SOLICITATION NOTICE
S -- Infectious Waste Removal REQUEST FOR INFORMATION
- Notice Date
- 3/7/2022 5:15:10 AM
- Notice Type
- Presolicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26322Q0186
- Response Due
- 3/7/2022 9:59:00 PM
- Archive Date
- 04/06/2022
- Point of Contact
- Contract Officer, Scott Morrison, Phone: 605-336-3230 x7859
- E-Mail Address
-
scott.morrison2@va.gov
(scott.morrison2@va.gov)
- Awardee
- null
- Description
- This is a sources sought notice only and it is not a solicitation announcement. The purpose of this sources sought notice is to gain knowledge of qualified potential contractors and their socio-economic size classification in accordance with NAICS code 562112. NAICS Code 562112 - Hazardous Waste Collection is a final level code of the ""Administrative and Support and Waste Management and Remediation Services"" Sector. Responses will be used by the Government to make appropriate acquisition decisions. See the statement of work excerpt below. SCOPE OF WORK MEDICAL WASTE Contractor is to supply all bags, tags, waste carts and associated material for packaging and transport of all regulated medical waste. The items must meet all federal, state, OSHA and DOT standards for collection, storage and transport of medical waste. Carts must have wheels and be in good repair at all times. Carts must be labeled as medical waste carts. Contractor is responsible for providing a detailed manifest of all medical waste transported from the VA Medical Center, and associated Community Based Outpatient Clinics (CBOC) to include the date, location and proof of destruction. All medical waste collected from the VA will be scanned on site and a copy of the manifest stating the date collected, pounds of medical waste per cart and the number of carts must be left with the Contracting Officer Representative (COR) or his designee on the day of collection. The contractor is required to provide a signed and legible manifest attesting to the destruction of the medical waste to the Housekeeping Officer or designee within 30 days of the destruction of the medical waste. Waste pick-up will be provided daily from the hospital s designated waste holding area, and once monthly for the Coralville, Decorah, Sterling, Cedar Rapids, Ottumwa, Waterloo, Galesburg, Burlington, and Iowa City Federal Building CBOCs and twice monthly for the Quincy and Quad Cities CBOCs and once quarterly for Davenport CRRC. The days for pick-up at the hospital will be Monday through Friday between 6:00 a.m. and 3:30 p.m. Contractor is to provide a documented back-up plan in the event circumstances disrupts his ability to provide pick-up services. Service will be provided within 24 hours of a failure to meet scheduled pick-up times. Pricing All services are to be based on a price per pound that includes all bags, tags, waste carts, transportation, disposal, manifesting and tracking of the medical waste. The estimated annual poundage of medical waste produced by the medical center is between 125,000 and 150,000 pounds. This is subject to unexpected change (+/- 10-15%) due to changes in the medical center s scope of work. The Community Based Outpatient Clinics are located at: Davenport Outpatient Clinic Coralville Outpatient Clinic Decorah Outpatient Clinic 2826 West Locust Street 520 10th Street 915 Short Street Davenport, Iowa 52804-3364 Coralville, Iowa Decorah, Iowa 50208 Quincy Outpatient Clinic Galesburg Outpatient Clinic Sterling Outpatient Clinic 6020 Broadway 310 Home Blvd. 2901 East Lincolnway Quincy, IL Galesburg, IL 61401 Sterling, IL 61081 Cedar Rapids Outpatient Clinic Ottumwa Outpatient Clinic Waterloo Outpatient Clinic 2230 Wiley Blvd. 1009 E Pennsylvania Avenue 945 Tower Park Dr. Cedar Rapids, Iowa Ottumwa, Iowa Waterloo, IA 50701 Davenport CRRC Iowa City Federal Building Dubuque Outpatient 415 Perry Street 400 S. Clinton Street 2600 Dodge St. Davenport, IA 52801 Iowa City, IA 52240 Dubuque, Iowa 52003 Burlington Outpatient Clinic 1000 N. Roosevelt Ave Burlington, IA 52601 SCOPE OF WORK REUSABLE SHARPS CONTAINER / WASTE Contractor is to supply all sharps containers, mounting brackets, single and double mobile carts and bulk transport carts needed to provide a reusable sharps management program. There are an estimated 450 locations throughout the main campus. This program will not include the CBOC s. The items must meet all federal, state, OSHA and DOT standards for collection, storage and transport of medical waste / sharps. All mobile carts and bulk transport carts must have wheels and be clean and in good repair at all times. Minimum requirements for the reusable sharps containers is as follows: Reusable Puncture proof Pre-assembled Leak proof One hand / one step disposal mechanism Overfill protection Secure tamper proof locking mechanism Sight / view port Large access opening but: with a restricted hand access that will not allow anyone (from child to adult) from getting his or her hand inside Various sizes, from 2 gallons up to 18 gallons Three (3) types: regular restricted access top (all sizes), OR open top, and chemo restricted access top Must have a system identifier to track usage Able to be sanitized / sterilized Contractor is responsible for training medical center staff on the use, handing and care of the reusable sharps container. Training will be documented and provided 24 7 during installation to ensure that training is available to all employees. Contractor is responsible for removal of existing sharps container wall brackets and installation of their sharps container wall brackets. Wherever feasible the contractor will mount their wall brackets in the same location as the existing wall bracket being removed. All sharps container brackets that are wall mounted must be mounted in accordance with industry standard ergonomics when possible. Contractor is responsible for providing a detailed manifest of all medical sharps container waste transported from the VA Medical Center to include the date, location and proof of destruction. All medical sharps container waste collected from the VA will be identified on the manifest stating the date collected, number and size of the used containers collected and the number and size of the clean containers returned. A copy of the manifest must be left with the COTR or his designee on the day of collection. The contractor is required to provide a signed and legible manifest attesting to the destruction of the medical sharps waste is to be provided to the Housekeeping Officer within 30 days of the destruction of the medical waste. Waste pick-up will be provided as needed or per scheduled set up with Housekeeping Officer from the hospital s designated waste holding area. The day for pick-up will be Friday between 6:00 a.m. and 3:30 p.m. Contractor is responsible for: Delivering replacement sharp containers that are certified to have been cleaned/sterilized and are in proper working condition prior to delivery to the medical center (containers returned to the medical center must be clean with no visible signs of blood or bodily fluids). Tracking number of times sharp container is reused. Removing from service any containers that have been used the maximum allowable times. Providing a documented back-up plan in the event circumstances disrupts his ability to provide pick-up services. Service will be provided within 24 hours of a failure to meet scheduled pick-up times. Scanning the time and location of unit to be replaced. Providing back-up units for areas not accessible to contractor. Pricing All services are to be based on a price for initial installation and per container that includes transportation, disposal, manifesting and tracking of the medical sharps waste. Every effort will be made to be consistent in types and sizes needed, but the estimated need for small units (2-3 gallon) is 400, and the intermediate units (5-8 gallons) will be 10-15, with the estimated need for the largest units being 40 units. After a review of the responses to this notice, a solicitation announcement may be posted to Contract Opportunities. A response to this notice is not an adequate reply to the forthcoming solicitation. To reply to this Request for Information, email this completed document to the following; Scott Morrison Contract Officer Email: scott.morrison2@va.gov Please fully complete each section of the survey below. Company Name: _____________________________________________________________ Company Address: ___________________________________________________________ DUNS Number: _____________________________________________________________ Point of Contact: ____________________________________________________________ Phone Number: _____________________________________________________________ Email Address: _____________________________________________________________ Socio-economic Classification in Accordance with NAICS Code 562112: (check all that apply) Small Business Service Disabled Veteran Owned Small Business (SDVOSB) Verified SDVOSB by www.vip.vetbiz.gov Veteran Owned Small Business (VOSB) Verified VOSB by www.vip.vetbiz.gov Small Disadvantage Business Women-owned Small Business Economically Disadvantaged Small Business HUBZone 8(a) Certified You may attached a Capability Statement or provide a brief: __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4e3f041b505f42cfbe7f3b6085f34c4d/view)
- Place of Performance
- Address: Iowa City VA Health Care System 601 Highway 6W, Iowa City, IA 52246, USA
- Zip Code: 52246
- Country: USA
- Zip Code: 52246
- Record
- SN06258904-F 20220309/220307230054 (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 |