Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2019 FBO #6463
SOURCES SOUGHT

S -- MEDICAL AND UNIVERSAL WASTE REMOVAL

Notice Date
8/2/2019
 
Notice Type
Synopsis
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office NCO-5;849 International Drive;Suite # 275;Baltimore MD 21201
 
ZIP Code
21090
 
Solicitation Number
36C24519Q0497
 
Response Due
8/19/2019
 
Archive Date
9/18/2019
 
Point of Contact
410-691-1140
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SUBJECT: Louis A Johnson VA Medical Center Infectious Waste Removal Services DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research to support the Clarksburg, WV VAMC with Infectious Waste Removal Services. The government anticipates awarding a one Firm Fixed Price IDIQ contract base year plus four (4) one-year option periods. OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS: Name and Address of Company Any small business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this RFI shall be directed to Deborah.Reardon@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to Deborah.Reardon@va.gov no later than 3:00 pm EST on 8/19/2017. ATTACHMENT 1 Louis A Johnson VA Medical Center Infectious Waste Removal Services Furnish all labor, materials, and equipment necessary to render complete removal of pathological and biomedical waste/infectious waste (red bag), Non-hazardous pharmaceutical waste. Hazardous waste and universal waste packaged and/or accumulated at the Louis A. Johnson VA Medical Center. The contractor is required to dispose of the waste in such a manner as not to cause conditions detrimental to public health or to constitute a public nuisance. The contractor will assume full responsibility for compliance with all Federal, State, City, and County Laws, Rules, and Regulations governing removal of waste. As for all operations that may originate or occur in the State of West Virginia, the contractor must specifically comply with the provisions of the West Virginia Code, Chapter 22, Environmental Resources and the Hazardous Waste Management Act (WVC 22-18). Also, for operations occurring, in any part, in West Virginia the contractor will be responsible for complying with the requirements of West Virginia Code 8-13-15, Business and Occupation and Privilege Tax. This will be a base and 4 option year contract. Waste material to be disposed of shall consist of, but is not limited to the following: All cultures and stocks of etiologic agents Waste blood and blood products Tissues, organs, body parts, blood and body fluids that are removed during surgery and autopsy of specific cases or patients with infectious diseases. Wastes that were in contact with pathogens in any type of lab work, including collection containers, culture dishes, slides, plates and assemblies of diagnostic tests and devices used to transfer, inoculate and mix cultures. Sharps, including hypodermic needles, suture needles, disposable razors, syringes, Pasteur pipettes, broken glass and scalpel blades. Wastes that were in contact with the blood of patients undergoing hemodialysis at hospitals or independent treatment centers. Carcasses and body parts of all animals which were exposed to zoonotic pathogens. Animal bedding if it was in contact with animals that contained zoonotic agents. Waste biological (e.g. vaccines) produces by pharmaceutical companies for human or veterinary use. Non-hazardous pharmaceutical waste Hazardous waste to include pharmaceuticals, lab wastes, aerosol cans and other RCRA regulated wastes Chemotherapy waste both trace amounts and bulk. Food and other products that are discarded because of contamination with etiologic agents. Discarded equipment and equipment parts that are contaminated with etiologic agents and are not to be discarded. Universal waste such as, all types of batteries, light bulbs, vacuum and motor oils. Annual training for VA employees who encounter all types of waste. Web-based reporting systems designed to automate and enhance hazardous waste reporting and recordkeeping. Transportation of Waste: All waste will be transported to an off-site processing or disposal facility in containers, as provided by the Contractor. The Contractor will provide fiber containers for the use in the disposal of pathogenic and research animal waste. The Contractor shall supply all bags, labels and containers for disposal of all other waste. Labels will contain information on the generators location as required by state law. Bag/boxes shall be labeled in accordance with the state laws governing the labeling of the waste it contains. Infectious waste will be transported in separate containers and vehicles from those used for other waste. Vehicles used for transporting infectious waste shall be identified with conspicuously displayed signs or decals indicating that infectious waste is being transported. Contractor shall make pickups in accordance with the days listed herein. Pickup times are anticipated to be between 6:00AM and 6:00PM, at the location listed herein, however final times to be determined after award and mutually agreed upon prior to start of service. Pickup times are also subject to change at the discretion of the COR. Contractor must have the ability to place and/or pick up at location within 24 hours after notification. Contractor will hold current licensure from WV state regulatory agency to transport and subsequently incinerate infectious/medical waste as well as licensure for transport of all other waste. Contractor will provide Louis A. Johnson a copy of licenses and permits, which indicate compliance with EPA and respective state environmental regulatory agency (WV) regulations pertaining to transportation, collection, incineration, and disposal of ash. The Contractor will be responsible for any spills once the waste is in the Contractors' possession and will be the responsibility of the Contractor. Waste disposal will be accomplished and destroyed via an approved method with all local, state and federal regulations. No other method of disposal is permitted. Documentation of the processing and disposing facility will be provided to the VAMC Contracting Officer's Representative (COR). A final certification of disposal report (signed manifest) will be submitted to the facility COR after waste removed from the facility has been destroyed by a method approved by all local, state and federal regulations. Any release of waste materials in the loading/transportation of disposal process, other than release for ash landfilling will be reported to the facility immediately. The Contractor will be responsible for immediate cleaning, repackaging, and disinfecting of spill areas. The Contractor will provide a container identification labeling system as a measure to enable the VAMC to verify accuracy of the Contractor's weight disposal report. All loading will be performed by the Contractor or his/her employees without any assistance from VA employees. The Contractor must have a back-up source of disposal, which will be used, in the event the primary source of disposal is inoperative, with no additional charge to the hospital. Documentation of same is to be provided at the time of bid. In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or designee will notify the Contractor of any noncompliance of the foregoing provision and action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions in which attention has been directed. Such notice when served on the Contractor or his/her representative at the site of the work shall be deemed enough for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. Boxes used are described as rigid containers, standard to regulated medical waste. The standard size is 18" x 18" x 24". Infectious waste, other than sharps, shall be placed in red bags marked with a biohazard symbol. The biohazard bags are to be closed, double-sealed, then placed into rigid containers marked with a biohazard symbol. These containers are then autoclaved or incinerated. All other waste will be packaged according to all federal, state and local regulations. Pricing is to be bid on a per-pound and/or per box basis. Pricing for per-pound pickups and per-box pickups shall also be all-inclusive. There will be no separate charges for supplies not listed in the contract (i.e. laboratory analysis, truck rentals, etc.) Medical Center Location: Louis A. Johnson VA Medical Center 1 Medical Center Drive Clarksburg, WV 26301 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-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/VAMHCS512/VAMHCS512/36C24519Q0497/listing.html)
 
Place of Performance
Address: Louis A Johnson Clarksburg, WV VAMC;1 Medical Center Drive;Clarksburg, WV
Zip Code: 26301
Country: USA
 
Record
SN05390898-F 20190804/190802230023 (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.