SOLICITATION NOTICE
F -- FY23: New Requirement: Chemical Waste Disposal
- Notice Date
- 2/7/2023 1:39:16 PM
- 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
- 36C24823Q0537
- Response Due
- 2/15/2023 1:00:00 PM
- Archive Date
- 03/17/2023
- Point of Contact
- Sylvia.Nobles@va.gov, Sylvia Nobles, Phone: 561-422-6849
- E-Mail Address
-
Sylvia.Nobles@va.gov
(Sylvia.Nobles@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Item No. Description of Service Estimated Annual Quantity Unit Unit Cost FY 23 Line total for item subject to surcharge Line total for item NOT subject to surcharge restrictions/ comment Mobilization, Labor & Supplies Mobilization and vehicle to the Miami VA Medical Center for weekly waste storage. 52 trips Mobilization and vehicle to the Miami VA Medical Center for bi-weekly waste haul, if on different day than the weekly mobilization. 26 trips Mobilization and vehicle to the Key West OPC 2 trips Mobilization and vehicle to the Broward VA OPC 2 trips Mobilization and vehicle to Deerfield Beach, Pembroke Pines, Hollywood, Homestead and Key Largo CBOCs 10 trips ea site 2/year Labor - level 1 - transfer of waste from generation location to Main Accumulation Area, packing waste and preparation of documents for shipping off-site. 520 hours Labor - level 2 - transfer of waste from generation location to Main Accumulation Area, packing waste and preparation of documents for shipping off-site. 260 hours supply nominal 50-gallon drum, open- or closed-top, plastic, UN rated for hazardous material shipment. 52 each supply 30-gallon drum, open- or closed-top, plastic, UN rated for hazardous material shipment. 104 each supply 14-gallon drum, open-top, plastic, UN rated for hazardous material shipment. 104 each supply 5-gallon drum open or closed (bucket or jug), plastic, UN rated for hazardous material shipment 208 each supply 4-CF box for transport of 4-ft-long flourescent lighting. 8 each supply packing material, vermiculite or equivalent 52 approx 1 cub ft bag supply overpack drum, 80 gallon 2 each Waste Disposal - Patient Care Hazardous Waste Pharmaceuticals (HWP) as defined by EPA final rule of 22 Feb 2019, includes non-RCRA pharmaceuticals, includes Cactus Sink cartridges, includes barium sulfate suspension, excludes pressurized containers. 520 18-gallon RCRA code PHRM, usually black. HWP potentially pressurized containers, usually inhalers. 6 18 gal RCRA code PHRM Pharmaceutical with infectious waste and/or sharps, formerly known as trace chemo 52 9 gal U058, biohazard, usually yellow tri-chloro acetic acid, 10-40% unspent, usu in 1-L bottle, labpack 4 5-gal D002 Silver nitrate applicators, used, 6-inch Arzol brand or equivalent, 1 2-gal D011 Waste Disposal - Clinical Laboratory staining process xylenes waste, usually in 1-gal jug, lab-pack 60 14-gal D001, F003 alcohol waste solution at least 80% with trace xylene and trace stain, bulk (separate item listed for less than 80%) 6 55-gal D001. to be bulked. AFB Stain discharge, 75% water, 5% of ea: Auramine/Rhodamine (Remel #40090), Decolorizer (Remel #40094), KMnO4 (remel #40092), Carbofuschin (BD #212518), Methylene blue (BD #212516); bulk. 4 55-gal 80%) 6 5 gal D001 Dimethylformamide test discharge: DMF 30%, Dichloromethane 30%, methanol 20%, piperidine 10%, mtbe 10%, trifluoroacetic acid 0.1% 8 5-gal D001 Waste Disposal - Other Medivators Rapicide A unspent - Hydrogen peroxide 21-24%; Acetic acid 8-10%; Peroxyacetic acid 4.5-6% 12 5-gal D001 oxidizer & D002 organic acid, to be bulked. Medivators Rapicide B unspent - Trisodium phosphate 1 - 4.5%; 1H-Benzotriazole 0.5 - 1.5% 12 5-gal non RCRA caustic, pH 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. Please complete the first four pages. Subject: Compliance with 13 C.F.R. 125.6 DATE: Contractor Point of Contact Business Name DUNS #: Solicitation Number: 36C24823Q0537 Offerors are required to comply with 13 C.F.R. 125.6. Offerors are to check which block applies: [ ] I certify that no subcontractors are anticipated in performing services under this contract. [ ] I certify that my company and those anticipated subcontractors that are similarly situated, are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted. Contractor DUNs Number Description of Work COST of work in % ____________________ _______________ _ ____________________________ ____________ ____________________ _______________ _ ___________________________ ____________ ____________________ _______________ _ _____ ____________ ____________ ____________________ _______________ ______________________________ ____________ Total % of value of contract by Prime Contractor ____________ Total % of value of contract by similarly situated subcontractors ____________ WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed. IAW 1001 of Title 18, I certify the above representations are true and correct to the best of my knowledge. _________________________________________________ ____________ (Contractor) Date Return this certification via email to: Sylvia.Nobles@va.gov 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 February 15, 2023, 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-of lading forms to be signed by the COR. 4.5. The Contractor shall be responsible for the transportation of chemical waste from within MVAHS in accordance with current DOT regulations. The waste is to be shipped to an appropriately licensed treatment, storage and disposal (TSD) facility. The transporting vehicle shall be placarded as required by the DOT. 4.6. The Contractor shall dispose all chemical waste in the following preferred priority: (1) Recycling or reclaim. (2) Treatment of the chemical waste (at a facility approved for such processing by an appropriate state or federal agency) in a manner that renders it no longer a hazardous waste as defined in the 40 CFR series. (3) The long-term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency. 4.7. The Contractor shall provide spill cleanup service for chemical and hazardous waste at it pertains to this contact. A Contractor team shall arrive on site within 24 hours of notification by the VA and perform the cleanup in a timely manner. 4.8. The contractor shall obtain all necessary permits, if hazardous waste must be transported through jurisdictions that require special permitting. 4.9. The Contractor shall provide to the Government any additional certifications that may be required because of changes in such laws. 4.10. The Contractor shall obtain approval and signature for each manifest from the VA Facility s Contracting Officer Representative or his/her designee verifying that the Contractor has accepted the waste from the VA and that the waste was properly packaged for shipment prior to the removal and transport of waste generated by the VA. 4.11. The Contractor shall collect chemical waste onsite for storing into the Main Accumulation Area on a weekly frequency unless a lesser frequency is instructed or agreed to by the COR. 4.12. The contractor shall haul/transport waste off-site no less frequent than every two weeks unless a lesser frequency is instructed or agreed to by the COR. 4.13. The Contractor shall haul all waste that has been stored in the Main Accumulation Area for at least two weeks, upon the next hauling event unless a lesser frequency is instructed or agreed to by the COR. 5.0. Performance Location and Hours. 5.1. Primary place of performance is the Bruce W. Carter, Miami VA Medical Center, 1201 NW 16th Street, Miami, Florida, 33125. Working spaces and large equipment such as fork-lift and pallet jack will be provided by the Government. 5.2. Government normal duty hours are from 0730-1630, Monday through Friday, excluding Federal holidays. Contractor access will be provided during this time period. 6.0. Deliverables. 6.1. The Contractor shall provide to the COR a copy of the Generator waste manifest prior to leaving the site with the waste. The manifest shall be signed by the Contractor and the COR or designee. 6.2. The Contractor shall ensure that their contractor, the TSD facility, furnishes a properly executed and legible copy of the appropriate manifests required to document the completed shipment of chemical waste generated by the Government under the terms of this contract. The copy shall be provided to the COR within forty five (45) calendar days of removal of waste from this facility in accordance with 40 CFR regulation. 6.3. The Contractor shall provide to the COR upon request documentation from the TSD of final disposal of waste hauled. 6.4. All manifests, waste determinations, waste generation data, shipping information and other data required for the proper execution of this contract will be maintained by the contractor in an electronic database format that is exportable through a Mi...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6352e5d2c940461092a97b68a4e260ca/view)
- Place of Performance
- Address: Miami VA Medical Center 1201 NW 16th Street Miami, FL 33125-1693, USA
- Country: USA
- Country: USA
- Record
- SN06584303-F 20230209/230207230107 (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 |