SOURCES SOUGHT
S -- Hazardous Waste Removal and Disposal Contract (NMVAHCS)
- Notice Date
- 5/31/2019
- Notice Type
- Synopsis
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
- ZIP Code
- 85723
- Solicitation Number
- 36C25819Q0268
- Response Due
- 6/14/2019
- Archive Date
- 8/13/2019
- Point of Contact
- (520) 792-1450, x2586
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 22 Gilbert is seeking a qualified vendor to provide Hazardous Waste Removal and Disposal Services for the New Mexico VA Healthcare System in Albuquerque, New Mexico. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement. DRAFT PERFORMANCE WORK STATEMENT DRAFT Title: Hazardous Waste Removal and Disposal Services Contract DISCRIPTION OF SERVICE The contractor shall provide Hazardous Waste Removal and Disposal Service for the Raymond G. Murphy VA Medical Center/New Mexico Veterans Affairs Health Care System (NMVAHCS), a Small Quantity Generator (SQG), located at 1501 San Pedro Dr. SE, Albuquerque, NM 87108. Service shall be provided for a one (1) year base period with four (4) option year renewals thereafter upon satisfactory performance the previous contract year. Renewal of Option Years is subject to availability of the next fiscal year funding-FAR 52.232-19. This service does not include the disposal of explosives, infectious, bio-hazardous, chemotherapy (trace), universal, or pathological waste unless it is mixed with Hazardous Waste. This service does not include the disposal of radioactive waste. The NMVAHCS intends to award a Performance Based Service Contract to a qualified firm with the capability and capacity to provide hazardous waste removal and disposal services in accordance with current federal, state and local regulations, herein. Service shall include all labor, materials, tools, equipment, travel, transportation, documentation, waste treatment, disposal, and support services required to characterize, package, transport, document, and dispose of hazardous waste from the NMVAHCS DEFINITIONS/ACRONYMS a. CO - Contracting Officer: The person with the authority to enter into, administer, and/or terminate contracts, and make related determinations and findings, including changes within the original contract scope, on behalf of the Department of Veterans Affairs. b. CS Contracting Specialist: The person who will work directly under the chain-of-command of the Contracting Officer. All work done on a contract by the Contracting Specialist will be reviewed by the Contracting Officer, and he/she will provide final approval of the Contracting Specialist s submissions. c. COR - Contracting Officer Representative: Any person(s) designated in writing by the contracting officer to act for the CO/CS within the limits of the delegated authority. Under this contract, the COR shall be the NMVAHCS person who is qualified to render advice and assistance to the contractor s service personnel. The COR shall also be responsible for certifying that services performed have been satisfactorily rendered in accordance with contract terms. d. Contractor Service Representative: Authorized service representative(s) of the Contractor who have been provided by the Contractor to the NMVAHCS in writing for coordination and performance of service. e. GEMS Coordinator: Subject Matter Expert (SME) for the facility regarding Hazardous Waste. He/she can act in place of the COR for duties involving limited areas of contract performance-in the absence of the COR. In some instances, the COR is also same individual as the GEMS Coordinator. 3. SCOPE OF WORK The Contractor shall assist the VA GEMS Coordinator in performing hazardous waste determination and characterization of all waste streams using process knowledge, chemical identification, and Safety Data Sheets (SDS s). Additionally, the contractor shall produce a Waste Profile based on waste determinations, interaction/communication with the GEMS Coordinator, and consultations of information outlined in below in items under: *Characteristic Wastes and *Listed Wastes. All Services will be performed in accordance with all applicable, Federal, State, Local and all governing regulations, herein. The Contractor shall be responsible for the collection of hazardous waste from the NMVAHCS. Hazardous Waste is to be collected from two (2) Central Hazardous Waste-main storage areas located at the NMVAHCS. -Buildings T70 and BD105-41. The contractor shall segregate wastes by hazard class, chemical compatibility, package, and labeled appropriately per Title 40, Code of Federal Regulations (40 CFR Parts 261 through 265 and several subparts) and per the State of New Mexico New Mexico Administrative Code Title 20 Chapter 4 (20.4.1 NMAC and Subparts). The Contractor shall be responsible for properly containerizing all hazardous waste to prevent harm or injury to NMVAHCS patients, staff, visitors, contractor employees (example: use of proper PPE and engineering controls) and the environment (example: storm drain covers). The COR, Safety Officer, Industrial Hygienist, and GEMS Coordinator have the authority under this contract to present a verbal stop work order pertaining to job activity they reasonably believe represents an imminent hazard to life, property, or the environment. This verbal order shall be followed up by a written stop work order issued by the Contracting Officer (CO) as soon as feasible after the imminently hazardous situation has been stabilized or abated Should hazardous waste be released during the performance of services under this contract, through no fault of the NMVAHCS; the Contractor shall be responsible for all costs associated with the satisfactory remediation of the incident. This shall include the cost of all labor and materials as well as any actual damages incurred to the facility and harm caused to patients, staff, and visitors of the medical center. The remediation efforts shall be performed to the satisfaction of the cognizant regulatory authorities and the Contracting Officer Representative (COR) or his/her designee. The contractor will provide the following sizes of containers for collection of Hazardous Wastes-in accordance with volumes outlined within the cost/price schedule. (these containers will be handled wherein clean containers will be swapped out when full containers are picked up): 5 gallons 14 gallons 30 gallons 55 gallons All hazardous wastes shall be disposed of by the Contractor as per Title 40, Code of Federal Regulations (40 CFR Parts 261 through 265 and several subparts), OSHA per 29 CFR 1910.1200 and 29 CFR 1910.1201, per the State of New Mexico New Mexico Administrative Code Title 20 Chapter 4, and per the U.S. Department of Transportation (DOT) 49 CFR 105-177 - Code of Federal Regulations Title 49 (i) The contractor shall inspect the pickup area prior to each pickup for leaks, broken containers, etc. and to ensure all hazardous waste has been packaged and removed. The contractor shall immediately notify the COR or his/her designee of any leaks, broken containers, or other safety concerns. (ii) Packaging of hazardous wastes shall be in the smallest container possible for that waste stream. Smaller sizes shall be used for partial loads or to meet the disposal priorities or DOT requirements. (iii) Contractor shall dispose of hazardous waste in a manner that leaves no future expense potential to the NMVAHCS or the federal government. (iv) Acceptance of the hazardous waste at a properly permitted treatment, storage, or disposal site does not constitute disposal and/or completion of the contract. It is the prime contractor s responsibility to obtain all necessary documentation to prove that the timely end disposal of all items has been accomplished. (v) Shipments outside of this country are prohibited under this contract. 4. SPILLS AND LEAKS: The Contractor shall be responsible for the cleanup of all spills or leaks that occur during the handling, packaging, and transporting. Cleanup shall be in accordance with all applicable regulations. The contractor shall report all spills/ leaks to the COR or his/her designee. Spills or leaks that occur during the transportation of the materials shall be reported to the COR or his designee within 24 hours of the occurrence. A written report of the circumstances shall be sent to all regulatory agencies if applicable and a copy provided to the COR or his designee. The Contractor shall ensure that vehicles used for transportation of hazardous wastes are stocked with enough supplies to handle hazardous materials that require special packaging, spills, leaking drums or other conditions that could occur while performing this service. 5. DOCUMENTATION, RECORDS, AND REPORTS a. The Contractor is required to comply with all Federal, State and local regulations, policies and procedures regarding tracking, record keeping, manifesting and documentation of all waste collected. The contractor shall be required to comply with all changes to such Federal, State and local regulations and procedures which occur during the term of this contract. The Contractor shall provide to the Government any additional certifications that may be required because of changes in such laws. b. The Contractor shall provide all manifests and documentation that apply to the removal and disposal of hazardous chemical waste conducted by its workforces and/or its subcontractors. The Contractor shall furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of hazardous chemical waste generated by the Government under the terms of this contract. c. Prior to the removal and transport of hazardous waste, the Contractor shall obtain signature for each manifest from the NMVAHCS facility s Contracting Officer Representative (COR) or his/her designee verifying that the Contractor has accepted the waste from the NMVAHCS and that the waste is to be properly shipped for treatment or disposal. Manifests not signed by the COR or his/her designee shall not be deemed valid. The original signed manifest along with all transportation and disposal applicable signatures shall be provided to the facility within 30 days to the COR or his/her designee. e. All manifests, waste determinations, waste generation data, shipping information and other data required for the proper execution of this contract shall be maintained by the contractor in an electronic database format that is exportable through Microsoft Excel, Microsoft Word, or other software means that is compatible with NMVAHCS software. This shall enable the NMVAHCS to determine its status, i.e., Conditionally Exempt Small Quantity Generator (CESQG), Small Quantity Generator (SQG), or Large Quantity Generator (LQG). f. The Contractor shall coordinate with the COR or his/her designee by the 10th of the month to schedule the removal of hazardous waste. Removal of the hazardous wastes shall be performed during business hours, Monday through Friday, 8:00 a.m. thru 3:00 p.m. 6. IDENTIFICATION, CHECK-IN, PARKING, SMOKING AND SEARCH All contractor vehicles shall be placarded and equipped in accordance with DOT regulations. The contract employees shall always wear visible identification while on NMVAHCS premises. Contractor employees shall report to COR or his/her designee prior to commencement of work. The Contractor shall park in designated contractor and vendor parking spaces located at the hazardous waste pick-up or other appropriate locations. Smoking is prohibited inside any buildings at the NMVAHCS. Smoking is permitted in designated areas. Possession of weapons or contraband is prohibited and shall be subject to arrest and termination from future performance under this contract. Enclosed containers, including tool kits, shall be subject to search. 7. INVOICES AND PAYMENTS Payment of services rendered under this contract shall be made upon satisfactory completion of each service and receipt of a properly prepared invoice, submitted by the Contractor to the payment address specified by Contracting. Invoices shall reference the Contract Number and Purchase Order Number, Manifest Number(s), a complete and accurate description of services rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes. The Government shall not authorize payment until all properly executed and signed manifests and Land Disposal Restriction (LDR) Forms have been received by the COR or his/her designee. 8. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the COR or his/her designee may determine to be reasonably necessary to protect the lives and health of NMVAHCS patients, staff, visitors, and the public. The COR or his/her designee shall notify the Contractor of any noncompliance with the foregoing provisions as well as the recommended corrective action. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served in person at the site of work and followed by email, shall be deemed enough for the previously mentioned. If the Contractor fails or refuses to comply promptly to satisfactorily abate the hazardous condition or situation, the Contracting Officer (CO) may issue an order stopping all or any part of the work and hold the Contractor in material breach of this contract. *Characteristic Wastes: Waste that have not been specifically listed may still be considered a hazardous waste if they exhibit one of the four characteristics defined in 40 CFR Part 261 Subpart C - Ignitability (D001), Corrosivity (D002), Reactivity (D003), and Toxicity (D004 - D043). Ignitability - Ignitable wastes can create fires under certain conditions, are spontaneously combustible, or have a flash point less than 60 °C (140 °F). Examples include waste oils and used solvents. For more details, see 40 CFR 261.21. Test methods that may be used to determine ignitability include the Pensky-Martens Closed-Cup Method for Determining Ignitability (Method 1010A) (PDF), the Setaflash Closed-Cup Method for Determining Ignitability (Method 1020B), and the Ignitability of Solids (Method 1030). Corrosivity - Corrosive wastes are acids or bases (pH less than or equal to 2, or greater than or equal to 12.5) that are capable of corroding metal containers, such as storage tanks, drums, and barrels. Battery acid is an example. For more details, see 40 CFR 261.22. The test method that may be used to determine corrosivity is the Corrosivity Towards Steel (Method 1110A). Reactivity - Reactive wastes are unstable under "normal" conditions. They can cause explosions, toxic fumes, gases, or vapors when heated, compressed, or mixed with water. Examples include lithium-sulfur batteries and explosives. For more details, see 40 CFR 261.23. There are currently no test methods available. Toxicity - Toxic wastes are harmful or fatal when ingested or absorbed (e.g., containing mercury, lead, etc.). When toxic wastes are land disposed, contaminated liquid may leach from the waste and pollute ground water. Toxicity is defined through a laboratory procedure called the Toxicity Characteristic Leaching Procedure (TCLP) (Method 1311). The TCLP helps identify wastes likely to leach concentrations of contaminants that may be harmful to human health or the environment. For more details, see 40 CFR 261.24. *Listed Wastes: EPA determined that some specific wastes are hazardous. These wastes are incorporated into lists published by the Agency. These lists are organized into three categories: The F-list (non-specific source wastes). This list identifies wastes from common manufacturing and industrial processes, such as solvents that have been used in cleaning or degreasing operations. Because the processes producing these wastes can occur in different sectors of industry, the F-listed wastes are known as wastes from non-specific sources. Wastes included on the F-list can be found in the regulations at 40 CFR 261.31. The K-list (source-specific wastes). This list includes certain wastes from specific industries, such as petroleum refining or pesticide manufacturing. Certain sludges and wastewaters from treatment and production processes in these industries are examples of source-specific wastes. Wastes included on the K-list can be found in the regulations at 40 CFR 261.32. The P-list and the U-list (discarded commercial chemical products). These lists include specific commercial chemical products in an unused form. Some pesticides and some pharmaceutical products become hazardous waste when discarded. Wastes included on the P- and U-lists can be found in the regulations at 40 CFR 261.33. Note: C&A requirements do not apply, and a Security Accreditation Package is not required. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562211 ($38.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85723 or by e-mail to michael.williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Mountain Time on June 14, 2019. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25819Q0268/listing.html)
- Place of Performance
- Address: New Mexico VA Healthcare System;1501 San Pedro Drive SE;Albuquerque, New Mexico
- Zip Code: 87108
- Country: USA
- Zip Code: 87108
- Record
- SN05327887-F 20190602/190531230023 (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 |