|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1998 PSA#21927th Contracting Squadron, 381 Third Street, Dyess AFB, TX 79607-1581 Q -- MEDICAL WASTE DISPOSAL SOL F41652 98Q0288 DUE 103098 POC Mr.
Robert B. Miller, Contract Administrator 915 696 2362, Mr. Peter F.
Eckdahl, Contracting Officer, 915 696 2353 I. Description: This is a
combined synopsis/ solicitation for commercial items prepared in
accordance with the format in FAR 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. Request for quotation,
solicitation # F41652 98Q0237. III. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. IV. This is a procurement under SIC 4953
Refuse Systems. V. There are five contract line items. The SOW for all
five CLIN numbers is the same. The estimate quantity is 36396 lbs. of
medical waste per year (3033 lbs. per month). Bids are to be provided
in the following format. 0001 IAW SOW, 01 Dec 98 to 30 Sep 99 Price
Per Pound ______. Estimated Total Amount for year ______. 1001 IAW SOW,
01 Oct 99 to 30 Sep 2000 Price Per Pound ______. Estimated Total Amount
for year ______. 1002 IAW SOW, 01 Oct 2000 to 30 Sep 2001 Price Per
Pound ______. Estimated Total Amount for year ______. 1003 IAW SOW, 01
Oct 2001 to 30 Sep 2002 Price Per Pound ______. Estimated Total Amount
for year ______. 1004 IAW SOW,01 Oct 2002 to 30 Sep 2003 Price Per
Pound ______. Estimated Total Amount for year ______. Estimated Total
for the base year and all options ________. VI. Description: 1.
GENERAL: This Statement of Work (SOW) defines the procurement
requirements for a vendor to provide Medical Waste Disposal Service for
Dyess AFB. 2. PROCUREMENT DESCRIPTION: The SOW for all five CLIN
numbers is the same. The estimate is 36396 lbs. of medical waste per
year (3033 lbs. per month). 3. SCOPE: The contractor shall furnish all
equipment, labor, materials, labels, containers, tool, transportation,
and supervision for performing all operations for the collection,
transportation, and disposal of medical wastes from Building 9201, 697
Hospital Road, and Building 6133, 550 Avenue B, Dyess AFB Texas. 4.
PERFORMANCE: Transportation and disposal of medical waste shall be in
accordance with all federal, state, local, and Air Force Regulations.
Collection and transportation of medical waste shall be made with
minimal divergence from the schedule established, and with minimum
disturbance and maximum protection of personnel and government
property. 5. APPLICABLE DOCUMENTS: The following documents, in effect
on the invitation for bid, form a part of this specification: 5.1 AFR
91-11 -- Industrial Waste Collection and Disposal. 5.2 AFOSH 127-66 --
Industrial Safety Accident Prevention Handbook. 5.3 49 CFR -- Code of
Federal Regulations Handbook. Transportation. 5.4 40 CFR PART 259 --
Standards for the Tracking and Management of Medical Waste.
6.CONTRACTOR FURNISHED EQUIPMENT/SUPPLIES: 6.1 The contractor shall
provide all necessary containers and labels required for the
accumulation of medical waste products. The waste materials shall be
packaged in contractor supplied containers by government personnel and
shall be picked up by the contractor of at Building 9201, 697 Hospital
Road, and Building- 6133, 550 Avenue B. Waste to be disposed includes
the following as defined in 40 CFR Part 259. Cultures and stocks,
pathological wastes, human blood and blood products, sharps, animal
wastes, isolation wastes, unused sharps, and pharmaceuticals. 6.2
CONTAINER REQUIREMENTS: Contractor shall supply a sufficient quantity
of containers for the packaging of wastes by government personnel, as
specified in 40 CFR Part 259. Containers must be rigid, leak-resistant,
impervious to moisture, have sufficient strength to prevent tearing or
bursting under normal conditions of use and handling. The contractor
shall submit the proposed container on AF Form 3000 "Material
Submittals," no later than the pre-performance conference for approval
by the Contracting Officer. 6.3 Vehicles shall be operated in
accordance with base rules and regulations while in the base area. 6.4
All of the contractor's equipment shall be equipped with proper safety
devices and shall be in safe operating condition. The contractor is
responsible for compliance with all Federal, State, and Dyess fire and
safety directives and is subject to OSHA inspection while on base. 7.
SCHEDULE OF OPERATIONS: 7.1 Point of Collection: Prior to waste
pick-up, the Hospital Facility Manager or Chief, Medical Logistics
shall be contacted. The point of collection medical waste by the
contractor shall be at Building 9201 and Building 6133 at Dyess AFB. A
copy of the weight tickets shall be sent to 7th Medical Group within
2 days of collection. 7.2 Operation Procedure: The contractor shall
submit to the Contracting Officer, for approval, a proposed work
schedule and written operation procedures for removal of medical waste.
These procedures shall govern the methods of collection, type of
container, and method of transportation. These written operation
procedures shall be submitted to the Contracting Officer by the
contract start date and as changes occur. The Contracting Officer must
approve all changes prior to their implementation. 7.3 Execution of
Work: The contractor shall accomplish all work to result in minimal
delay of divergence from the Operation Procedure and Work Schedule. 7.4
Hours of Operation: The contractor shall confine his operations to
hours commencing not earlier than 7:00 a.m. and continuing not later
than 4:00 p.m. Monday through Friday (excluding federal holidays),
unless otherwise approved by the Contracting Officer. When unusual
conditions require deviation, the contractor shall, upon the approval
of the Contracting Officer, perform his services at no additional cost
to the government. 7.5 Change of Work Schedule: If the contractor
wishes to work periods other than the above, additional government
inspection forces shall be required. The contractor shall notify the
Contracting Officer sufficiently in advance of his intention to work
during these periods to allow assignment of additional inspection force
if reasonably available. If such force is reasonably available, the
Contracting Officer may authorize the contractor to perform work during
periods other than normal duty hours/days. However, if inspectors are
required to perform in excess of their normal duty hours/days, the
actual cost of overtime inspection will be charged to the contractor
and will be deducted from the final payment of the contract amount. 7.6
Tracking Forms: The contractor shall be responsible for the preparation
of tracking forms in accordance with 40 CFR 259.52. Contractor shall
secure an authorized signature on said tracking form and carry it with
the shipment of waste to the disposal locations where it is deposited.
5.6.1 The contractor shall have the Waste Shipping Tickets signed by
7th Medical/SGALF personnel at building 9201, 697 Hospital Road,
whenever waste is picked up. 7th Medical Group/SGALF will retain one
copy of the ticket. 7.6.2 The contractor shall send the original copy
of the Waste Shipping Ticket to 7th MG/SGALF once waste is received at
the landfill and incinerated. 8. BASIS OF PAYMENT: Payment will be
made on a per-pound basis, which will constitute full compensation for
all operations covered, by this SOW including disposal fees at the
disposal facility. Contractor shall provide certificate of proof of
disposal prior to payment. 9. METHOD OF DISPOSAL: 9.1 Method of
Disposal: The waste shall be disposed of in accordance with 40 CFR Part
259 and appropriate state regulations. Waste shall be rendered
non-hazardous by incineration or other approved means. 9.2 Notification
of Final Disposal: After the waste is disposed of, written notification
of final disposal including location where disposed, how treated, and
date of final disposal, shall be sent to 7th Medical Group/SGALF, Dyess
AFB, TX 79607-5000. 10. ESTIMATED QUANTITY: The estimated quantity of
waste requiring disposal is 3033 lbs./month 11. QUALITY CONTROL: The
contractor shall establish and maintain a complete Quality Control
Plan, in accordance with FAR 52.246-4, to ensure the requirements of
the contract are provided as specified. One copy of the Contractor's
Quality Control Plan shall be provided to the Contracting Officer not
later than the pre-performance conference. An updated copy shall be
provided to the Contracting Officer on the contract start date and as
changes occur. 11.1 The plan shall describe the method(s) for
identifying and preventing defects in the quality of service performed
before the level of performance becomes unacceptable. VII. Required
date of performance begins on 01 Dec 98 or date of award whichever is
later. Place of performance is stated in SOW above. VIII. Solicitation
provision at FAR 52.212-1, Instructions to Offerors -- Commercial
Items (Oct 1995) is hereby incorporated by reference. Offerors are
reminded to submit bid proposals as five separate line items, number 1
as the base year and numbers 2 through 5 as options. IX. Solicitation
provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 1995)
is hereby incorporated by reference. X. Offerors are reminded to
include a completed copy of the provision at 52.212-3, offeror
Representations and Certifications -- Commercial Items (JAN 1997 and
252.212-7000, offeror Representations and Certifications -- Commercial
Items (NOV 1995) with its offer. Contact our point of contact for full
text if necessary. Offerors are also reminded to comply with
252.204-7004 Required Central Contractor Registration Mar 1998. LACK OF
REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR INELIGIBLE FOR
AWARD. Offerors may register by calling 1-888-227-2423, or via the
Internet at http://ccr.edi.disa.mil. XI. Clause 52.212-4, Contract
terms and conditions -- Commercial Items (MAY 1997) is hereby
incorporated by reference. XII. Clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (AUG 1996), is hereby incorporated by reference. The
following paragraphs apply to this solicitation and any resultant
contract; 52.222-41 Service Contract Act, 52.222-43 Fair Labor
Standards Act & Service Contract Act-Price Adjustment, 52.217-8 Option
to Extend Services Aug 1998, 52.217-9 Option to Extend the Term of the
Contract Mar 1998, 52.246-4 Inspection of Services, 252.232-7009
Payment by Electronic Funds Transfer (CCR) Jun 1998, DFAR 252.204-7004
Required Central Contractor Registration. (Mar. 1998) XIII. Additional
Contract Terms and Conditions applicable to this procurement are:
Clause 252.212-7001, Contract Terms and Conditions required to
Implement Statutes or Executive Orders applicable to Defense
Acquisitions of Commercial Items (FEB 1997), is hereby incorporated by
reference. The following paragraphs apply to this solicitation and any
resultant contract 252.247-7023, 252.219-7006, 252.225-7001,
252.225-7012, 252.227-7015, 252.227-7037,252.247-7024, 252.242-7003,
and 252.243-7001. Additional Defense Federal Acquisition Regulation
Supplement (DFARS) Clauses 252.225-7002, Qualifying Country Sources as
Subcontractors (DEC 1991) and 252.225-7003, Information for Duty Free
Evaluation (AUG 1992). XIV. The Defense Priorities and Allocations
Systems (DPAS) assigned rating for this procurement is unrated. XV. No
Commerce Business Daily notes apply XVI. Signed and dated offers shall
be submitted to 7th Contracting Squadron, 381 3rd Street, Dyess AFB
79607-1581, ATTN: Robert B. Miller not later then 3:00 p.m. CDT 30 Oct
1998. NO FACSIMILE OR E-MAIL OFFERS WILL BE EXCEPTED. XVII. Contact
Mr. Robert B. Miller at 915 696-2362 e-mail RobertB.Miller@dyess.af.mil
or Mr. Peter Eckdahl at 915 696-2353 e-mail Peter.Eckdahl@dyess.af.mil
for additional information. Posted 09/29/98 (W-SN256012). (0272) Loren Data Corp. http://www.ld.com (SYN# 0047 19981001\Q-0002.SOL)
Q - Medical Services Index Page
|
|