SOLICITATION NOTICE
45 -- Hazardous Waste Carts
- Notice Date
- 6/1/2020 4:55:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0688
- Response Due
- 6/5/2020 2:00:00 PM
- Archive Date
- 07/05/2020
- Point of Contact
- LouAnn Gilliland, Contract Specialist, Phone: 937-268-6511 ext 2928
- E-Mail Address
-
louann.gilliland@va.gov
(louann.gilliland@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25020Q0688 Posted Date: 5/28/2020 Original Response Date: 5/28/2020 Current Response Date: 6/5/2020 Product or Service Code: 4540, Waste Disposal Equipment Set Aside (SDVOSB/VOSB): Small Business Set-Aside NAICS Code: 562112, Hazardous Waste Collection Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562112, Hazardous Waste Collection with a small business size standard of $38,5M. This is a 100% total Small Business set-aside procurement. The Louis Stoke Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, Ohio 44106-1702 is seeking to update the Hazardous Waste Management Program, bringing the medical center to current EPA & USP800 compliance. This combined synopsis/solicitation uses a brand name or equal description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Items called for have been identified by a ""brand name or equal"" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. All interested companies shall provide quotes for the following: Line Item Model Number Description Quantity Unit Price Extended Price 1 HCAB5-74101 5069 - Hazardous Waste Cart Dimensions: 30 W x 38 H x 20 D 60 Each OFFERORS SHALL PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal). This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Contractor shall indicate on the quote how many days after receipt of an order (ARO) the items can be delivered. Contractor shall deliver the items fully assembled and in operational condition. Delivery shall be to The Louis Stoke Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, Ohio 44106-1702. Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017) VAAR 852.211-72, Technical Industry Standards (Nov 2018) The following contract clauses apply to this acquisition: 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 (May 2019) FAR 52.219-6, Notice of Small Business Set-Aside FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.211-70, Service Data Manual (Nov 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: 1. The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR 2. The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. Quotes shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 5:00 pm ET, June 5, 2020. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 5:00 pm ET, June 4, 2020. Questions received after the specified date and time will not be considered. Point of Contact LouAnn Gilliland Contract Specialist Network Contract Office (NCO) 10 Office: 937-268-6511 Email: LouAnn.Gilliland@va.gov DESCRIPTION/SPECIFICATIONS/WORK STATEMENT STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Hazardous Waste Carts 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Environmental Management Service, in conjunction with Pharmacy & Occupational Health & Safety are requesting (60) hazardous pharmaceutical waste carts for use on inpatient wards at Wade Park VAMC. Carts must be purpose-built to the specifications listed and are needed to bring the medical center in current EPA & USP800 compliance. These carts are also an essential component to be included in the new FY21 hazardous waste management service contract. 3. Background: An interdisciplinary team comprised of staff from Pharmacy, Safety, Infection Control, EMS, and Nursing has been working on an overhaul of the pharmaceutical waste management processes at the Wade Park facility. This action has been discussed and vetted through the Hazardous Drug & GEMS committees as well as hospital leadership. The driving force for this project are increasingly stringent EPA requirements on the handling of this waste, and the recent publishing of new USP800 guidelines. Non-compliance with current regulations is a great vulnerability which exposes the medical center to possible external audits, financial penalties and JHACO findings. As such, a solution was reached to effectively manage all pharmaceutical waste streams generated on inpatient wards and long-term care areas of the main campus. This plan involves consolidating all waste stations to a singular waste cart. These carts will be deployed throughout patient care wards and offer a one stop shop for pharmaceutical waste disposal and associated PPE for nurses, providers, and frontline care staff administering medications & chemo agents. This also includes disposal of PPE used in the care of COVID-19 patients. Once in-place, external components will be fitted to these carts for the management of P-Listed pharmaceuticals and waste controlled-substances. The contract requirements for our hazardous waste hauler have been modified for FY21 to include use of these carts, and the as outlined above. As such, procurement of these units is critical to our mission. 4. Performance Period: The contractor shall complete the work required under this SOW, and VA will take delivery of all units within in 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 5. Type of Contract: Firm-Fixed-Price B. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within ___ calendar days from the date of receipt. The contractor shall have ___ calendar days to deliver the final deliverable from date of receipt of the Government s comments. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Deliverable One: Deliver (60) hazardous waste carts to the Cleveland VA Medical Center (Wade Park), built to specifications. Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. One Item Hazardous Waste Carts Quantity 60 Delivery Date Within 60 calendar days after award
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c559e43cc6c6456e863db52c17bd2d27/view)
- Place of Performance
- Address: Department of Veterans Affairs Louis Stokes Cleveland VA medical Center 10701 East Boulevard, Cleveland, OH 44106-1702, USA
- Zip Code: 44106-1702
- Country: USA
- Zip Code: 44106-1702
- Record
- SN05676045-F 20200603/200601230146 (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 |