SOLICITATION NOTICE
S -- Regulated Medical Waste Pick-up/Disposal Service B+4
- Notice Date
- 1/23/2025 6:56:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24725Q0296
- Response Due
- 2/13/2025 7:00:00 AM
- Archive Date
- 04/14/2025
- Point of Contact
- LaTerrica Sewell, Contracting Officer, Phone: 706-733-0188
- E-Mail Address
-
LaTerrica.Sewell@va.gov
(LaTerrica.Sewell@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation 36C24725Q0296 is issued as a request for quotation (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-02, dated 01-03-2025. (iv) This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/) concern verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA Vet Cert verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 562211, Small Business Size Standard $47.0 Million. Applicable wage determination WD # 2015-4609, Revision 24, dated 12/23/2024 is incorporated. (v) Contractor shall provide quote for services a base plus (4) four option years. (vi) PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) pick up/disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Base POP Begin: 04-01-2025 POP End: 03-31-2026 1001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) pick up/disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Option 1 POP Begin: 04-01-2026 POP End: 03-31-2027 2001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) pick up/disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Option 2 POP Begin: 04-01-2027 POP End: 03-31-2028 3001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) pick up/disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Option 3 POP Begin: 04-01-2028 POP End: 03-31-2029 4001 12.00 MO __________________ __________________ Contractor shall perform Regulated Medical Waste (RMW) pick up/disposal services in accordance with the Statement of Work (SOW). This service includes but is not limited to items contaminated with blood and body fluids/waste, chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials and the collection, packaging, transport, and incineration or otherwise disposal of medical waste materials in accordance with all applicable Environmental Protection Agency (EPA), Food and Drug Administration (FDA), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA) and any other state and federal requirements or guidelines. Contract Period: Option 4 POP Begin: 04-01-2029 POP End: 03-31-2030 GRAND TOTAL __________________ (vii) Description of Requirement: STATEMENT OF WORK Regulated Medical Waste and Sharps Removal Services Tuscaloosa VA Medical Center A. GENERAL INFORMATION: 1. Title of Project: Regulated Medical Waste and Sharps Removal Services 2. Location of Services: Tuscaloosa VA Medical Center, 3701 Loop Road East, Tuscaloosa, AL 35404 3. Location of Sharps/Bio-Hazard Containers: Building Room Number Quantity 137 4-117 1 137 14-117 1 137 14-106 1 137 3117 1 137 3104 1 137 D3-101 1 137 E3-107 2 137 E3-117 1 137 G3-101 1 137 G3-116 2 137 H3-113 1 137 13-100 1 137 12-117 2 135 G-15 1 135 G-17 1 135 G18 1 135 G19 1 135 G21 1 135 G23 1 135 G23 1 135 G26 1 135 G25 1 135 G27 1 135 G31 1 135 G32 1 135 G33 1 135 G34 1 135 G42 1 38 210 1 38 211 1 38 212 1 38 213 1 38 214 1 38 206 1 38 207 1 38 240 1 38 242 1 38 243 1 38 244 1 38 243 1 38 243A 1 38 227 1 38 241 1 38 241A 1 38 243 1 38 251 1 38 252 1 38 254 1 38 111 1 38 112 1 38 113 1 38 114 1 38 115 1 38 110 1 38 109 1 38 106 1 38 104 1 38 143 1 38 133 1 38 133B 1 38 141 1 38 142 1 38 142A 1 38 143 1 38 144 1 38 144A 1 38 145 1 38 152 1 38 152A 1 38 153 1 38 155 1 1 314 2 1 308 1 1 323 1 1 420 1 PHAR-135 G12, G58 2 PHAR-145 TBD 2 EYE 20A 1 DENTAL 41B, 41E, 41H, 41J, 41M, 41N, 41P, 41Q 1 LAB-135 123, 128, 128A, 128C, 133, 133B, 133D 25 18 108 1 146 19, 30 2 147 19 2 149 23, 33, 45, 69, 79 9 61 A37 1 61 B-20 3 61 B23 2 61 D20 1 61 D-22 3 CAGE-3 N/A (Storage) 69 (estimated) 3. Period of Performance: Base Plus Four (4) Option Years as follows: Base Year: April 1, 2025 March 31, 2026 Option Year #1: April 1, 2026 March 31, 2027 Option Year #2: April 1, 2027 March 31, 2028 Option Year #3: April 1, 2028 March 31, 2029 Option Year #4: April 1, 2029 March 31, 2030 4. Type of Contract: Firm Fixed Price 5. Days and Hours of Operation: The Tuscaloosa VAMC business days and hours are Monday through Friday 8:00 am- 4:30 pm, Central Standard Time, excluding Federal Holidays. Federal Holidays are New Year s Day, Martin Luther King Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. B. GENERAL REQUIRMENTS: 1. The contractor shall provide all labor, supervision, transportation, supplies, equipment necessary to pick up and transport regulated medical waste (RMW) to include the pickup of sharps and bio-hazard waste. 2. The contractor shall collect, transport, and dispose of RMW and sharps. Should be treated by autoclaving or by means as regulated by the Alabama Department of Environmental Management, and in accordance with Federal, State and local laws and regulations. 3. Pickup of full sharps and RMW shall be twice every week on Wednesdays from the locked cage located in Building 3. Twice per week the contractor should pick up from all units as listed in the above table. Contractor is to check in with the COR or Chief EMS. 4. This medical facility has as estimate 19,102 pounds of RMW that is disposed of per year and 13,000 pounds of sharps and bio-hazardous waste per year. 5. Types of RMW include, but are limited to the following: a. Pathological Waste b. Cultures, stocks and vaccines c. All used and unused sharps d. Blood, blood products, other potentially infectious body fluids and contaminated items e. Pharmaceuticals (controlled, outdated and vaccines) **will not be separated NOTE: PLEASE BE ADVISED that all personnel of the awarded contractor MUST have a completed Tuberculosis Skin (TB) Test in order to work in patient areas. The TB Skin Test will be at the expenses of the contractor and proof of the test must be submitted to the Contracting Officer Representative (COR) prior to any on-site services conducted at the TVAMC. C. SPECIFIC SERVICES: 1. Provide and Service Reusable Sharps Containment System: a. Contractor shall provide labor, transportation, collection, removal, treatment and destruction services including a reusable sharps containment system compliant with Centers for Disease Control (CDC) and National Institute for Occupational Safety and Health (NIOSH) guidelines for the storage, transport and shipment of regulated medical waste. b. A minimum of 90 containers are needed bi-weekly at the TVAMC. For start up purposes, a total of 196 containers are needed as follows: 2 gallon 64 4 gallon 36 7 gallon 96 c. Contractor shall provide rigid puncture resistant sharps containers that meet the American Society for Testing Materials (ASTM) Standard F2131-01 ""Standard Specification for Puncture Resistance of Materials Used in Containers for Discarded Medical Needles and Other Sharps"" d. Contractor shall provide sharps containers that include appropriate sizes and shapes, opening types (vertical drop) and closures (locking mechanism), mounting brackets, carts with casters (to hold and transport), training, and replacement for sharps collection and containment of Sharps Waste (defined below). e. Sharps containers shall be of the type that lends itself to privacy of patient information (example- be of solid red in color). Each container shall meet all requirements of The Occupational Safety and Health Administration (OSHA) regulation 29 CFR 1910.1030 'Bloodborne Pathogens"" and be registered as a sharp waste container with the Food and Drug Administration (FDA). f. Contractor shall provide labor, tools, materials, supplies, appropriate equipment, transportation, and supervision necessary to pick up, store, transport, decant, and clean/sterilize containers as well as destroy, dispose of, document, and invoice for waste removed from the containers. Special function items such as, but not limited to, funnel tops, traps, wall cabinets and related hardware, shall be supplied by the contractor at no additional cost to the VA. g. ""Sharps infectious Waste"" shall be considered for the purpose of this contract to include hypodermic needles, syringes and scalpel blades. The term does not include any hazardous waste, radioactive waste, or pharmaceuticals. The Medical Center will be responsible for the segregating of all waste in accordance with Federal, State, and Local requirements. h. The Contractor shall provide a supply of clean/sterilized, dry and free of odors, reusable sharps containers to be kept on site to be used in the event that a container does become full prior to the contractor's scheduled exchange visit and an Environmental Management Service (EMS) staff member will then replace full container with a new empty one. Exact storage location to be determined by EMS. i. Contents of containers shall be transported off station and disposed of as RMW. The contaminated reusable sharps containers shall be cleaned, disinfected, and sterilized for reuse. Reusable sharps containers shall not be cycled through more than 500 times or as stated and allowed by applicable and current regulations. The cost of any replacement sharps containers shall be at the Contractor's expense. j. All containers shall be clearly labeled with Biohazard symbol and the word ""BIOHAZARD' displayed on them along with barcode. k. The contractor will provide red bags/liners for the re-useable plastic containers as needed, or upon request. We will require 8- and 15-gallon bags, using an estimated 1,200 bags per year for each size. l. In additional to re-useable containers, contractor will provide red bags for use in emergencies. 2. Provide Regulated Medical Waste (RMW) collection and disposal services a. Contractor shall provide services including the provision of containers and labels for regulated medical waste; pickup of all regulated medical waste streams to include sharps; storage and transport; decanting, examination, appropriate treatment, disposal, and documentation of quantities and weights of waste; cleaning of containers; and provision of legal manifest which accurately documents the chain of custody from point of pickup to final disposition. b. The estimated quantity of waste pickup is established in Section B2 Price/Cost Schedule. c. Contractor will pick up medical waste and sharps from the units as listed in Section A3 and take to building 3, locked cage. The contractor will pick up and dispose of RMW and sharps from the containers behind Building 3 in the locked cage. d. Regulated Medical Waste containers: Containers shall be made of rigid plastic construction designed to prevent puncture by needles and other sharps, capacity not to exceed 96-gallons, (minimum of 26 wheeled totes are needed in the catchment area) and shall include locking safety handles along with appropriate bio-hazard warning symbols approved by the State and Federal regulatory agencies. Contractor shall maintain the re-used containers and equipment in a state of satisfactory repair (no broken wheels or lids, sharp points) and appearance (free of dirt/old paper stickers) as determined by the COR. Contractor shall have containers disinfected inside and out and free of moisture using the Centers for Disease Control (CDC) approved disinfectant before returning them to the medical center or clinics for use. Safety Data Sheet (SDS) information shall be provided by the contractor to the COR prior to use. e. Medical waste and sharps should be disposed of by autoclaving. D. SAFETY REQUIREMENTS AND TRAINING: a. Contractor vehicles, carts, materials, or supplies shall not be left unattended. Vehicles shall be parked only in designated area as provided by EMS staff. b. Contractor shall ensure that its staff who drive on VA property are professional, comply with all facility policies such as zero tolerance for sexual harassment and violence in the workplace, drug-free workplace, safety, and be appropriately dressed. c. Contractor shall ensure that facility standards are followed along with The Joint Commission standards. Contractor is solely responsible for any and all spills or leaks during the performance of the contract. d. The Contractor agrees to clean up such spills and/or leaks to the satisfaction of the Government in a manner which satisfies the applicable regulations, at no cost to the Government e. The Contractor shall report to the VA Safety Officer via the COR all spills, regardless of quantity and all personnel exposures. Such reports shall first be reported by telephone within 30 minutes following the incident and shall have a follow up in writing no later than seven (7) days after the initial report. When reporting a spill, the following information shall be furnished (1) quantity spilled; (2) exact location of spill; (3) containment procedures initiated; (4) clean-up and disposal procedures; (5) personal injury involved; (6) assistance required; and (7) a narrative summarizing all on-scene visits made by local, state, and federal officials. f. Contractor shall not dispose of any chemical containers contaminated by cleaning chemicals in any location in the facility except as specified by the COR. g. Contractor shall comply with all applicable federal, state, county regulations on workers' safety standards and related training. h. All Contractor personnel involved in the performance of this contract shall have received training regarding the handling of infectious materials, and emergency procedures to be followed in case of a spill before starting work under this contract. i. Certification of such training shall be provided within (fifteen) 15 days of receiving notice of award of the contract. Certification for any new contract employees shall be provided to the Contracting Officer within thirty (30) days of receipt of the training. E. CONTRACTOR SUBMITTALS: a. Prior to commencement of any work, the Contractor and employees working on this contract shall submit to the COR and/or Contracting Officer: Contractor shall be properly licensed by Federal, State and Local authorities to provide pickup, removal and disposal of bio-hazardous waste and insured. Contractor shall attach copies of licenses, permits, and proof of insurance indicated above with their quote at time of offer due date and shall maintain all required licensing, permitting, and insurance throughout the life of the contract. Contractor shall provide name, address, contact name and telephone number of all disposal facilities to be used under this contract, with their offer at time of offer due date. Contractor shall make complete distribution of the waste to a reliable licensed facility approved by all Federal, State, and Local regulatory bodies for disposal. The contractor shall identify a person who shall be responsible for the performance of work. The name and phone number shall be provided to the Contracting Officer at the time of offer. The contractor shall establish and maintain a complete quality control program to assure the requirements of the contract are provided as specified. The contractor shall provide a copy of their quality control program to the Contracting Officer at the time of offer. The contractor shall develop and submit to the Contracting Officer, a copy of their contingency plan in the event of vehicle breakdown, disposal facility breakdown, natural disaster, or employee strike at the time of offer. The contingency plan will include notification procedures for informing the Contractor Officer Representative (COR)/generator of any actuation of the contingency plan to prevent possible violation of interstate laws. F. CONTRACTOR QUALIFICATIONS: All personnel of the awarded contractor MUST have a completed Tuberculosis Skin (TB) Test in order to work in patient areas. The TB Skin Test will be at the expense of the contractor and proof of the test must be submitted to the Contracting Officer Representative (COR) prior to any on-site services conducted at the TVAMC. Contractor must provide a copy of the State Department of Environmental Management, Notification of Permit by Rule Operations Solid Waste Collection Operation Permit, Transporter Permit. G. MANIFEST DOCUMENTATION/REPORT a. Contractor will make pickups at the designated pick up points between the hours of 8 am and 2:30 p.m. (weekdays). b. The contractor shall provide tracking of medical waste from the point of pickup, through use of an EPA, DEQ for applicable state, and DOT approved manifest system. c. The Contractor shall provide hard copy documentation (manifest sheets) to the COR, indicating time and date of pickup, time and date of autoclaving, and weight of each container received at the time of pick up. d. Contractor staff shall engage only authorized EMS staff (COR or designee) to sign manifests of waste in accordance with DOT and state requirements. Contractor shall provide final copy of manifests within two (2) weeks after the end of the month of service. e. Contractor shall provide the weights of medical waste processed for each facility site at the end of each month. These weights may be included on the monthly invoice but must be provided monthly. f. Contractor will provide all the necessary labels to designate the type of medical waste contained in each container (medical waste) H. QUALITY CONTROL/ASSURANCE (CONTRACTOR): a. The contractor shall establish and maintain a complete quality control/assurance program to assure the requirements of the contract are provided as specified. b. The contractor shall provide a copy of their quality control/assurance plan to the Contracting Officer with their quote at time of offer due date. I. QUALITY/PERFORMANCE REQUIREMENTS SUMMARY a. As stated above, the contractor shall be responsible for their own internal Quality Control Program. The Government will perform surveillance of the contractor's performance using the Performance Work Statement and the Performance Requirements Summary (see Technical Exhibit 1) on the next page to determine if the contractor exceeds, meets, or does not meet these standards. The fact that the government is performing surveillance of the contractor's performance does not in any way relieve the contractor from performing their own surveillance and maintaining acceptable quality levels. b. Performance Requirements Summary Matrix: 1. The government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Technical Exhibit 1 Performance / Requirement Indicator Performance Standard Performance Measure (AQL) Monitoring Method / Method for Surveillance Incentive Waste collection/pickup form both RMW and Sharps Containers (Sections 3a and 3b) Within time specified 100% (no deviation) Direct observation, random sampling by COR and customer complaints Positive Past Performance & Exercise of Option Year Periods Treat and Disposal of Waste (Section 3) Dispose of in accordance with OSHA, EPA, and local, stated, and federal regulations 100% (no deviation) Direct observation, random sampling by COR Positive Past Performance & Exercise of Option Year Periods Provide copies/access to documentation (manifest sheets) to the COR, indicating time and date of pickup, time and date of autoclaving, and weight of each container received at the time of pick-up (Section 6) Provide at the time of pickup 100% (no deviation) Direct observation, random sampling by COR Positive Past Performance & Exercise of Option Year Periods Pick-up, Disposal Documents the contractor shall provide copy of monthly record of the weights for medical waste (manifests) picked up and disposed of. (Section 6) Final documents received within 2 weeks, following the end of the month 100% (no deviation) Direct observation, random sampling by COR Positive Past Performance & Exercise of Option Year Periods (viii) FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2023), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS--- NOTICE AND REPRESENTATION JUN 2020 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION OCT 2018 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 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. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The offeror shall submit their quote on company letterhead. The offeror s quote shall include the name, address, and telephone number of the offeror, the offeror s UEI# and ORCA document, in SAM at (https://sam.gov) , and a completed copy of 52.212-3 offeror Representations and Certifications- Commercial Items. All fillable documents are required for submission. Submission of VAAR 852.219-75 certification completely filled out is required. Acknowledgement or signed copy of all amendments posted to the solicitation and signed 1449. All Offerors must meet the small business size standard of $47M for NAICS code 562211 Hazardous Waste Treatment and Disposal at the time of submission of quote and at the time of award. All offerors must be registered in Veterans Small Business Certification () and SAM at the time of quote submittal. An Offeror must be SDVOSB Verified (reference VAAR 852.219-73) at time of quote submission and at time of award. VAAR 852.219-75 certification are a submission requirement and shall be submitted electronically. An offeror shall indicate in its quote whether it will (1) self-perform 100% of the requirement, or (2) subcontract any portion of the requirement. If the offeror intends to subcontract any portion of the requirement, the offeror shall provide a subcontracting plan that includes a percentage breakdown evidencing how the offeror will comply with the limitations on subcontracting in 13 CFR 125.6(a)(1). Failure to provide the required information may result in an offeror s quote being rejected without further consideration. If the offeror plans on using subcontractors, you must provide a subcontracting plan to include: a. Business Name b. Business Size c. Work they will be performing, to include % of work on contract d. % of payment to be receive of total contract amount 7. Price: The offeror shall fill-in all unit prices and totals for each CLIN as well as the total amount of the price quote in the solicitation s Price Schedule. 8. Technical: The offeror shall demonstrate in its quote in as much detail as possible how it will meet the Tusacaloosa VA Medical Center, Tuscaloosa, AL- Regulated Medical Waste and Sharps Removal Services requirement as described in the solicitation s statement of work. 9. Past Performance: The offeror is required to provide a minimum of two (2) past performance reference for similar services within the last four (4) years, either Governmental or Commercial entity, in response to this solicitation, to include place, size, and years of service performed. If no past performance is available, you must address this in your offer. Past performance will be reviewed as part of the responsibility determination only. 10. All questions should be emailed to LaTerrica.Sewell@va.gov by Thursday, January 30, 2025, at 10:00AM EST.. No late submissions will be ACCEPTED. All responses to questions shall be incorporated into a written amendment posted to the Government Point of Entry (GPE). The offeror is encouraged to monitor the GPE, SAM website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (https://.sam.gov). There will be no automated email notification of amendments. 11. Quotes must be received by Thursday, February 13, 2025, at 10:00AM EST. Email your quote to LaTerrica.Sewell@va.gov. The subject line must have the solicitation the offeror is responding to listed. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. a. The offeror will submit all documents in PDF form, preferably one document, with no more than ten (10) pages. Not providing all the required documents above along with not following the instructions for submission will result in an unacceptable quote. (End of Provision) ix. FAR 52.212-2, Evaluation Commercial Items (NOV 2021), applies to this solicitation. BASIS FOR AWARD: This Request for Quote (RFQ) is issued in accordance with FAR 12 and in conjunction with Simplified Acquisition Procedures FAR 13.5. Evaluation of price and other factors will be performed in accordance with procedures outlined in FAR 13.106-3. A single award will be made to the offeror who represents the Best Value utilizing comparative analysis, considering, technical, past performance, and price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: The technical evaluator will evaluate the offerors quote to fulfill this requirement. The offeror will show its understanding of the requirement and the viability of its quote by demonstrating its plan of action to provide this service, demonstration of knowledge of the service and ability to perform by providing a detailed plan of equipment and personnel required to fulfill the need and the procedures you will use while executing the requirement. This description shall include: Offer must be in business for two or more years. Offeror must provide capabilities statement specifying the ability to provide service directly related to Regulated Medical Waste and Sharps Removal Services outlined in the Statement of Work (SOW). Details of the vendor s internal quality assurance plan. Past Performance: The offeror is required to provide a minimum of two (2) past performance references for similar services within the last two (2) years, either Governmental or Commercial entity, in response to this solicitation, to include place, size, and years of service performed. If no past performance is available, you must address this in your offer. Past performance will be reviewed as part of the responsibility determination only. Price. The Vendor is required to quote a fully burdened fixed price for the CLIN structure as shown in Section vi. Insert the quoted unit and extended prices in Contract Line-Item Number (CLIN) 0001 through 4001. All unit prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. The Government shall evaluate price to determine if it is considered fair and reasonable in accordance with FAR Part 13.106-3. (b) Options. The Government will consider offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line-item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserv...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f6dd67e2ff2e4f08beed20a44ad9759b/view)
- Place of Performance
- Address: Department of Veterans Affairs Tuscaloosa VA Medical Center 3701 Loop Road East, Tuscaloosa 35404, USA
- Zip Code: 35404
- Country: USA
- Zip Code: 35404
- Record
- SN07321073-F 20250125/250123230101 (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 |