Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

99 -- Pharmacy Waste

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
CLA-12-R-0044
 
Archive Date
10/5/2012
 
Point of Contact
Rose L. Tennin, Phone: 918-342-6506
 
E-Mail Address
rose.tennin@ihs.gov
(rose.tennin@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is CLA-12-R-0045 for Pharmaceutical waste. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. NAICS Code 562219 - Other Nonhazardous Waste Treatment. 1. Database to Characterize the pharmaceutical formulary 1 EA $______ 2. Provide assistance with designing Pharmacy Waste program 1 EA $______ 3. Provide training 1 EA $______ 4. Pickup and dispose of Pharmacy waste 3 times per year 3 EA $______ 5. Pickup and dispose of Pharmacy waste as request 12 EA $______ 6. Pickup and dispose Hazardous Waste, Universal Waste, 24 EA $______ Radioactive Waste and E-Waste upon request 7. Container $____ 8. Energy Charge $______ 9. Fuel Charge $________ September 10, 2012 through August 31, 2013, 12 month. The FOB point is Claremore Indian Hospital, 101 S. Moore Avenue, Claremore, Oklahoma 74017. Evaluation will be based on price and past performance. The Contractor shall provide past performance references with name, contact name, period of performance and telephone number. Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause found at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition.The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items to this acquisition. FAR 52.212-1 Instruction to Offerors - Commerical applies to this acquisition. http://www.arnet.gov/far/Offers are due 9/26/2012, 4:30 p.m. CDT at Claremore Indian Hospital, Support Services, 101 South Moore Avenue, Claremore, Oklahoma 74017. Contact Rose Tennin at fax number 918-342-6675 for information regarding the solicitation. PURPOSE OF CONTRACT: The purpose of this contract is for a contractor to provide a database to characterize the Claremore Indian Hospital's pharmaceutical formulary, tracking /manifest method of labeling of each container for transport and disposal/incineration of waste with copies of manifest/evidence of proper disposal to the Claremore Indian Hospital. PROBLEM: 1. The pharmaceutical waste is currently not being disposed of correctly. Staff has not received training on proper disposal, there are no specific containers for the various types of pharmacy waste and there is not a disposal method identified. 2. The Hazardous Waste, Universal Waste, Radioactive Waste and E-Waste generated in the facility are currently not being disposed. STATEMENT OF WORK 1. Contractor shall provide a database to characterize the Claremore Indian Hospital's pharmaceutical formulary, tracking /manifest method of labeling of each container for transport and disposal/incineration of waste with copies of manifest/evidence of proper disposal to the Claremore Indian Hospital. 2. Contractor shall provide assistance with designing Pharmacy Waste program and provide training to all Claremore Indian Hospital staff. The Contractor shall provide training for the health care workers in determining what are "Pharmacy waste" and the handling of such waste. 3. Contractor shall pickup and dispose of Pharmacy waste for the Claremore Indian Hospital, 101 S. Moore, Claremore, OK 74017 three times per year and upon request. Contractor shall pickup and dispose of Hazardous Waste, Universal Waste, Radioactive Waste and E-Waste upon request. Contractor shall provide a manifest and labeling for all waste. 4. Contractor shall provide waste characterization and staff training on Pharmacy Waste as needed. 5. Contractor shall provide Department of Transportation compliant disposable waste containers. 6. The Contractor shall provide and show proof of insurance coverage to protect the U.S. Government against all claims arising from the handling of the waste from the Claremore Indian Hospital to the point of incineration. 7. The Contractor shall provide the Claremore Indian Hospital a letter indicating the employees working for the Contractor has had adequate training in handling "Pharmacy waste". 8. The Contractor shall provide proper handling of waste, until incineration in a manner not to reflect back to the Claremore Indian Hospital. 9. The Contractor shall only use specifically approved vehicles for the transport of Pharmacy waste from the Claremore Indian Hospital. 10. Initially 8 (18 gallon containers per year will be needed, with additional containers available upon request from contractor. Contractor shall provide separate containers for non-compatible waste determined during the Pharmacy waste characterization process. 11. Period of performance September 10, 2012 through August 31, 2013. No set up fee is needed. VENDOR RESPONSIBILITY: 1. Contractor shall sign in on the contractors log book located in Maintenance, obtain and wear a Hospital Contractor ID badge at all times prior to starting job, and return badge upon completion of work. 2. Contractor shall discuss with the contact person if there are any questions regarding this work statement prior to performing any services. Otherwise any performance will be considered an acceptance of terms herein. 3. Contractor shall use necessary safety equipment when performing evaluation and repairs including safety cones and safety glasses. 4. Contractor shall report to Facility Management upon arrival and upon completion of work daily. 5. Contractor shall verify removal of waste with the Director of Support Services or the Safety Officer before leaving. 6. Contractor shall perform the required work on a weekday from normal operating hours from 8 am to 4:30 pm. 7. Contractor shall contact David Bales at 918-342-6357 or Carl Hunter at 918-342-6510 to confirm and schedule a date and time for pick-up of waste. 8. Contractor shall report to Facility Management upon arrival and must sign-in on the contractors log book located in the Maintenance Department. SAFETY COMPLIANCE: 1. Contractor shall comply with hospital's safety regulations. Contractor is not to restrict or compromise fire safety emergency egress or patient flow entry/exit of the building. Any restrictions or compromise for safety must be coordinated with the Facility Manager. 2. Contractor shall comply with Federal laws and standards for all trades. GENERAL: 1. Access to building and parking shall be managed by the Facility Management Department. 2. Distribute copies of any applicable documents as follows to: a. David Bales, Safety Officer, Claremore Indian Hospital b. Carl Hunter, Director of Support Services, Claremore Indian Hospital 3. Noise or loud talking shall be kept to a minimum in all areas of work. No profanity allowed. 4. The USPHS Claremore Indian Hospital is a United States Federal government facility that is a tobacco/smoke free environment (building and grounds). No tobacco/smoking will be tolerated during the construction. 5. Contractor shall sign the memorandum upon arrival for complying with DHHS's Acquisition Regulation part 304.13 for Security Clearance. This memorandum states that non-routine Contractor(s) performing the service shall be in the direct view of a NACI cleared IHS employee during the repair. INVOICE: The Vendor shall submit their original invoice to Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma 73114. The Vendor agrees to submit a copy of the invoice to Claremore Indian Hospital, Attn: David Bales, Safety Officer, 101 S Moore Ave. Claremore, Oklahoma 74017-5047 each time an invoice is generated. The Vendor agrees to include the following information on each invoice: 1. Vendor name 2. Invoice date 3. Purchase order number 4. Description of service 5. Date of service 6. Manifest (if applicable) 7. Cost 8. Payment terms 9. Where practicable, name, title, phone number, duns number and complete mailing address or responsible official to whom payment is to be sent. INVOICE PAYMENT: Payment will be made on this contract as close as possible to, not later than thirty (30) calendar days after an invoice containing the information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed received on the latter of: The date the invoice is actually received in the designated payment office, or the date on which the Government accepts the property of services required under this contract. Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be completed by the Government not later than five (5) Government working days after the services are rendered. Payment shall be made within thirty (30) days after the last day of the month during which this invoice covers. Indemnity and Insurance: The Government assumes no responsibility for negligent acts of either the vendor or their employees; therefore, the vendor is responsible for obtaining the amount of professional liability insurance coverage that they consider appropriate. The vendor will keep harmless and indemnify the government against any or all loss, cost, damage, claims, expense or liability for all acts related to quality care management and enforcement of this contract. Vendor to provide certificate of insurance in accordance with FAR 52.228-5 Insurance-Work on a Government Installation (1-97).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Claremore/CLA-12-R-0044/listing.html)
 
Place of Performance
Address: Claremore Indian Hospital, 101 South Moore Avenue, Claremore, Oklahoma, 74464, United States
Zip Code: 74464
 
Record
SN02876229-W 20120912/120911001630-68e5190d622da3ae7837b08732dda736 (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.