SOLICITATION NOTICE
S -- BIOHAZAD WASTE REMOVAL SERVICES
- Notice Date
- 7/1/2020 1:22:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24820Q1044
- Response Due
- 7/8/2020 12:00:00 PM
- Archive Date
- 07/23/2020
- Point of Contact
- 813-972-2000 EXT 5270, CYNTHIA GREGG, Phone: 813 972-2000
- E-Mail Address
-
cynthia.gregg@va.gov
(cynthia.gregg@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Services: Biohazard Waste Removal Service i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 ,as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are a being requested and a written solicitation will not be issued. The Department of Veterans Affairs, James A Haley Veteran s Hospital, 13000 Bruce B Downs, Tampa Florida 33612 has a need to procure Services for Dosimetry Badge Services Critical. (ii) The combined synopsis solicitation number is issued as Request For Quotation (RFQ) # 36C24820Q1044. The Contractor shall furnish all labor, equipment, sanitized, disinfected and labels for containers, supplies, materials, transportation and supervision required to provide pick up, transport, incineration and/or acceptable disposal of biomedical infectious, veterinary, chemotherapy, biological/pathological, sharps waste, and contaminated wastes from the following facilities: James A. Haley VAMC* (JAHVAMC), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 New Port Richey OPC* (NPROPC), 9912 Little Road, New Port Richey, FL 34654 Mental Health OPC (MHOPC), 10770 N. 46th Street Building E, Tampa, FL 33617 Primary Care Annex (PCA), 13515 Lake Terrace LN, Tampa, FL 33637 Falls Clinic, 8900 Grand Oaks Circle, Tampa, FL 33637 Research Dept., 3802 Spectrum Blvd. Suites 300 & 308, Tampa, FL 33612 Pharmacy Service, 12210 Bruce B. Downs Blvd., Tampa, FL 33612 Lakeland CBOC*, 4237 S. Pipkin Rd., Lakeland, FL 33811 Zephyrhills CBOC, 6937 Medical View Lane, Zephyrhills, FL 33541 Brooksville CBOC, 14540 Cortez Blvd. Suite 108, Brooksville, FL 34613 (Currently closed due to COVID 19, but services will be needed once reopened). South Hillsborough CBOC, 12920 Summerfield Crossing Rd, Riverview, FL 33578 Lecanto CBOC, 2804 W Marc Knighton Ct Suite A, Lecanto, FL 34461 *VAMC = Veterans Affairs Medical Center *OPC = Outpatient Clinic *CBOC = Community Based Outpatient Clinic FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. SUBMISSION OF SOLICITATION PACKAGE: Your proposal may become a part of the official contract file. Offerors failure to submit complete information in the manner described below shall be considered a no response and will exclude the proposal from further consideration. The offer may be submitted electronically; to the contracting officer as follows (Faxed proposals will not be accepted): Electronic (Preferred): Send proposal by email to Cynthia.Gregg@va.gov. Proposals shall be submitted in Microsoft Word format for text documents and Microsoft Excel format for spreadsheet documents. The Price Proposal shall be in a separate file labeled Volume 1 Price Proposal . The Technical Proposal and Past Performance information shall be in a single file labeled Volume II Technical Proposal and Past Performance Information . The offer shall contain: Technical proposal. The technical proposal will primarily determine the qualifications and ability of the offeror to furnish the services called for by this solicitation. It should be specific and complete in every detail. The proposal should be concise and provide sufficient information to demonstrate the offeror s capacity to satisfactorily perform the tasks outlined. The Offeror s Business Name/Logo/Address or any other identifying type information should only be contained on the first page of the Offerors proposal. The Government shall evaluate offers on the basis of those factors set forth in the clause FAR 52.212-2 Evaluation Commercial Items. The contractor must provide proof of all applicable permits and insurance certificates required to provide services in Hillsborough, Pasco, Polk, & Hernando Counties as applicable. To receive a rating of Acceptable , the vendor shall self-certify on company letterhead that their firm possesses all necessary permits/licenses to provide service IAW the statement of work. The contractor shall have the ability to electronically submit invoices in arrears to Austin FSC. The contractor shall submit evidence of Liability Insurance. b. Past performance: Reference information should be submitted as follows: Provide no more than (3) references from a firm or agency in which your company has provided the same or similar type of services described in the solicitation. Each reference must represent services that are on-going or that you ve provided in the past three (3) years. Relevant. Defined as work similar in complexity and magnitude of the work described in the SOW. VA jobs are preferred. However, if you do not have VA experience, other Federal or public contracts may be listed. The Government will use the data provided to survey references. With respect to relevancy, more relevant past performance will typically be a stronger predictor of future success. Include the name, address, telephone number and point of contact of the firm or agency. Note: In accordance with FAR 15.305(a)(2)(iv): In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, they will receive a Neutral Rating. c. Pricing proposal (See clause 52.212-1, subparagraph G above). The Pricing proposal shall consist of the properly completed and signed solicitation document as specified in Block 28 of the SF 1449. Offeror shall complete blocks 12, 17a, 30a, 30b and 30c of the SF 1449, and complete all certifications contained in Offeror s Representations and Certifications. All price information shall be included in the pricing proposal. In order to determine price, an aggregate of all items will be determined. Offeror must indicate pricing on each and every line item listed in the Pricing Schedule or no further consideration will be given to the offeror and it will not be considered for award. The Offeror s DUNS number must be shown on the SF 1449. Technical Questions: Offerors shall submit all technical questions regarding this solicitation to the Contracting Officer by email (Preferred) Cynthia.Gregg@va.gov, or in writing to the Contracting office specified in Block 9 on the SF1449 of this solicitation. Questions must be received prior to 3:00pm EST, July 3, 2020, or they will not be addressed. Questions by telephone will not be accepted. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/43693b4212b34ea497c763add5afc9f3/view)
- Place of Performance
- Address: JAMES A HALEY HOSPITAL 13000 BRUCE B DOWNS BLVD, Tampa, FL 33612, USA
- Zip Code: 33612
- Country: USA
- Record
- SN05709622-F 20200703/200701230144 (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 |