Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2014 FBO #4739
SOURCES SOUGHT

F -- BPA for the removal and destruction of biological and infectious waste

Notice Date
11/13/2014
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-OH-15-00033
 
Point of Contact
David Plagge
 
E-Mail Address
plagge.david@epa.gov
(plagge.david@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO BLANKET PURCHASE AGREEMENT WILL BE AWARDED FROM THIS ANNOUNCEMENT. EPA is seeking potential contractors that can provided Biological Infectious Waste Removal and Disposal services. 1. Pick-up The contractor would be responsible for the removal and pick-up boxes of infectious/biological waste from several U.S. EPA facilities in the Cincinnati areas. These services are required to comply with all Federal EPA, State EPA, and State and local entities which may be applicable to the shipping preparation, removal, and transport and subsequent treatment/disposal of the waste. The Contractor would also be responsible for any disposal facility access requirements, including fees. The Contractor would be required to provide all supplies, equipment and materials necessary to accomplish pickup/removal, transportation and treatment/disposal. The Contractor shall provide DOT shipping classification and appropriate labeling of wastes subsequent to or at the time of pick-up and provide proper shipping paperwork. When repackaging is necessary, the Contractor shall be responsible for disposal of the original containers. Packaging and repackaging shall be in accordance with all applicable laws and regulations. 2. Safety At a minimum, the contract personnel and equipment would be required to meet all safety requirements set forth in applicable Federal, DOT, EPA State and local regulations. The Contractor shall perform the work in a safe manner in accordance with 29 CFR 1910 and any other applicable laws and regulations. The Contractor shall provide protective equipment to all personnel involved in the handling of all stored wastes and shall ensure that the protective equipment is fully adequate to protect against each specified hazard that is included in the manifest. 3. Materials The Contractor shall provide standard sized boxes with liners or other appropriate packaging materials/ containers to be used to package biological/infectious waste for each removal/pick-up at the specified US EPA facilities in the Cincinnati area. The boxes shall be marked in accordance with applicable Federal, State, and local regulations. 4. Testing The Contractor shall perform all necessary analyses on the waste in order to accomplish treatment, storage and disposal safely and in compliance with all applicable laws and regulations. 5. Transportation The Contractor shall utilize carriers that are licensed or permitted by EPA to carry and handle infectious/biological wastes. Transportation of all wastes shall be accompanied by shipment manifests, certifications and all other shipping documentation as required by law and regulation. The Contractor shall verify that, and supply if necessary, all appropriate shipping placards have been affixed to the truck handling the waste pick-up before exiting EPA property. 6. Disposal Disposal shall be appropriate for the type of waste as prescribed by applicable laws and regulations. To the extent possible, all wastes shall be disposed of by destructive treatment such as incineration. The Contractor shall secure documentation from the disposal facility or site to demonstrate that delivery and disposal of the waste has occurred. 7. Spill Reporting In the event of a spill, the Contractor shall submit such reports as required by all applicable regulations. The Contractor shall have all materials as necessary to properly contain and clean up any spill that may occur during the removal of the waste at the time of pick-up by the waste hauler. 8. Inspections The Contractor's site shall be open to regular and routine inspections by the EPA and other government officials. All waste treatment/disposal facilities performing work under the auspices of the resultant blanket purchase agreement shall be available for inspection by the EPA. The purpose of this announcement is to identify potential businesses with the capability to perform all of the requirements defined above. The North American Industry Classification System (NAICS) code for this requirement is 562211. Interested parties are invited to submit a capabilities statement, which is limited to 15 pages, and no smaller than a 12 point font. Standard brochures are not acceptable. Interested parties should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified HubZone, 8(a), women-owned, small disadvantaged and/or disabled veteran owned concern. The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If a requirement is solicited as a small business set-aside, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern FAR 52.219-14. Capability statements from small businesses should address their ability to meet this requirement. It is anticipated that a Blanket Purchase Agreement consisting of a 12 month Base Period with two (2) option periods of 12 months each EPA reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner EPA determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is business confidential and/or proprietary. EPA will review said information and safeguard it accordingly. The Government will not pay for any information that is provided in response to this announcement, nor will it compensate any respondents for the development of such information. Responses to the above should be submitted via FedConnect (www.fedconnect.net) no later than 15 calendar days from date of posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-15-00033/listing.html)
 
Record
SN03572594-W 20141115/141113234648-11bb32fca44eb9ae3ad2f051a9e273c7 (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.