 30th Medical Group
Zip Code: 93437
Country: UNITED STATES
 
Record
SN01394134-W 20070906/070904221209 (fbodaily.com)
 
Source
FedBizOpps 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.