SOLICITATION NOTICE
S -- Bio-Hazardous Waste Pick-Up, Transportation and Disposal - Biohazardous Waste Pickup, Transportation, and Disposal
- Notice Date
- 12/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1113119
- Archive Date
- 1/10/2013
- Point of Contact
- Crystal McCoskey, Phone: 8705437267
- E-Mail Address
-
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement under Simplified Acquisition Procedures. The solicitation number is 1113119 and this solicitation is issued as a Request for Quote (RFQ). RESPONSE DATE: 12/26/2012 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-63 effective December 10, 2012. The associated North American Industry Classification System (NAICS) Code is 562112- Hazardous Waste Collection; Small Business Size Standard is $12.5 million. Acquisition is a 100% small business set-aside. Contract Type: Commercial Item-Firm Fixed Price. Acquisition is subject toWage Determination No. 1996-0223 Rev No. 30 dated 6/13/2012 http://www.wdol.gov/wdol/scafiles/non-std/96-0223.sca?v=30 REQUIREMENTS: Bio-Hazardous Waste Pick-Up, Transportation and Disposal, Base Period of January 1, 2013 - December 31, 2013 with four (4) 1- year option periods Item 1 - Independently, and not as an agent of the government, the contractor shall provide all necessary labor, supervision, equipment (including personal protective equipment), materials and supplies to provide pick-up, transportation and disposal for bio-hazardous waste generated at the U.S. FDA National Center for Toxicological Research located in Jefferson, AR on a monthly basis. Waste includes animal carcasses (primarily rodent), human and animal pathological wastes, microbiological cultures, sharps (needles and syringes) and bio-contaminated lab trash. Necessary shipping containers and labels based on the types of waste listed above shall be provided by the contractor. Monthly pick-up dates must remain consistent throughout the term of the contract to avoid an accumulation of an un-storable amount of waste. Pick-ups shall be coordinated with the Project Officer during normal working hours, 8:00 a.m to 4:00 p.m, Monday through Friday, excluding Federal holidays. See attached pricing schedule for additional information. Required Compliance with State and Federal Regulations: • Biosafety in Microbiological and Biomedical Laboratories, CDC-NIH, May 1993 http://www.cdc.gov/biosafety/publications/bmbl5/BMBL.pdf • Occupational Exposure to Hazardous Chemicals in the Lab, Dept of Labor 29CFR 1910.1450 (Jan 1990) http://www.osha.gov/pls/oshaweb/owadisp.show_document?p_table=STANDARDS&p_id=10106 • NIH Guidelines for Research Involving Recombinant DNA Molecules, USDHEW/PHS/NIH, May 1986 http://oba.od.nih.gov/rdna/nih_guidelines_oba.html • National Sanitation Foundation, Standard No. 49 http://oba.od.nih.gov/rdna/nih_guidelines_oba.html Note: Historical Data - Previous year collections ranged from 7 - 16, 3.7 cubic feet containers per month. This data is provided for informational purposes only and is not an assertion of anticipated annual quantities for this agreement. Place of Performance: US Food and Drug Administration National Center for Toxicological Research (NCTR) 3900 NCTR Road, Bldg 26 Jefferson, AR 72079 The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items applies to this solicitation. Award will be made to the lowest-priced responsive, responsible offeror. The Government will evaluate offers for award purposes by adding the total price for all options, including additional 6 month extension option found in FAR 52.217-8, Option to Extend Services, to the total price for the basic requirement. For evaluation purposes, the extended price will be based on the 4th option period pricing provided by the offeror. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendums to this clause are as follows: • FAR 52.217-8, Option to Extend Services is applicable, "...within 10 calendar days prior to contract expiration." • FAR 52.217-9, Option to Extend the Term of the Contract is applicable, (a) "...by written notice to the Contractor within one (1) day of contract expiration;...preliminary written notice of its intent to extend at least 30 days before the contract expires." (b) "...shall not exceed 5 years." • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) is applicable. • HHSAR Clauses: 352.222-70, 352.223-70, 352.231-71 are applicable to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.223-18, 52.225-13, and 52.232-33. FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: https://www.acquisition.gov/far/ http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Site visits will be granted if necessary. Contact Crystal G. McCoskey at the email address or phone number below to schedule an appointment prior to 9:00 am on Dec 20, 2012. Failure to inspect the site will not relive the successful offeror from fully meeting the requirements of the resulting contract at the price offered. It is the offeror's responsibility to monitor the internet site for the release of any information related to this combined synopsis/solicitation. Offerors are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 2:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on December 26, 2012 to crystal.mccoskey@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Crystal G. McCoskey, 3900 NCTR Road, Building 50, Room 426 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, offerors should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Crystal G. McCoskey by e-mail at crystal.mccoskey@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 07:00 AM CST on December 26, 2012. Please reference solicitation number 1113119 in subject line of all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1113119/listing.html)
- Record
- SN02950144-W 20121219/121217234207-aa8fc137faa2b599968fa0205f64e1a2 (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 |