Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

F -- VAPAHCS Medical Waste Collection, Transport, and Disposal.

Notice Date
5/13/2020 12:09:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26120Q0607
 
Response Due
5/21/2020 12:00:00 AM
 
Archive Date
07/20/2020
 
Point of Contact
Thomas McLain 702-791-9000 x18929
 
E-Mail Address
thomas.mclain@va.gov
(thomas.mclain@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26120Q0607 Posted Date: 13 May 2020 Original Response Date/Time: 21 May 2020 / 3:00PM PDT Current Response Date: 21 May 2020 / 3:00PM PDT Product or Service Code: F108 Set Aside: SDVOSB NAICS Code: 562112 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated 5-6-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 562112, with a small business size standard of $41.5M. This solicitation is posted as 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB). SDVOSB sources are required to be actively registered in the Veterans Information Page [VIP] by the closing date/time of this Combined Notice. Evaluation: The Department of Veteran Affairs Network Contracting Office 21 (NCO21) shall use a simplified comparative evaluation procedure for determining the offeror who s quote results in providing the best value to the Government based on price and other factors for awarding a Firm Fixed Price Purchase Order for the requirements as stated herein. The comparative evaluation shall take note of strengths, weaknesses, and deficiencies of the offerors technical capability and of having the necessary resources for meeting the requirements of the Performance Work Statement (PWS). The Government reserves the right to consider quotes that offer more than the minimum in selecting the offer that provides the best value to the Government, and to award without discussions. Therefore, it is at the Governments discretion to consider other than the lowest priced offer for awarding the purchase order. The following factors, in no particular order, will be used for the evaluation: Price: Prices are to be quoted separately using the table provided herein or using a similar structured Line Item format for the base year and 1 Option Year. Thus, one document of the quote shall be submitted with unit price and extensions for each line item and totaled for all. Offerors will need to factor in and state the cost per pound for each category of hazardous waste, for each line item, as described herein. Technical Approach: Offerors shall state from their own perspective that they have the technical capability and adequate resources for performing the requirements as stated in the Performance Work Statement (PWS). Merely restating or copying and pasting what is in the PWS will be evaluated unacceptable. Offerors shall submit with their offer all current relevant certifications, licenses, and certificates of insurance for performing these services in the State of California. Past Performance: Offerors past performance will be based on review of relative CPARS assessments as reported at CPARS.GOV within the last 3 years for the same or similar work. Any apparent uncorrected marginal and unsatisfactory CPARS ratings that resulted in a termination for cause/default will be evaluated as a deficiency, with possible referral to the Small Business Administration for Certificate of Competency. Unassigned CPARS ratings will be evaluated as neutral. Offerors may submit up to 3 past performance references for work performed within the last 3 years in the State of California for the same or similar work as described under the PWS. Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (NOTE: Offeror is NOT to quote on the Option to Extend Services) The services are for the following: Line Item Description Qty Unit Unit Price Total Price 0001 Regulated Medical Waste Transportation and Disposal in accordance with the Performance Work Statement for the base year period. Factoring in the average monthly estimates for RMW [23,100 lbs.], Path/Chemo [2,200 lbs.], and Pharma [10,630 lbs.]. This is factored at $0.00 per pound for Regulated Medical Waste, and $0.00 per pound for Incineration of Path/Chemo and Pharma waste. Any overages shall be factored in at the stated rates per pound for the duration of this contract Base period. 1 Year 1001 Regulated Medical Waste Transportation and Disposal in accordance with the Performance Work Statement for the Option Year One period. Factoring in the average monthly estimates for RMW [23,100 lbs.], Path/Chemo [2,200 lbs.], and Pharma [10,630 lbs.]. This is factored at $0.00 per pound for Regulated Medical Waste, and $0.00 per pound for Incineration of Path/Chemo and Pharma waste. Any overages shall be factored in at the stated rates per pound for the duration of this contract Option Year One period. 1 Year Performance Work Statement VAPAHCS Biohazardous Waste Services 1. Scope of Work The Contractor shall furnish all labor, equipment, containers appropriately sanitized, containers properly labeled, disinfected and labeled (except for Government-furnished Sharps needle containers), supplies, materials, transportation and supervision required to provide pick-up, transport, treatment/incineration and/or acceptable disposition of biomedical infectious waste, pathological wastes , non-hazardous pharmaceutical waste, and chemotherapy wastes for the VA Palo Alto Health Care System (VAPAHCS) located at 3801 Miranda Avenue, Palo Alto, CA 94304-1290, remote facilities and associated Community Based Outpatient Clinics (CBOC) identified in requirements attached. The contractor shall provide a certifiable weighing system to enable proper billing for tare weight waste poundage disposed, i.e., if the disposal container weighs 10 pounds and the Contractor is to dispose of 10 containers, each container shall be weighed and container total weight (100) pounds is subtracted from the gross container weight to determine the total waste poundage to be paid. 2. Background information The VA Palo Alto Health Care System generated 285,681 lbs. of combined of all the above listed wastes during calendar year (CY) 2013. Pick up locations for waste are; San Jose, Monterey, Capitola, Fremont, Modesto, and Sonora Community Based Outpatient Clinics (CBOC). Palo Alto Division, Menlo Park Division and Livermore Division. 3. Performance period 3.1 The contractor shall pick up biomedical infectious waste per the Pickup Schedule and Locations as stated herein. 3.2 VA observed Federal Holidays are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September Discoverers Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 Any other day designated by the President as a national holiday. 4. Definition 4.1 MEDICAL WASTE: Contaminated dressings, tissues, gloves, masks, hair covers, etc. from isolation rooms, packed and tied in RED BAGS (red plastic leak-proof bags). 4.2 BIOLOGICAL AND PATHOLOGICAL WASTE: Human anatomical parts, waste tissue, blood, microbial cultures, stool samples, etc., packed in tied and leak-proof RED BAGS . 4.3 VETERINARY WASTE AND ANIMAL BODIES: Animal parts, carcasses, waste tissue and other veterinary waste packed in tied and leak-proof RED BAGS . 4.4 NON-HAZARDOUS PHARMACEUTICAL WASTE: Any pharmaceutical waste that is not defined as Biohazard-regulated medical waste, Controlled Substance, or RCRA hazardous waste. 4.5 CANCER CHEMOTHERAPY WASTE: Discarded items which have been contaminated by chemotherapeutic drugs or antineoplastic agents, provided that such items, including trace drugs used against malignant cells in treatment of cancerous tumors, vials and syringes, gauze and gloves, infusion bags, etc., shall be empty or contain only such trace amounts of chemotherapeutic drugs as are allowable under applicable Federal, state, county or municipal laws, regulations and guidelines so as to be considered waste. 4.6 INFECTIOUS WASTES Laboratory wastes, including cultures of etiologic agents, which pose a substantial threat to health due to their volume and virulence. Pathologic specimens, including human or animal tissues, blood elements, excreta, and secretions which contain etiologic agents, and attendant disposable fomites. Surgical specimens, including human or animal parts and tissues removed surgically or at autopsy which contain etiologic agents, and attendant disposable fomites. Equipment, instruments, utensils, and other disposable materials which are likely to transmit etiologic agents from the room of humans, or the enclosures of animals, which have been isolated because of suspected or diagnosed communicable disease. Human dialysis waste materials including arterial lines and dialysate membranes. Carcasses of animals infected with etiologic agents which may present a substance hazard to public health if improperly managed. Any other material which, in the determination of the facility infection control staff, presents a significant danger of infection because it is contaminated with, or may reasonably be expected to be contaminated with, etiologic agents. 4.7 ETIOLOGIC AGENTS: A type of microorganism, helminth, or virus which causes, or significantly contributes to the cause of, increased morbidity or mortality of human beings. 4.8 INCINERATED INFECTIOUS WASTES: Infectious wastes that have been incinerated, steam sterilized or otherwise treated so as to be non-infectious, may be handled as noninfectious, nonhazardous, regular solid waste unless the material is defined as a hazardous waste or hazardous material according to section 66084, 66088, or 66680, title 22, C.A.C. 4.9 HAZARDOUS MATERIAL (Section 66084 title 22, CAC): Hazardous material means any substance or mixture of substance which is toxic corrosive, flammable, an irritant, a strong sensitizer or which generates pressure through decomposition, heat or other means, if such a substance or mixture of substances may cause substantial injury, serious illness or harm to human, domestic livestock or wildlife. Hazardous material includes extremely hazardous material. 4.10 HAZARDOUS WASTE (Section 66088 title 22, CAC): Hazardous waste means any waste material or mixture of wastes which is toxic, corrosive, flammable, an irritant, a strong sensitizer or which generates pressure through decomposition, heat or other means, if such a waste or mixture of wastes may cause substantial injury, serious illness or harm to humans, domestic livestock or wildlife. Hazardous waste includes extremely hazardous waste. 4.11 LISTS OF CHEMICAL NAMES AND COMMON NAMES (Section 66680 title 22, CAC): The comprehensive lists of Chemical names and common names are kept in each Environmental Health office as reference material. 5. Contractor Specific Tasks 5.1 Biomedical Hazardous Waste 5.1.1 Contractor shall pick up biomedical hazardous waste weekly with adequate coordination and approval of the Contracting Officer Representative (COR). 5.1.2 The contractor shall provide COR with an invoice at least monthly that identifies the date(s), number of, types and sizes of all containers removed for treatment/disposal, providing the VA with the data to adequately track and manage wastes removed. 5.1.3 The contractor shall weigh the biomedical hazardous waste on a contractor provided scale prior to departure from the VA facility and record the weights for each pickup and include such weights in each weekly manifest. Contractor scales shall be calibrated and certified annually. Contractor shall provide calibration records to the COR. The size of the containers to be furnished shall be 44 gallon +/- 15% for biohazard waste. Contract shall make contact with COR upon arrival to facility and before taking weights of containers. COR will designate employee to witness weighing and verify weights. 5.2 Chemotherapy wastes 5.2.1 Contractor shall pick up chemotherapy wastes weekly and the contractor shall provide container counts and actual weight at pickup. The size of the containers to be furnished shall be 8 gallons for biohazard waste. 5.2.2 The contractor shall weigh the chemotherapy waste on a contractor provided scale and record the weight for each container prior to removal from VA property in the presence of COR designated VA employee. 5.2.3 Invoices will include accurate weights and tracking documents to certify proper disposal. 5.2.4 Chemo wastes will be picked up in the secure caged area on the dock of Building 100. The contractor shall provide the COR with the necessary data to properly track and manage the waste (via manifests) to ultimate disposal, containing accurate container numbers, weights and certificates of disposal. 5.3 Pathological/infectious wastes 5.3.1 Contractor shall pick up Pathological/infectious wastes at on the dock of Building 100 for disposal. 5.3.2 Invoices shall include tracking documents to certify proper disposal. 5.3.3 Pathological wastes shall be picked up not to exceed 30 days and or as required. Invoices/manifests will include all tracking documents to certify proper disposal. Contractor shall coordinate pick up pathological wastes with VA. 5.4 .The Contractor shall treat and/or dispose of bio-hazardous medical waste in accordance with State and Federal (U.S. Environmental Protection Agency - EPA) guidelines, VAPAHCS infectious medical waste requirements located in the following local directives (138-36, Pollution Prevention Waste Minimization Program) , and all other Federal, State and local regulations. 5.5 Contractor shall maintain all necessary medical waste permits and licenses for the disposal of and treatment of such waste. 5.6 Contractor shall also have an assigned U.S. Environmental Protection Agency (EPA) authorization and identification number, necessary Department of Transportation permits, insurance prior to transport and/or disposal of subject waste. If contractor requires additional information, they may contact U.S. EPA regional office. Copy of all licenses shall be provided to Contracting Officer upon contract award. In addition contractor shall supply an organization chart, listing of key personnel and competency training documentation that demonstrates staff ability to process various waste streams. 5.7 Pharmaceutical Waste Non-hazardous pharmaceutical waste will be disposed of in the BLUE and WHITE pharmaceutical waste container. Any solid or liquid pharmaceutical which is discarded or accumulated, stored, or treated prior to being discarded. Pharmaceutical waste will be removed from the health care system by approved contractors, in accordance with all applicable laws and regulations. 6. Contractor Qualifications for Transportation within the State of California / Disposal and Sanitation requirements 6.1 Contractor is required to be certified and licensed in the State of California and actively listed on the California Department of Public Health (CDPH) Medical Waste Management listing as being licensed and certified for the transportation of Hazardous Medical Waste. 6.2 Contractor shall employ the best environmentally sound methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods, in accordance with EPA and industry standards. 6.3 Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. 6.4 The pick-up area where rental containers are placed shall be maintained in a clean, orderly, sanitary condition. Particular attention shall be paid to the prompt cleanup of oil and/or grease spills, either generated from the vehicles used to haul containers or because of container leakage. 6.5 Contractor furnished containers shall be kept neat, in clean and sanitary appearances, repaired or replaced as necessary. 7. Containers 7.1 The Contractor shall provide containers which are in good condition, have tight fitting lids, are durable, rigid, puncture resistant, do not leak, and which are labeled, color-coded, clearly marked (or mark-able). 7.2 Inspection for leaks and corrosion shall be performed routinely by the Contractor prior to furnishing containers to VA. Containers shall be lined with plastic bags. VA medical facility employees may distribute containers throughout the using facility and will return them to the waste pick-up area. 8. Documentation 8.1 The manifest is an Environmental Protection Agency (EPS) form entitled EPA Form 8700-22 ( Rev. 3-05) which is used to track the subject waste from the point of generation to the designated disposal location. http://www.epa.gov/epawaste/hazard/transportation/manifest/pdf/newform.pdf 8.2 Once the material has reached the disposal facility, a copy of the manifest and certificate shall be provided to the Contracting Officer s Technical Representative (COR), confirming that the material has been properly handled and disposed of. 8.3 The Contractor shall provide a manifest for each pick-up, certifying the number of containers and types of waste picked up and removed and transported from the facility, and, upon destruction of the waste, shall provide appropriate copies of the manifest form to indicate date, place and manner of destruction and/or disposal. The COR will keep its copy on file in accordance with agency guidelines. 9. Monthly Report 9.1 The Contractor shall also provide, in accordance with applicable regulation, a detailed daily activity statement which shows in columnar form information including, but not limited to, the service date, container/tub number, weight (in pounds), pick-up location and other important data. Data shall be supplied and accessible in real-time via a website used for such reporting. The COR shall be issued login credentials for 24 hour access of information. 9.2 This tracking document shall be provided to the COR and VA Industrial Hygienist of the facility on a monthly basis, along with invoice. The Industrial Hygienist s name, telephone number and address will be provided to Contractor at the time of award by the COR. 10. Weighing System 10.1 The contractor shall provide a certifiable weighing system to enable proper billing for tare weight waste poundage disposed, i.e., if the disposal container weighs 10 pounds and the Contractor is to dispose of 10 containers, each container shall be weighed and container total weight (100) pounds is subtracted from the gross container weight to determine the total waste poundage to be paid. 11. Safety Training 11.1 Contractor shall provide a yearly/as needed in-service training to VA employees; training shall be coordinated with the COR. Training shall include methods on how to identify and handles infectious waste with special emphasis on Right to Know compliance. 11.2 Contractor shall comply with the Nevada Division of Occupational Safety and Health Agency regulations, these regulations can be accessed at http://www.dtsc.ca.gov/ on workers safety standards and related training. 11.3 All Contractors personnel involved in the performance of this contract shall have received training regarding the handling of infectious materials, and emergency procedures to be followed in case of a spill. Certification of such training shall be provided within fifteen days of receiving notice of award of the contract. Certification for any new employees shall be provided to the COR within thirty (30) days of receipt of said training. 12. Interference to normal function Contractor s personnel are required to interrupt their work at any time to avoid interference with patient care procedures and the normal function of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts. PICKUP SCHEDULE/LOCATIONS AND ANNUAL QTY ESTIMATES VA Palo Alto Health Care System Requirements: Services shall be provided at seven facilities; and frequency of pick-ups is identified below. The size of containers to be furnished shall be 44 gallon +/- 10 percent for biohazardous waste and 30 gallon for chemotherapy waste. Line Est. Item Description Qty Unit DAILY PICK-UP: B.6.1. VA Palo Alto 265,689 lbs 3801 Miranda Ave. Palo Alto, Ca 94304 Est. Weight: 265,689 lbs/yr Pick-up Locations: Building 100 (back-dock), including cold storage area Building 54 (VMU) (back-dock) Building 520 (Caged area behind building) Building 7 (Back Dock) TWICE-WEEKLY PICK-UP: Line Item Description Qty Unit B.6.2. VA Menlo Park 4,000 lbs 795 Willow Road Menlo Park, CA 94025 Est. Weight: 4,000 lbs/year Pick-up Location: Building 334 (back-dock), Bldg. 360 (back dock) B.6.3. VA Livermore 8,000 lbs 4951 Arroyo road Livermore, Ca 94550 Est. Weight: 8,000 lbs/year Pick-up Location: Building 64 Building 90 ONCE A WEEK PICK-UP: Line Est. Item Description Qty Unit B.6.4. VA Clinic Modesto 1,300 lbs 1225 Oakdale Road Modesto, CA 95355 (209) 537-6200 Est. Weight: 1,300 lbs/year Pick up location: Check-in at reception desk B.6.5. VA Clinic Monterey 1,300 lbs 201 9th Street Marina CA 93933 Est. Weight: 1,300 lbs/year Pick up location: Biohazardous storage area back of clinic B.6.6. VA San Jose Clinic 2,000 lbs 58855 Silver Creek San Jose, CA 95138 Est. Weight: 2,000 lbs/year Pick-up Location: Behind the Bldg. B.6.7. VA Fremont Clinic 2,000 lbs 39199Liberty Street Fremont, CA 94538 Est. Weight: 2,000 lbs/year Pick-up Location: Behind the Bldg. Point of Contact: Alphonso Farquharson Telephone: 650-493-5000 ext. 62223 QUARTERLY PICK-UP: Line Est. Item Description Qty Unit B.6.7. VA Medical Clinic Capitola 100 lbs 1350 41st Ave. STE 102 Capitola CA 95010 Est. Weight: 100 lbs/year Pick up location: Check-In Desk (End of PWS and Schedule) It is anticipated that a firm-fixed price purchase order will be awarded as a result of this synopsis/solicitation. Licensed SDVOSB sources with the capability for providing for the collection, transportation, and disposal of Medical Hazardous Waste in the State of California are invited to submit offers in accordance with the requirements as stipulated in this solicitation. Award shall be made using comparative evaluation procedures for meeting or exceeding the requirements of this combined synopsis/solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Mar 2020) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) Comparative Evaluation. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Mar 2020) FAR 52.233-2, Service of Protest (Sep 2006) Network Contracting, Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provision(s) apply to this acquisition: VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Mar 2020) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-8, Utilization of Small Business Concerns (Oct 2018) FAR 52.219-14, Limitations on Subcontracting (Jan 2017) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) FAR 52.222-41, Service Contract Labor Standards (Aug 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits WG-2 $18.21 + 30% GS-7 $25.28 + 30% FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.203-17, Contractor Employee Whistle Blower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)- Within 30 days; with a notice at least 60 Days; 2 Years. FAR 52.228-5, Insurance - Work on a Government Installation (Jan 1997) CL-120, Supplemental Insurance Requirements, a. Workers Comp Liability: $100K; b. General Liability: $500K; c. Automobile Liability: $200K per person, $500K per occurrence and $20K for property damage. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The following VAAR contract Clauses apply to this acquisition: VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) (DEVIATION) VAAR 852.212-70, Provisions and Clauses Applicable to the VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising. VAAR 852.219-10. VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside (DEVIATION JUL 2019) VAAR 852.232-72 Electronic Submission of Payment Requests. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution. VAAR 852.233-71, Alternate Protest Procedure. VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.273-74, Award without Exchanges. All ""quoters"" shall submit the following: one copy of quote with unit price and extensions for each line item, and totaled for all. Offeror is to include unit prices per pound for each category of hazardous waste material for disposal. All ""quotations shall be sent via email to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 to the email address at thomas.mclain@va.gov . This is an open-market combined synopsis/solicitation for services as defined herein and set aside qualified Service Disabled Veteran Owned Small Business sources for meeting or exceeding the requirements of this solicitation by comparative evaluation of offerors.��The government intends to issue a Firm Fixed Price purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions as set forth herein. Submission shall be received not later than 3:00PM PDT on 21 May 2020 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 by email attachment. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 10:00AM PDT on 20 May 2020. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ff35b4c25564ba4b0f2133288b96380/view)
 
Place of Performance
Address: See schedule
 
Record
SN05655815-F 20200515/200513230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.