Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
DOCUMENT

56 -- Wilkes-Barre VA Medical Center Sanipak Waste Disposal Units/System - Attachment

Notice Date
9/12/2018
 
Notice Type
Attachment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
 
ZIP Code
17042
 
Solicitation Number
36C24418Q9805
 
Response Due
9/14/2018
 
Archive Date
11/13/2018
 
Point of Contact
Contract Specialist:
 
E-Mail Address
.johnson44@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential offerors capable of providing SAN-I-PAK waste disposal units/system. These are for the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA 18711. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Verify that the business is under 562211 of the North American Industry Classification System (NAICS), Verification of Size Standard under the NAICS, Business name, address, Point of Contact, Federal Supply Schedule, and if the business has verification as a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business. All information is to be submitted via e-mail at Daniel.Johnson44@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 4:00 P.M. (EST) on Friday, September 14, 2018. No submissions will be accepted after this date and time. Questions can be submitted electronically to Daniel.Johnson44@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. STATEMENT OF WORK ON-SITE TREATMENT OF REGULATED MEDICAL WASTE SYSTEMS A. GENERAL INFORMATION 1. Name of Project Wilkes-Barre VA Medical Center, On-site Treatment of Regulated Medical Waste (RMW) Systems 2. Background The VA is responsible for providing high quality and timely commodities and services for our Veterans and their families. Wilkes-Barre VAMC currently manages and disposes of Regulated Medical Waste (RMW) generated by its patient care and treatment activities by utilizing an on-site autoclave system that needs replacement. RMW is also referred to as infectious waste, potentially infectious medical waste, biohazardous waste, etc., and includes any waste material or article that harbors, or may be reasonably expected to harbor pathogens that might be expected to produce disease in healthy individuals. This category may include cultures and stocks, pathological wastes, human and blood products, used sharps, animal wastes and isolation wastes. This does not include radiological waste or pharmaceutical waste. 3. Requirements Overview The Department of VA is committed to managing the RMW in a manner that is cost effective, environmentally sustainable, and provides our facilities with the ability to continuously function and manage said material in an environmentally safe and hygienic manner, even in the event of natural disaster or national emergency situation. System shall be a standalone, on-site, patented, Steam Autoclave, pressurized system with compactor and/or shredder and appropriate waste container capable of treating/processing approximately 1,000 to 2,000 pounds of untreated special/infectious medical waste within a six-hour period. The system, on an on-going basis, shall provide data and/or records regarding volume of waste treated, temperature readings during the process and duration of processing cycle in an environmentally sustainable way as set forth in Executive Order 13423 and Executive Order 13514, in addition to Federal, State, territorial and local regulations. 4. Type of Contract The Government determined that a firm-fixed-price (FFP) 5. Place of Performance Wilkes-Barre VA Medical Center 1111 East End Blvd, Wilkes-Barre, PA 18711 B. SPECIFIC TASKS AND DELIVERABLES On-site RMW (RMW) System: Contractors shall provide a Level 1 on-site RMW Steam Autoclave treatment system for the Wilkes-Barre VA Medical Center. Level 1 system shall be a standalone, on-site, patented, Steam Autoclave, pressurized system with compactor and/or shredder and appropriate waste container capable of treating/processing approximately 1,000 to 2,000 pounds of untreated special/infectious medical waste within a six-hour period. The system, on an on-going basis, shall provide data and/or records regarding volume of waste treated, temperature readings during the process and duration of processing cycle in an environmentally sustainable way. The Contactor shall provide, in addition to the delivery of the system, the following requirements: 1. Site Assessment 2. Installation 3. Initial Training 4. Standard operating procedures and practices 5. The system design should minimize staff handling requirements and enhance safety. Wherever possible, automation should be used to eliminate multiple handling steps and staff contact with RMW bags/containers. 6. The site assessment must include a full process description from point of generation to disposal. 7. The ideal onsite treatment system will minimize space requirements. 8. The system should be able to operate year-round, outside in Wilkes-Barre, PA. 9. Identify your system s odor management process. 10. Demonstrate that the autoclave system proposed meets or exceeds CDC treatment guidelines for inactivation of Category A waste. List CDC identified treatment centers using the proposed system. 11. Wilkes-Barre VA Medical Center prefers a system that does NOT shred the waste to reduce downtime. Additionally, the landfill prefers encapsulated treated RMW for easy visual verification of proper treatment. Task One: Installation The Contractor shall provide verification and certification of the placement of the unit, its connection to required utilities, overall operation of all components. Installations will be in accordance with Federal, State and local regulations. All installations will be coordinated thru facilities engineering and medical center engineering facility personnel. The Contractor shall have up to 45 days after receipt of all the systems components to complete installation and ensure equipment is in proper working order. The Contractor shall perform all operations in a prudent, conscientious, safe, and professional manner. At a minimum, the Contractor must comply with all safety requirements set forth in State, Federal, and local laws and regulations and ensure that its agents, employees, and subcontractors perform the work in a safe manner. Task Two: Initial Training The Contractor will provide a comprehensive, hands-on and classroom training program on-site for identified VA staff at each ordering facility that will include operation and maintenance of the on-site treatment equipment. Training shall be coordinated between the Contractor and the ordering facility. The Contractor, if necessary, will be responsible for providing all required training, certification, or commercial licenses required for all staff engaged in the operation and maintenance of on-site treatment system. Task Three: Standard operating procedures (SOP) and practices The Contractor will deliver a SOP and Maintenance Manual that will define the operation of their system. The on-site medical waste treatment systems shall be in compliance with Federal, State, and Local applicable waste regulations. Contractor shall ensure work performed by his/her staff related to the on-site treatment system is in accordance with Occupational Safety and Health Administration, Environmental Protection Agency, and Department of Transportation s regulations and Center for Disease Control s guidelines. Further, if after the warranty expires, the VA purchases maintenance services, the Contractor shall furnish all necessary services, including parts and labor (remote and/or on site as needed), to maintain the RMW System for optimum performance. Contractor shall perform, but is not limited to, the following: 1. Updates to any documentation such as operation and maintenance manuals 2. Preventive maintenance service and inspections in accordance with the manufacturer s specifications. 3. Test/adjust/calibrate parts on the RMW System as required 4. Replace defective or malfunctioning parts 5. Repair operational malfunctions 6. Replace and install new software, hardware, and mechanical equipment for safety and reliability Response Time: The Contractor shall maintain the systems in accordance with the warranty and service requirements as set forth in the SOW. The Contractor shall provide telephone operational and technical support (Customer Service Department) twenty-four (24) hours per day, seven (7) days per week (24/7). The Customer Service Department assistance shall be via an 800 number or other toll free service and shall be operated by service personnel who are qualified to operate, maintain, troubleshoot and repair the RMW system. The Contractor shall respond for maintenance calls within two (2) hours of notification to their respective Customer Service Departments.  If the problem cannot be corrected by phone, or via remote access, the Contractor shall with the COR s approval commence work on-site, with a physical response.  Coordination for this effort will occur within 24 hours of receipt of the first notification or, as approved by the COR.         All required repairs shall commence without undue delay with the system corrected to include replacing malfunctioning parts and retesting the system within 48 hours. The Contractor agrees and understands that the equipment will not access the VHA Network. Definitions: Treatment - any method, technique or process designed to change the character or composition of any RMW so as to either neutralize such waste or to render such waste not infectious. RMW liquid or semi-liquid blood or other potentially infectious materials; contaminated items that would release blood or other potentially infectious materials in a liquid or semi-liquid state if compressed; items that are caked with dried blood or other potentially infectious materials and are capable of releasing these materials during handling; contaminated sharps; and pathological wastes containing blood or other potentially infectious materials. Environmentally Sustainable - any method, technique or process designed to reduce the amount of waste generated, increase waste diversion, reduce carbon and greenhouse gas emissions and promotes recycling and/or use of other approved green technologies (i.e. waste to fuel) for management of treated waste materials. C. EVALUATION OF QUOTES The award process will follow the lowest price technically acceptable process of evaluation. The criteria and their relative importance are as follows: Price Technical Factors P#1 ast Performance Price The contractors will supply a quotation for a level 1 system. The contractor may also supply a life-cycle cost. D. CHANGES TO THE SOW Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. Change requests will be monitored by the CO. No payments will be made for any unauthorized services or for any unauthorized changes to the scope of work. This includes any services performed by the Contractor of their own volition or at the request of any individual other than the CO. Only the CO is authorized to change the requirements of this work, terms, and/or conditions. E. TESTING AND CERTIFICATION Upon completing delivery and installation, the Contractor shall pre-test the entire system to verify that the system meets the manufacturer s technical specifications and performance capabilities as set forth in the operator manuals, passes all internal diagnostics tests, and VA requirements as set forth in this SOW. After successful pre-testing, the Contractor shall notify the COR, at the delivery site, in writing that the system meets all requirements, passed the pre-test and that the system is ready for Government testing and final acceptance by VA. Submission of this notification of system readiness shall be accomplished by the Contractor prior to beginning the Government acceptance test. F. GOVERNMENT ACCEPTANCE TESTING The Contractor shall test each system using established procedures to ensure that the system meets all system specifications and conforms to system documentation and passes all internal diagnostics testing to fully prove system performance and meets VA requirements as set forth in this SOW. The Contractor shall provide final acceptance test results and a summary signature page indicating completion by the Contractor. The written approval by the COR will indicate Government acceptance of the system and the beginning of the 12-month warranty period for that system. In the event the system does not pass the Government acceptance testing, the Contractor shall correct all maintenance issues or return the RMW system delivered and deliver a new RMW system at no additional cost to the Government. Testing will then be performed on the new RMW system delivered. G. TRAVEL The Government will not be responsible for Contractor s travel. H. SECURITY The Contractor shall ensure that all Contractor staff has complied with all security requirements in accordance with VA Handbook 6500.6, Contract Security, prior to performing any work or services. The Contractor will assure that Contractor personnel has access to specified VA facilities commencing immediately upon BPA award and security clearance of Contractor personnel. I. GOVERNMENT RESPONSIBILITIES A COR will be designated by the VA for the purposes of administering the technical elements of this contract. Responsibilities and limitations of authority of the COR will be delegated in a Delegation of Authority as the COR Memorandum by the Government. The Contractor shall provide signed acceptance of this memorandum. J. GOVERNMENT-FURNISHED RESOURCES Government-furnished resources are not applicable to this acquisition. K. CONTRACTOR PERSONNEL The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in this SOW. The Contractor shall meet all requirements of Federal, State and local codes regarding the installation and operation of the system. The Contractor must provide the Government with proof of applicable licenses, permits, and an approval for installation of an on-site treatment of RMW system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9805/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9805 36C24418Q9805.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587723&FileName=36C24418Q9805-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587723&FileName=36C24418Q9805-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Wilkes-Barre VA Medical Center;1111 East End Blvd.;Wilkes-Barre, PA
Zip Code: 18711
 
Record
SN05086658-W 20180914/180912231422-a94b56be1209fabed072594aea150915 (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.