MODIFICATION
F -- FY23: New Requirement Chemical Waste Disposal (VA-23-00002337)
- Notice Date
- 8/30/2022 11:35:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822Q1716
- Response Due
- 9/9/2022 1:00:00 PM
- Archive Date
- 10/09/2022
- Point of Contact
- Sylvia Nobles, Contracting Officer, Phone: 561-422-6849
- E-Mail Address
-
Sylvia.Nobles@va.gov
(Sylvia.Nobles@va.gov)
- Awardee
- null
- Description
- Page 17 of 17 Page 17 of 17 COMBINED SYNOPSIS/SOLICITATION The Miami VA Medical Center located at 1201 NW 16TH Street, Miami, FL 33125-1693 has a requirement to provide service which includes disposal, and transportation of chemical waste as specified by the requestor located at the Department of Veterans Affairs Medical Center, Miami, FL. There will be a one-year base period and four-year option periods. The attached Performance Work Statement (PWS) shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 562910 and $20.5 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award, or a sufficient number of awards can be made. Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan Past Performance: Prospective contractors may provide a list of three business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: One Year Base Period and Four-Year Periods Separately Priced Option Year. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). ___Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Feb 2016) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May 2014) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM. Completed Schedule of Rates. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 0001 Collection and Disposal of Chemica/Hazardous Waste Base Year: Funding Line 1.00 EA Not Separately Priced (NSP) (Total for Sub-CLINs 0001AA 0001AY) 0001AA Mobilization to the Miami, FL VA Medical Center 80.00 EA __________________ __________________ 0001AB Mobilization to CBOCs except Key West 20.00 EA __________________ __________________ 0001AC Mobilization to Key West. 4.00 EA __________________ __________________ 0001AD Transportation of waste containers 1,000.00 CO __________________ __________________ 0001AE Waste xylenes - 5 gal drum 12.00 DR __________________ __________________ 0001AF Waste ethanol 70-80% - 55-gal drum 6.00 DR __________________ __________________ 0001AG Waste formalin - 55-gal drum 3.00 DR __________________ __________________ 0001AH Waste histology stain (approx 10% methanol) - 2.5-gal jug 52.00 JR __________________ __________________ 0001AJ Mercury-Containing equipment as Universal Waste - 55-gal drum 4.00 DR __________________ __________________ 0001AK Elemental mercury - 5-gal drum 4.00 DR __________________ __________________ 0001AL 4-ft fluorescent bulbs as Universal Waste - 4x3x3 ft box 12.00 BX __________________ __________________ 0001AM Trace chemotherapeutic waste (contains sharps and biohazardous waste and is to be incinerated) - 9-gal container 400.00 CO __________________ __________________ 0001AN Universal Pharmaceutical Waste per FAC 62-730.186. - 16-gal container 400.00 CO __________________ __________________ 0001AP Non-RCRA Hazardous, non-regulated pharmaceutical waste - 19-gal container 1.00 CO __________________ __________________ 0001AQ Lab-pack, flammable, code D001 - 16-gal container 12.00 CO __________________ __________________ 0001AR Lab-pack, corrosive, code D002 - 16-gal container 12.00 CO __________________ __________________ 0001AS Lab-pack, equivalent to oxadaic acid - 5-gal drum 12.00 DR __________________ __________________ 0001AT Labor, waste collection for storage on site. 430.00 HR __________________ __________________ 0001AU Labor for packaging and loading for haul 430.00 HR __________________ __________________ 0001AV Truck charge 200.00 HR __________________ __________________ 0001AW Labor and setup for deactivating a high-hazard, explosive-shock-sensitive substance, 1-L bottle. 2.00 JB __________________ __________________ 0001AX Subtotal of above line totals to which a fuel or similar surcharge applies. 1.00 LT __________________ __________________ 0001AY Surcharge, %, applied to above subtotal (fixed for any one contract year) 1.00 LT __________________ __________________ BASE YEAR TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 1001 Collection and Disposal of Chemica/Hazardous Waste Option Year 1: Funding Line 1.00 EA NSP (Total for Sub-CLINs 1001AA 1001AY) 1001AA Mobilization to the Miami, FL VA Medical Center 80.00 EA __________________ __________________ 1001AB Mobilization to CBOCs except Key West 20.00 EA __________________ __________________ 1001AC Mobilization to Key West. 4.00 EA __________________ __________________ 1001AD Transportation of waste containers 1,000.00 CO __________________ __________________ 1001AE Waste xylenes - 5 gal drum 12.00 DR __________________ __________________ 1001AF Waste ethanol 70-80% - 55-gal drum 6.00 DR __________________ __________________ 1001AG Waste formalin - 55-gal drum 3.00 DR __________________ __________________ 1001AH Waste histology stain (approx 10% methanol) - 2.5-gal jug 52.00 JR __________________ __________________ 1001AJ Mercury-Containing equipment as Universal Waste - 55-gal drum 4.00 DR __________________ __________________ 1001AK Elemental mercury - 5-gal drum 4.00 DR __________________ __________________ 1001AL 4-ft fluorescent bulbs as Universal Waste - 4x3x3 ft box 12.00 BX __________________ __________________ 1001AM Trace chemotherapeutic waste (contains sharps and biohazardous waste and is to be incinerated) - 9-gal container 400.00 CO __________________ __________________ 1001AN Universal Pharmaceutical Waste per FAC 62-730.186. - 16-gal container 400.00 CO __________________ __________________ 1001AP Non-RCRA Hazardous, non-regulated pharmaceutical waste - 19-gal container 1.00 CO __________________ __________________ 1001AQ Lab-pack, flammable, code D001 - 16-gal container 12.00 CO __________________ __________________ 1001AR Lab-pack, corrosive, code D002 - 16-gal container 12.00 CO __________________ __________________ 1001AS Lab-pack, equivalent to oxadaic acid - 5-gal drum 12.00 DR __________________ __________________ 1001AT Labor, waste collection for storage on site. 430.00 HR __________________ __________________ 1001AU Labor for packaging and loading for haul 430.00 HR __________________ __________________ 1001AV Truck charge 200.00 HR __________________ __________________ 1001AW Labor and setup for deactivating a high-hazard, explosive-shock-sensitive substance, 1-L bottle. 2.00 JB __________________ __________________ 1001AX Subtotal of above line totals to which a fuel or similar surcharge applies. 1.00 LT __________________ __________________ 1001AY Surcharge, %, applied to above subtotal (fixed for any one contract year) 1.00 LT __________________ __________________ OPTION YEAR 1 TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 2001 Collection and Disposal of Chemica/Hazardous Waste Option Year 2: Funding Line 1.00 EA NSP (Total for Sub-CLINs 2001AA 2001AY) 2001AA Mobilization to the Miami, FL VA Medical Center 80.00 EA __________________ __________________ 2001AB Mobilization to CBOCs except Key West 20.00 EA __________________ __________________ 2001AC Mobilization to Key West. 4.00 EA __________________ __________________ 2001AD Transportation of waste containers 1,000.00 CO __________________ __________________ 2001AE Waste xylenes - 5 gal drum 12.00 DR __________________ __________________ 2001AF Waste ethanol 70-80% - 55-gal drum 6.00 DR __________________ __________________ 2001AG Waste formalin - 55-gal drum 3.00 DR __________________ __________________ 2001AH Waste histology stain (approx 10% methanol) - 2.5-gal jug 52.00 JR __________________ __________________ 2001AJ Mercury-Containing equipment as Universal Waste - 55-gal drum 4.00 DR __________________ __________________ 2001AK Elemental mercury - 5-gal drum 4.00 DR __________________ __________________ 2001AL 4-ft fluorescent bulbs as Universal Waste - 4x3x3 ft box 12.00 BX __________________ __________________ 2001AM Trace chemotherapeutic waste (contains sharps and biohazardous waste and is to be incinerated) - 9-gal container 400.00 CO __________________ __________________ 2001AN Universal Pharmaceutical Waste per FAC 62-730.186. - 16-gal container 400.00 CO __________________ __________________ 2001AP Non-RCRA Hazardous, non-regulated pharmaceutical waste - 19-gal container 1.00 CO __________________ __________________ 2001AQ Lab-pack, flammable, code D001 - 16-gal container 12.00 CO __________________ __________________ 2001AR Lab-pack, corrosive, code D002 - 16-gal container 12.00 CO __________________ __________________ 2001AS Lab-pack, equivalent to oxadaic acid - 5-gal drum 12.00 DR __________________ __________________ 2001AT Labor, waste collection for storage on site. 430.00 HR __________________ __________________ 2001AU Labor for packaging and loading for haul 430.00 HR __________________ __________________ 2001AV Truck charge 200.00 HR __________________ __________________ 2001AW Labor and setup for deactivating a high-hazard, explosive-shock-sensitive substance, 1-L bottle. 2.00 JB __________________ __________________ 2001AX Subtotal of above line totals to which a fuel or similar surcharge applies. 1.00 LT __________________ __________________ 2001AY Surcharge, %, applied to above subtotal (fixed for any one contract year) 1.00 LT __________________ __________________ OPTION YEAR 2 TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 3001 Collection and Disposal of Chemica/Hazardous Waste Option Year 3: Funding Line 1.00 EA NSP (Total for Sub-CLINs 3001AA 3001AY) 3001AA Mobilization to the Miami, FL VA Medical Center 80.00 EA __________________ __________________ 3001AB Mobilization to CBOCs except Key West 20.00 EA __________________ __________________ 3001AC Mobilization to Key West. 4.00 EA __________________ __________________ 3001AD Transportation of waste containers 1,000.00 CO __________________ __________________ 3001AE Waste xylenes - 5 gal drum 12.00 DR __________________ __________________ 3001AF Waste ethanol 70-80% - 55-gal drum 6.00 DR __________________ __________________ 3001AG Waste formalin - 55-gal drum 3.00 DR __________________ __________________ 3001AH Waste histology stain (approx 10% methanol) - 2.5-gal jug 52.00 JR __________________ __________________ 3001AJ Mercury-Containing equipment as Universal Waste - 55-gal drum 4.00 DR __________________ __________________ 3001AK Elemental mercury - 5-gal drum 4.00 DR __________________ __________________ 3001AL 4-ft fluorescent bulbs as Universal Waste - 4x3x3 ft box 12.00 BX __________________ __________________ 3001AM Trace chemotherapeutic waste (contains sharps and biohazardous waste and is to be incinerated) - 9-gal container 400.00 CO __________________ __________________ 3001AN Universal Pharmaceutical Waste per FAC 62-730.186. - 16-gal container 400.00 CO __________________ __________________ 3001AP Non-RCRA Hazardous, non-regulated pharmaceutical waste - 19-gal container 1.00 CO __________________ __________________ 3001AQ Lab-pack, flammable, code D001 - 16-gal container 12.00 CO __________________ __________________ 3001AR Lab-pack, corrosive, code D002 - 16-gal container 12.00 CO __________________ __________________ 3001AS Lab-pack, equivalent to oxadaic acid - 5-gal drum 12.00 DR __________________ __________________ 3001AT Labor, waste collection for storage on site. 430.00 HR __________________ __________________ 3001AU Labor for packaging and loading for haul 430.00 HR __________________ __________________ 3001AV Truck charge 200.00 HR __________________ __________________ 3001AW Labor and setup for deactivating a high-hazard, explosive-shock-sensitive substance, 1-L bottle. 2.00 JB __________________ __________________ 3001AX Subtotal of above line totals to which a fuel or similar surcharge applies. 1.00 LT __________________ __________________ 3001AY Surcharge, %, applied to above subtotal (fixed for any one contract year) 1.00 LT __________________ __________________ OPTION YEAR 3 TOTAL __________________ B.4.4 ITEM INFORMATION - Option Year 4 POP: 12 Months ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 4001 Collection and Disposal of Chemica/Hazardous Waste Option Year 4: Funding Line 1.00 YR NSP (Total for Sub-CLINs 4001AA 4001AY) 4001AA Mobilization to the Miami, FL VA Medical Center 80.00 EA __________________ __________________ 4001AB Mobilization to CBOCs except Key West 20.00 EA __________________ __________________ 4001AC Mobilization to Key West. 4.00 EA __________________ __________________ 4001AD Transportation of waste containers 1,000.00 CO __________________ __________________ 4001AE Waste xylenes - 5 gal drum 12.00 DR __________________ __________________ 4001AF Waste ethanol 70-80% - 55-gal drum 6.00 DR __________________ __________________ 4001AG Waste formalin - 55-gal drum 3.00 DR __________________ __________________ 4001AH Waste histology stain (approx 10% methanol) - 2.5-gal jug 52.00 JR __________________ __________________ 4001AJ Mercury-Containing equipment as Universal Waste - 55-gal drum 4.00 DR __________________ __________________ 4001AK Elemental mercury - 5-gal drum 4.00 DR __________________ __________________ 4001AL 4-ft fluorescent bulbs as Universal Waste - 4x3x3 ft box 12.00 BX __________________ __________________ 4001AM Trace chemotherapeutic waste (contains sharps and biohazardous waste and is to be incinerated) - 9-gal container 400.00 CO __________________ __________________ 4001AN Universal Pharmaceutical Waste per FAC 62-730.186. - 16-gal container 400.00 CO __________________ __________________ 4001AP Non-RCRA Hazardous, non-regulated pharmaceutical waste - 19-gal container 1.00 CO __________________ __________________ 4001AQ Lab-pack, flammable, code D001 - 16-gal container 12.00 CO __________________ __________________ 4001AR Lab-pack, corrosive, code D002 - 16-gal container 12.00 CO __________________ __________________ 4001AS Lab-pack, equivalent to oxadaic acid - 5-gal drum 12.00 DR __________________ __________________ 4001AT Labor, waste collection for storage on site. 430.00 HR __________________ __________________ 4001AU Labor for packaging and loading for haul 430.00 HR __________________ __________________ 4001AV Truck charge 200.00 HR __________________ __________________ 4001AW Labor and setup for deactivating a high-hazard, explosive-shock-sensitive substance, 1-L bottle. 2.00 JB __________________ __________________ 4001AX Subtotal of above line totals to which a fuel or similar surcharge applies. 1.00 LT __________________ __________________ 4001AY Surcharge, %, applied to above subtotal (fixed for any one contract year) 1.00 LT __________________ __________________ OPTION YEAR 4 TOTAL __________________ All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Statement of Work may submit their detailed quote no later than 4:00pm EST on September 09, 2022, to the following: Sylvia Nobles, Sylvia.Nobles@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Performance Work Statement. Performance Work Statement Miami VA Healthcare System Chemical Waste Disposal 1.0 Introduction 1.1. The Government requires collection, packaging, transportation and disposal of chemical waste and related services. 2.0. Description / Scope / Objective. 2.1 The contractor shall provide service at the Department of Veterans Affairs, Miami, FL. Healthcare System (MVAHS). The chemical waste includes, but is not limited to, RCRA hazardous waste as defined in 40 CFR part 260, and hazardous material as defined by the Department of Transportation. 3.0. Applicable Documents 3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation OSHA Occupational Health and Safety Act EPA Environmental Protection Agency Federal, State, Local, Industry All services shall be performed in accordance with but not limited to all applicable laws, regulations, policies, procedures, standards, codes, specifications for the proper performance of finalized services rendered. Personnel shall be licensed and certified to perform this type of work. 3.2. Glossary. Acronyms used in this PWS are listed below for easy reference: CO Contracting Officer COR Contracting Officer s Representative FAR Federal Acquisition Regulation CBOC Community-Based Outpatient Clinic DOT Department of Transportation DOH Department of Health 4.0. Performance Requirements. 4.1. The Contractor shall collect, on a schedule expected to be weekly, chemical waste from several wards, clinics, shops and other areas in the Miami VA Medical Center and store the waste in the Main Hazardous Waste Accumulation Area or as instructed by the COR, for later transport off-site. The Contractor shall collect chemical waste from MVAHS locations other than the Miami Medical Center, upon request of the COR. The expected schedule is shown in the Price Schedule. Chemical waste includes any waste potentially regulated by the DOT for transport and/or the EPA for disposal, excluding radioactive waste and waste for which the only hazard is biological; these wastes are covered under separate contract. Examples of chemical wastes included in this PWS are listed in the PWS Price Schedule. 4.2. The Contractor shall utilize the freight elevators in the MVAHS rather than passenger elevators so as to avoid contact with patients and VA staff during transport of chemical waste. 4.3. The Contractor shall keep the Hazardous Waste Main Accumulation Area (Area) clean, free of debris and organized. The Contractor shall label each container in the Area as Hazardous Waste unless the COR has agreed that a particular waste can be labeled as not hazardous according to the Resource Conservation and Recovery Act (RCRA). 4.4. The Contractor shall package and containerize all chemical waste in accordance with DOT requirements and standard industry practice. The Contractor shall classify the waste regarding DOT and EPA requirements in consultation with the COR, and prepare manifest/bill-...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/256e97f39a3e4157947fe6c3b8cacf3d/view)
- Place of Performance
- Address: Miami VA Medical Center 1201 NW 16TH Street, Miami FL. 33125-1693, USA
- Zip Code: 33125-1693
- Country: USA
- Zip Code: 33125-1693
- Record
- SN06445768-F 20220901/220830230121 (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 |