SOLICITATION NOTICE
42 -- FARGO VA & CBOCS Service - Hazardous Waste Disposal
- Notice Date
- 3/6/2025 12:39:18 PM
- Notice Type
- Presolicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26325Q0534
- Response Due
- 3/13/2025 8:00:00 AM
- Archive Date
- 06/20/2025
- Point of Contact
- Alberta Mickells, Contract Specialist, Phone: 402-995-3081
- E-Mail Address
-
Alberta.Mickells@va.gov
(Alberta.Mickells@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY The purpose of this Sources Sought is to conduct market research to procure a service to collect, transport, treat and dispose of Hazardous Medical Waste Disposal. This notice serves to survey the market to ascertain whether-or-not sources are capable of providing the requested services. This notice also allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. Please review the DRAFT Statement of Work (SOW) to compare your supply/service to what is requested. Complete the line-items below and submit any documentation supporting your product/service for consideration. Network Contracting Office 23 (NCO 23) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 562211 Hazardous Waste Treatment and Disposal This Sources Sought is to gain knowledge of potential qualified sources and their size classification(s) (Service Disabled/Veteran Owned Small Business (SD/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 562211. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors are requested to respond to this notice but are required to respond to the official solicitation announcement in order to be awarded the contract. INSTRUCTIONS: RESPONSES MUST INCLUDE THE FOLLOWING INFORMATION: Primary Information: Company Name: Point of Contact (POC) name: Email address: Phone number: Unique Entity ID No. listed in the System of Awards Management (SAM): Business Size: (Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Other, Small Business, or Large Business) for the NAICS code 562211 Hazardous Waste Treatment and Disposal . Please indicate whether you hold a GSA Federal-Supply-Schedule or Indefinite Delivery/Indefinitely Quantity (IDIQ) contract that covers this type of request. If so, please provide the Schedule contract number. IMPORTANT If your firm is a Socio-economic Small Business (SDVOSB, VOSB, Hub zone, 8(a), Small, Small disadvantaged, Woman owned small business), please state if your firm is a Nonmanufacturer under the Nonmanufacturer Rule. For more information about the Nonmanufacturer Rule and how it applies to your firm, click on this Small Business Administration link: https://www.sba.gov/partners/contracting-officials/small-business-procurement/nonmanufacturer-rule Please check the lines below that apply to your firm: a. ____ Business size does not exceed 500 employees. b. ____ Firm is primarily engaged in the retail or wholesale trade and normally sells this type of item being supplies. c. ____ Firm takes ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. d. ____ Supplies the end products of a small business manufacturer or processor made in the United States. Please indicate whether you hold a GSA Federal-Supply-Schedule or Indefinite Delivery/Indefinitely Quantity (IDIQ) contract that covers this type of request. If so, please provide the Schedule contract number. The attached SOW is a draft and is NOT finalized. If any portions are unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response so they can be addressed. Response is due by 03/13/2024, at 10:00AM Central Time. Please submit e-mail responses to Mrs. Alberta Mickells, Contract Specialist, at email address: Alberta.Mickells@va.gov. Please place HAZARDOUS Waste Disposal in the subject line of your email. This notice is to assist the Department of Veterans Affairs in determining qualified sources only. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Collection and disposal of Hazardous Waste at the Fargo VA Health Care System main campus, CBOCs, and CRRC (Downtown). Contract Period: Base POP Begin: 04-01-2025 POP End: 12-31-2025 PRINCIPAL NAICS CODE: 562211 - Hazardous Waste Treatment and Disposal PRODUCT/SERVICE CODE: 4235 - Hazardous Material Spill Containment and Clean-Up Equipment and Material 1001 12.00 MO __________________ __________________ Collection and disposal of Hazardous Waste at the Fargo VA Health Care System main campus, CBOCs, and CRRC (Downtown). Contract Period: Option 1 POP Begin: 01-01-2026 POP End: 12-31-2026 PRINCIPAL NAICS CODE: 562211 - Hazardous Waste Treatment and Disposal PRODUCT/SERVICE CODE: 4235 - Hazardous Material Spill Containment and Clean-Up Equipment and Material 2001 12.00 MO __________________ __________________ Collection and disposal of Hazardous Waste at the Fargo VA Health Care System main campus, CBOCs, and CRRC (Downtown). Contract Period: Option 2 POP Begin: 01-01-2027 POP End: 12-31-2027 PRINCIPAL NAICS CODE: 562211 - Hazardous Waste Treatment and Disposal PRODUCT/SERVICE CODE: 4235 - Hazardous Material Spill Containment and Clean-Up Equipment and Material 3001 12.00 MO __________________ __________________ Collection and disposal of Hazardous Waste at the Fargo VA Health Care System main campus, CBOCs, and CRRC (Downtown). Contract Period: Option 3 POP Begin: 01-01-2028 POP End: 12-31-2028 PRINCIPAL NAICS CODE: 562211 - Hazardous Waste Treatment and Disposal PRODUCT/SERVICE CODE: 4235 - Hazardous Material Spill Containment and Clean-Up Equipment and Material 4001 12.00 MO __________________ __________________ Collection and disposal of Hazardous Waste at the Fargo VA Health Care System main campus, CBOCs, and CRRC (Downtown). Contract Period: Option 4 POP Begin: 01-01-2029 POP End: 12-31-2029 PRINCIPAL NAICS CODE: 562211 - Hazardous Waste Treatment and Disposal PRODUCT/SERVICE CODE: 4235 - Hazardous Material Spill Containment and Clean-Up Equipment and Material GRAND TOTAL __________________ NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these supplies and/or services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought notice. STATEMENT OF WORK TITLE: Hazardous Waste Management Services OVERVIEW: The Fargo VA has a need for a qualified contractor with the capability and capacity to provide disposal services for hazardous waste, non-hazardous chemical waste, specialty waste (i.e. hazardous pharmaceutical, High Hazardous Waste, DEA drug waste, non-hazardous pharmaceutical, and dual waste [hazardous chemical and bio-hazardous combined]), universal waste, emergency spill response services, lab pack services that include supplies, labeling, lab-packing, consolidation, shipment, manifesting, and consulting from the U.S. Department of Veteran Affairs at the Fargo VA Campus, Community Based Outreach Clinics (CBOC) (8) and the Community Resource and Referral Center (CRRC) This contract will not include the disposal of infectious, bio-hazardous, radiological, or pathological waste except for dual (chemical and infectious combined) waste. ACRONYMS: 1. CO Contracting Officer 2. COR Contracting Officer s Representative 3. VA Department of Veterans Affairs 4. VAHCS Fargo VA Health Care System. 5. SOW Statement of Work 6. OSHA - Occupational Safety and Health Administration 7. EPA - Environmental Protection Agency 8. DOT Department of Transportation 9. MPCA Minnesota Pollution Control Agency 10. JC Joint Commission 11. MDH Minnesota Department of Health 12. NDDEQ North Dakota Department of Environmental Quality 13. CDC Centers for Disease Control 14. DEA Drug Enforcement Administration 15. RCRA Resource Conservation and Recovery Act 16. CFR Code of Federal Regulations 17. Contractor Employee means all Contractor staff, technicians, personnel, subcontractors, or persons working on behalf of the Contractor. 4. PLACE OF PERFORMANCE: Fargo VA Health Care System, 2101 Elm St. North, Fargo ND 58102 (Monthly) Bemidji Community Based Outpatient Clinic (CBOC) 1217 Anne Street NW, Bemidji MN 56601 (Semi-Annually) Bismarck Community Based Outpatient Clinic (CBOC) 2700 State Street Suite F, Bismarck ND 58503 (Semi-Annually) Devils Lake Community Based Outpatient Clinic (CBOC) 1031 7th Street NE, Devils Lake ND 58301 (Annually) Fargo Community Resource and Referral Center (CRRC) 721 1st Ave North, Fargo ND 58102 (Annually) Fergus Falls Community Based Outpatient Clinic (CBOC) 1039 North Park Street, Fergus Falls MN 56537 (Annually) Grafton Community Based Outpatient Clinic (CBOC) 1319 West 11th Street, Grafton ND 58237 (Annually) Grand Forks Community Based Outpatient Clinic (CBOC) 3221 32nd Ave. South, Grand Forks ND 58201 (Semi-Annually) Jamestown Community Based Outpatient Clinic (CBOC) 2430 20th Street Southwest, Suite B, Jamestown ND 58401 (Annually) Minot Community Based Outpatient Clinic (CBOC) 3400 South Broadway Street, Minot ND 58701 (Semi- Annually) PERIOD OF PERFORMANCE: This contract will be a Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract for One (1) Base Year with Four (4) Option Years. Renewal of Option Years is subject to availability of the next fiscal year funding. QUALIFICATIONS AND SPECIAL CERTIFICATIONS: Contractor must obtain all necessary permits and/or licenses regarding the pickup and incineration or other acceptable disposition as regulated by State and Federal EPA Guidelines for hospital hazardous/dual waste. Treatment, Storage and Disposal Facilities (TSDFs) need a Resource Conversation and Recovery Act (RCRA) permit. Federal Certificate of Registration to Transport Hazardous Waste Federal Safety Permit to Travel on Highways If waste covered under this contract must be transported through a jurisdiction which requires special licensing or permitting, the Contractor and/or subcontractor shall obtain and maintain all necessary licenses and permits. The Contractor shall provide copies of these licenses and permits to the COR/POC. The Contractor and/or subcontractor shall, without additional cost to the Fargo VAHCS or federal government, provide and maintain all licenses and permits for personnel, trailers, containers, vehicles, and other resources required for proper transportation and disposal of the wastes covered under this contract in accordance with all applicable federal, state, local, municipal, and VA, laws, regulations, and requirements. If appropriate licenses and permits are not maintained in accordance with these applicable laws, regulations and requirements, The Fargo VAHCS may terminate the contract effective upon discovery. The Contractor is required to perform characterization of all waste streams identified by each facility using process knowledge, identity of the chemicals, and other types of chemical analysis including but not limited to Toxicity Characteristic Leaching Procedure (TCLP). Chemical wastes shall include but not be limited to flammables, corrosives, poisons/toxics/lethal, reactive wastes, dual and hazardous waste, and universal waste. Work shall be performed in accordance with all applicable, Federal, State, Local and all governing regulations. The successful offeror must possess the necessary technical expertise and resources required by this statement of work to be considered for contract award. REGULATIONS / DIRECTIVES / POLICIES: The Contractor must comply with all applicable Federal (US EPA, US OSHA, US DOT), State (MN OSHA, MPCA, NDDEQ), interstate, national consensus standards (JC), and local requirements, rules, regulations, and laws relative to the handling, removal, manifesting, transportation, management, disposal and/or treatment of hazardous, non-hazardous and specialty wastes. SCOPE OF WORK: Contractor shall provide all labor, personnel, transportation, vehicles, equipment, tools, and materials necessary to provide hazardous waste management services. Contractor shall have the capability and capacity to provide hazardous, dual, universal, and DEA drug waste, waste disposal services, lab packs, and removal of non-hazardous chemical waste removal and disposal from the VAHCS, in accordance with current federal, state, and local regulations. Services shall include pharmaceutical formulary review; technical consulting; electronic record keeping; emergency spill response; analysis, documentation, waste treatment, disposal and support services required to categorize, package, transport, document and dispose of hazardous, high hazardous, dual, and universal, and non-hazardous chemical wastes and their containers. The Certification and Accreditation requirements under VA Handbook 6500 do not apply, and as such a Security accreditation Package is not required. WASTE REMOVAL AND SHIPMENT: The contract will include removal, documentation, and shipment of wastes from the designated hazardous waste storage area at the Fargo VA HCS. This will include periodic shipments of DEA controlled substances waste and all labor and equipment to package, transport, treat and dispose of waste. Protection and Mandates: Contractor will provide appropriate protection for his/her employees to be within CDC guidelines that include barrier precautions, i.e., gloves, masks, eyewear and/or waterproof gowns, aprons, (lab) coats or respirators as necessary. COR or COR designee will notify Contractor of areas with the Health Care Systems or unusual circumstances requiring personal protective equipment (PPE) beyond standard practices. Contractor will comply with all applicable OSHA, MPCA, RCRA, the Joint Commission, MDH, Federal, State, interstate and local requirements, rules, regulations, and laws respecting control and abatement of Pharmaceutical and Hazardous waste disposal and management. Obtain all necessary permits and/or licenses regarding the pickup and incineration or other acceptable disposition as regulated by State and Federal EPA Guidelines for hospital hazardous/dual waste. This includes any laws in other states that are applicable to the transportation of hazardous/dual waste across state lines. Potential successful contractor may be asked for documentation that will help determine contractor responsibility and whether the transporter is aware of and in compliance with (these) regulatory requirements. The VAHCS requires hazardous waste removal as designated. Contractor must check in with the COR/POC or his/her designee prior to beginning any work and after completion. Shipments of hazardous, dual, universal, and non-hazardous healthcare waste must be provided every month. Periodic shipments of DEA controlled substances waste. All labor and equipment to package, transport, treat and dispose of waste. Technical expertise to categorize and profile waste and advise on federal, state, municipal and local regulatory compliance. Consulting Services At the Fargo VA s request, the contractor will provide technical expert consulting services on topics related to EPA, state specific RCRA, DOT, and other environmental regulations. Pharmaceutical Formulary Review Annual Update Annual pharmaceutical formulary review and report that identifies all listed and characteristic waste and codes including specific waste codes for Minnesota and North Dakota. The contractor will provide an electronic review of the VAHCS formulary and provide recommendations as appropriate. The completed review will identify all listed waste, characteristic waste, and RCRA-equivalent waste, including state specific waste codes, e.g. MN01 Lethal. The final review will be submitted in Microsoft Excel spreadsheet in an electronic file. Electronic record keeping and reporting. Controlled Substances Disposal Contractor personnel will be escorted by VAHCS staff. The Contractor will be responsible for the disposal of Controlled Substances from the Fargo VA HCS Pharmacy in compliance with all applicable DEA, EPA, MPCA, and local regulations and the needs of the Department of Veterans Affairs. TRANSPORTATION: Hazardous waste shall be transported on the public highways in vehicles that are licensed, permitted, or otherwise registered in accordance with all applicable federal, state, municipal and local laws. License number(s) must be posted on the exterior of the vehicles. Each vehicle transporting hazardous waste must have an emergency spill clean-up plan and basic cleanup equipment on board. Out of country shipments are prohibited under this contract. DISPOSAL: Contractor will dispose of hazardous waste in a manner that leaves no future expense potential to the VA or the federal government. Chemicals should be disposed of in the following preferred priority: The 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. These processes include (but are not limited to): Reprocessing or recovery followed by recycling/reuse. Chemical neutralization or detoxification. Thermal treatment (e.g. incineration, pyrolysis). The long-term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency. Acceptance of the hazardous property (chemical wastes) at a properly permitted treatment, storage, or disposal facility does not constitute disposal and/or completion of the contract. It is the prime contractor s responsibility to obtain all necessary documentation to prove that the timely end disposal of all items has been accomplished. Contractor shall provide the COR/POC with a list of disposal facilities that will be used in conjunction with this contract. This list must include the name of the company, address, city, and state, zip code, telephone number, EPA ID and State permit number. This contract will not include the disposal of infectious, bio-hazardous, radiological, or pathological waste with the exception of dual (chemical and infectious combined) waste. WASTE SPILL OR RELEASE: Should waste be spilled or released during the performance of services, through no fault of the Fargo VA HCS, the Contractor will be responsible for cleanup and all costs associated with the satisfactory remediation of the incident. This will include the cost of all labor and materials, repair of any damage, and/or harm caused to patients, visitors, and staff. Cleanup shall be performed to the satisfaction of regulatory authorities and the COR/POC. When waste is spilled or release by the contractor during the performance of services the Contractor shall submit a spill report. Such incidents shall be reported to the COR/POC immediately by telephone and in writing no later than seven (7) workdays after leaving the site. The spill report shall list at a minimum the type of spill, amount of waste, and personnel exposed to the spilled waste. The Contractor shall provide certification that the spill was cleaned up, a statement concerning the effect on any employees, and a description of the cause and corrective measure instituted by Contractor to ensure spills do not occur again. SCHEDULE: The Contractor and COR/POC will arrange for scheduled/routine (non-emergency) services that occur on a monthly basis. WORK HOURS: The Contractor shall perform services during normal business hours, 8:00 am - 4:30 pm, Monday through Friday, excluding Federal Holidays. The eleven national holidays observed by the Federal Government are: New Years Day January 1st Martin Luther King Jr. Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Any additional Federal Holiday declared by the President of the United States If the holiday falls on a Saturday, the previous Friday will be observed and if the holiday falls on a Sunday, the following Monday will be observed. The COR or DOT HazMat certified designee are available during those hours for the approval/signature of shipping manifests and other required documentation unless exigent circumstances require services during an unscheduled time. Any service performed outside of normal working hours shall be approved in advance by the Contracting Officer s Representative COR/POC. After-hours access will be coordinated with the GEMS Program Manager or the GEMS Program Manager s site designee. EMERGENCY SERVICES: The contractor shall provide a Primary and Alternate point of contact to the COR within 10 working days of contract award. Information shall include a 24-hour emergency contact (name, telephone #, mobile #) available during Contractor s non-business hours. TRAINING FOR CONTRACTOR PERSONNEL: The Contractor s on-site staff shall have training in hazardous waste handling and emergency procedures and provide documentation of this training. This training shall include OSHA, EPA, Minnesota Pollution Control, and DOT (including HM 181) regulations. PERMITS, LICENSES, AND REGULATORY COMPLIANCE: The Contractor shall maintain all applicable permits and licenses for services provided and comply with all applicable federal, state, municipal and local laws, rules, and regulations. The Contractor will obtain and maintain any additional permits and licenses that may be required because of changes in regulations. This includes compliance with all Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA), Minnesota Pollution Control Agency (MPCA), North Dakota Department of Environment Quality (NDDEQ) Joint Commission (JC), Minnesota Department of Health (MDH) requirements and requirements in other States applicable to the transportation and disposal of waste that crosses state lines. Current waste transporter permit(s) for the contractor and subcontractors. List of all transfer stations, treatment, storage, and disposal facilities (TSDFs) including incineration, wastewater and sludge treatment facilities that shall be utilized during this contract to include the capacity of these facilities and the waste codes for the waste streams they are permitted to accept by treatment technology. Address, phone number and other contact information shall be provided. The VA reserves the right to inspect each of these facilities before approving its use or at any time during or after contract period while VA wastes are present. Copy of Operator permit(s) Certificates of training and experience of contractor/subcontractor staff and personnel who will perform site work under this contract (all technicians that will work on VA premises will be expected to have received at least the minimum training required by law as specified in 29CFR 1910-120, 40 CFR Parts 260-265 and 49 CFR Parts 171-178). Provide the contractor s/subcontractor experience in hazardous waste packaging, transport, and disposal. Provide a copy of US EPA identification number(s) certificate for each business entity operated or contracted by the contractor that will provide service regarding any aspect of VA waste disposal program (i.e. storage, transfer, incinerator sites.) Provided a copy of certificate of registration with the State EPA as a hazardous waste hauler for each business entity operated by the contractor that will provide hazardous waste transportation services for any aspect of VA waste disposal program. Provide written acknowledgement of responsibility for acquisition of all applicable business licenses and permits required by law. Contractor shall certify that it acknowledges and is in possession of all required business licenses and permits. Provide a list of any violations and/or citations that the contractor and subcontractors have received for non-compliance with any hazardous waste laws, permit requirements, and/or OSHA requirements for the past three years from the date of submission. Contractor shall include information on all related business entities including associated firms that are owned by the contractor or owned by a common parent company that will be involved in any portion of the processing of VA waste disposal program. If no discharge or violations have occurred, contractor must provide a statement that certifies no discharges or violations have occurred. Provide a plan describing Standard Operating Procedures (SOPs) that will be followed while conducting normal hazardous waste management activities. The contractor shall describe: Site safety and contingency procedures (e.g. spill management). Operational procedures and site management structure. Supplies and equipment practices. Material sampling procedures. Hazard assessment and categorization procedures. Packing procedures. Quality assurance and quality control procedures to ensure materials are properly identified, categorized, and packaged, and paperwork is properly completed. Procedures for gaining waste acceptance into a transfer/ disposal facility. Contractor and project management procedures. Provide the following information regarding the hazardous waste fleet owned and operated by the contractor: Basic description of transportation services offered and capabilities. Fleet description of number, types, and ages of vehicles. Description of service and maintenance programs. Types of materials licensed to haul. Latest DOT or MCS rating (include a copy of the last inspection). The DOT/MN DOT compliance record. Description of driver qualifications including training programs, and experience. Provide evidence that background checks have been performed on all employees that will perform any duties under this contract. Provide the following information on the contractor's emergency response (ER) capabilities (or any changes to original submission): Contractor's ER policies. ER capabilities and experience and limitations. Type of ER equipment maintained (specify if owned or subcontracted and from whom). Personnel availability, training, and experience. Contractor's emergency response procedure shall describe: How to request an emergency response. How the contractor notifies personnel and initiates response action. Incident command procedures followed by the contractor. ER work practices. ER protection of health and safety practices. ER invoicing policy. . Provide information identifying any proposed subcontractors and identifying services to be performed by the subcontractors. Contractor must submit evidence that subcontractor is qualified and legally able to provide services. (ALL subcontractors must be approved by the facility GEMS Program Manager and Contracting Officer prior to performing any duties under this contract). The Government reserves the right to prohibit the contractor from employing the services of a subcontractor who does not possess the ability to satisfactorily perform in accordance with the provisions of this statement of work. The use of a subcontractor or subcontractors does not relieve the contractor from any requirements set forth in this statement of work. The contractor is responsible for ensuring that any subcontractor(s) perform in accordance with the terms and conditions of this statement of work. Subcontractors will also comply with (J) of this section. Provide a list of names, titles, addresses, telephone numbers (including cellular), numbers, and e-mail addresses of key personnel performing under this contract. Provide written Standard Operating Procedures (SOPs) for the collection, handling, accumulation, sampling, lab testing, characterization, packing, and shipping of hazardous, universal, and non-hazardous wastes. Fargo VA HCS will provide a single point of contact for each facility with backup. RECORDS AND REPORTING REQUIREMENTS: Contractor shall provide a centralized online electronic waste tracking system that is exportable and readable to the VA system. The centralized tracking system will include a centralized database for all waste characterizations and determinations, waste profiles, hazardous waste manifests, universal bill of lading for universal wastes, methods of final (end) disposal, final (end) disposal sites, shipping information, monthly, quarterly and annual waste generation reports by facility, training records, a tracking system for hazardous materials spills and all recordkeeping, and reporting needed to operate and manage the Fargo VA HCS hazardous waste management program. The contractor will be responsible for providing a database that will be able to generate reports on hazardous waste activities, waste characterization profiles, annual generation by facility and other information necessary for the successful operation and management of a hazardous waste management program. This will be readily exported to a format such as Microsoft Excel or other compatible format. Prior to the shipment of waste, the Contractor will furnish a properly prepared and legible copy of the appropriate manifests and shipping papers. Fully executed manifests will be provided to the Fargo VA HCS within thirty (30) days of shipment. The Contractor will provide a certificate of disposal for all waste disposed clearly indicating proper treatment and disposal. 14. SAFETY: The Contractor shall take such safety precautions as the CO or COR/POC may determine to be reasonably necessary. The CO or his/her designee will notify the Contractor of any noncompliance. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served in person on the Contractor or his/her representative at the site of work, or telephonically to Contractor s designated representative, shall be deemed sufficient for the previously mentioned. If the Contractor fails or refuses to comply promptly to satisfactorily abate the hazardous condition or situation, the CO may issue an order stopping all or any part of the work and hold the Contractor in material breach of this contract. 15. WORK PRACTICES AND STANDARDS: The Contractor shall have established standard operating procedures that will be followed while conducting hazardous waste management activities. This includes site safety and contingency procedures, strike contingency plan, operational procedures, use and maintenance of supplies and equipment procedures, material sampling procedures, waste categorization procedures, packaging procedures, quality assurance plan, procedures for gaining waste acceptance into a facility, and project management procedures. 16. QUALITY ASSURANCE: The Contractor shall maintain a quality assurance program to assure services are performed in accordance with commonly accepted commercial practices. The Contractor shall implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum, the Contractor shall develop quality control procedures addressing the areas identified in the next paragraph. Timely shipment of hazardous, dual, universal, and non-hazardous healthcare waste and DEA controlled s...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/66775d345d8049de8f9f0324448d3702/view)
- Place of Performance
- Address: Department of Veterans Affairs FARGO VA Medical Center 2101 Elm Street North, FARGO 58102-2417
- Zip Code: 58102-2417
- Zip Code: 58102-2417
- Record
- SN07363609-F 20250308/250307152926 (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 |