COMMERCE BUSINESS DAILY ISSUE OF JULY 31, 2001 PSA #2904
SOLICITATIONS
Q -- HAZARDOUS MEDICAL WASTE DISPOSAL
- Notice Date
- July 27, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
- ZIP Code
- 23665
- Solicitation Number
- F44600-01-T-0023
- Response Due
- August 15, 2001
- Point of Contact
- Patricia Waling, Contract Administrator, Phone (757) 764-7380, Fax (757) 764-7447, Email patricia.waling@langley.af.mil -- Bernard Franklin, Contract Specialist, Phone 757-764-4447, Fax 757-764-4071, Email franklb@langley.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation F44600-01-T-0023 is issued as a Request for Quote (RFQ). (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 12. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-27 & Class Deviation 2001-o0002. (iv) The North American Industry Classification System is 562112 with a size standard, averaged over a one year period of $10,000,000. This solicitation is set aside for small business. (v) There are three contract line items for this solicitation. The first contract line item is for a monthly cost per pound of an estimated 5,000 pounds of cultures and stocks, pathological wastes, human blood and blood products, sharps, isolation wastes and outdated drugs per month with a extended cost for twelve months of service. The cost is to include all contractor related costs to include all personnel, equipment, tools, materials, supervision, and other items and services necessary to collect, transport and dispose of medical waste. Medical waste to be disposed of as defined in 40 CFR Part 259 and Commonwealth of Virginia. This is for the base contract period of 1 Oct 01 through 30 Sep 02. The second and third contract line items are identical except they are for the first option year (1 Oct 02-30 Sep 03) and the second option year (1 Oct 03-30 Sep 04). (vi) 1.1. SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to collect, transport and dispose of medical waste. Medical waste to be disposed of includes the following as defined in 40 CFR Part 259 and Commonwealth of Virginia: cultures and stocks, pathological wastes, human blood and blood products, sharps, isolation wastes and outdated drugs. The contractor shall perform to the standards in this contract. 1.2. TASK PERFORMANCE: 1.2.1. Provide on a daily basis enough clean, disinfected bundles for the collection of medical waste within the hospital facility. Number of bundles provided will be coordinated between Contracting Officer and Contractor. Number of bundles may change daily/weekly/monthly based on amount of medical waste generated by the various medical facilities. 1.2.2. Remove bundles from various medical treatment facilities, place into a state licensed transport vehicle, and take to a medical waste treatment facility, holding an operating license. 1.2.3. Complete a manifest showing materials (type of medical waste, number of bundles, and total weight) transported to the treatment facility. This manifest shall contain the name and address of the medical treatment facility, designation of the treatment site, certification that the untreated wastes are properly handled, packaged, and labeled with signature of generator and transporter. 1.2.4. Transport medical waste to an approved medical waste treatment facility, and treat it to make it non-infectious (if not rendered non-infectious by the medical treatment facility) and/or unrecognizable, as appropriate. 1.2.5. Treatment shall include incineration at a minimum temperature of 1,800 degrees Fahrenheit, steam sterilizing, chemical disinfective, irradiation, or any other method certified by the state/local environmental regulatory agency to render the waste non-infectious. 1.2.6. Dispose of any ash after incineration after certifying the ash has been properly treated. 1.2.7. Certify on the manifest (start and completion date of treatment) that the waste has been treated and disposed of, and return the manifests for all waste collected at the end of the month to the contracting officer. 1.2.8. Promptly disinfect surfaces of transport vehicles which have had untreated medical wastes leaked or spilled onto them. 1.3. PERSONNEL. The company performing services under this contract shall have been in medical waste disposal business, a minimum of the past two years. 1.3.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate(s) who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. 1.3.1.1. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. 1.3.1.2. During normal duty hours, within four hours of notification, the contract manager or alternate shall be available to meet on the installation with government personnel designated by the Contracting Officer (CO) to discuss problem areas. After normal duty hours, within eight hours, the manager or designated alternate shall be available. 1.3.1.3. The contract manager and alternate (s) must be able to read, write, speak, and understand English. 1.3.2. Employees: 1.3.2.1. Contractor personnel shall present a neat appearance and be easily recognized as a contract employee. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the company name and employee name. 1.3.2.2. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest, nor shall the Contractor employ any person who is an employee of the Department of Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DODD 5500-7, (for military) AF Policy. In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be a contrary to the policies contained in AFI 64-106. 1.3.2.3. The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor?s ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. 1.3.3. Security Requirement. Base Access and Security Passes. The contractor shall obtain all necessary cards, passes, decals, or other items required for access to the areas in which work will be accomplished. The contractor will be required to apply for individual and vehicle identifications at the Langley Pass and ID Section. Upon completion or termination of this contract or an individual?s employment under the contract, the contractor will retrieve the identification issued above the surrender them to the 1st Security Police Squadron, Pass and ID section, 45 Nealy Ave. 1.3.4. Employee Training. 1.3.4.1. The contractor shall provide all training necessary to perform the work as defined in this statement of work (SOW). Training shall not hamper the quantity, quality or timeliness of daily work requirements. 1.3.4.2. The contractor shall verify that all his/her employees understand the risk involved with medical waste and are trained in specific procedures to handle spills occurring in any facility located at Langley AFB or Bethel Manor, in route to his/her facility, and at his/her facility. 1.4. QUALITY CONTROL. 1.4.1. The contractor shall establish and maintain a complete Quality Control Plan 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 at the pre-performance conference. An updated copy must be provided the Contracting Officer, on contract start date and as changes occur. 1.4.2. 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. 1.5. QUALITY ASSURANCE. The Government will evaluate the contractor?s performance under this contract using the method of surveillance specified. All surveillance observations will be recorded by the government. When an observation indicates defective performance, the QAE will request the contractor?s representative to initial the observation. 1.5.1. Performance Evaluation Meetings. The contract manager may be required to meet at least weekly with the Contracting Officer or the Contract Specialist and the contracting officer during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the contracting officer. However, if the contractor requests, a meeting will be held whenever a Contract Discrepancy Report is issued. The written minutes of these meetings shall be signed by the contractor?s manager, contracting officer and Quality Assurance Person (QAP). Should the contractor not concur with the minutes, the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within five (5) calendar days of receipt of the signed minutes. 1.6. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 1.6.1. Key Control. The contractor shall establish and implement methods of ensuring that all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. No keys issued to the contractor by the government shall be duplicated. The contractor shall develop procedures covering key control that will be included in the quality control plan. 1.6.1.1. The contractor shall report the occurrences of a lost or duplicated key to the Contracting Officer within one workday. 1.6.1.2. In the event keys, other than master keys are lost or duplicated, the contractor will be required, upon direction of the Contracting Officer, to rekey or replace the affected lock or locks; however, the government, at its option, may replace the affected lock or locks or perform rekeying. When the replacement of locks or rekeying is performed by the Government, the total cost of rekeying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due. 1.6.1.3. The contractor shall prohibit the use of keys issued by the Government by any persons other than the contractor?s employees. The contractor shall prohibit the opening of locked areas by the contractor?s employees to permit entrance of persons other than contractor?s employees engaged in the performance of assigned work in those areas. 1.7. HOURS OF OPERATION. 1.7.1. Normal Hours. The contractor shall pick up medical waste between 8:00 AM and 10:00 AM daily, Monday through Friday (excluding federal holidays) at the locations specified in paragraph 1.7.1.1. The contractor shall pick up medical waste on Fridays only between 8:00 AM-10:00 AM at Bethel Manor Clinic. Bethel Manor Clinic is located approximately 5 miles from L.A.F.B. 1.7.1.1. Pick up Locations: Hospital, 45 Pine St, behind the hospital; Aerospace Medicine, 68 Nealy Ave; and Bethel Manor Clinic, 1795 First St, Room 20. 1.7.2. Recognized Holidays. The contractor is not required to provide services on any federal holidays. The federal holidays are listed below: New Years Day 1 Jan; Labor Day 1st Mon in Sep; Martin Luther King?s birthday 2nd Monday in Jan; Columbus Day 2nd Mon in Oct; Presidents? Day 3rd Monday in Feb; Veteran?s Day 11 Nov; Memorial Day 4th Monday in May; Thanksgiving 4th Thurs in Nov; Independence Day ? 4th of Jul; and Christmas ? 25 Dec. 1.8. EMERGENCY SERVICES. When required by the contracting officer, the contractor shall respond to emergency situations as described below. The contracting officer will verbally advise the contractor of the effort required and follow up as soon as possible with a written change to the contract. A negotiated equitable adjustment will be made to the contract. 1.8.1. Should hospital expansion occur, the hospital bed capacity could double, creating a need for double the amount of bundles that were being used prior to expansion. Hospital expansion can be for a short period of time (like during a hurricane, earthquake, flood, etc) or a longer period for wartime. 1.9. TRACKING FORMS. The contractor will secure the signature of the facility manager or designee verifying the weight, total number of bundles, and type of medical waste. The manifest will be signed by the contractor to verify pickup of medical waste. A copy of the manifest will be retained by the medical treatment facility. Once the medical waste is destroyed in accordance with applicable federal, state or local regulations, the contractor shall verify the destruction by signature and return the signed manifest to the contracting officer. SURVEILLANCE METHOD FOR THE MEDICAL WASTE CONTRACT 1.1. The Quality Assurance Person (QAP) will monitor the Medical Waste contract by signing the manifest each day and document any discrepancies on the Customer Compliant Record (CCR), AF Form 714. 1.2. The QAP validates customer complaint reports (CCRs), prepares contract discrepancy reports (CDRs), and reviews the contractor?s implementation of his program.1.3. For each valid discrepancy, the QAP will require the contractor to respond at the site to correct the deficiency and to annotate the AF Form 714 as to correction of cause and/or the correction of defect in the block titled ?Action Taken by the Contractor?. 1.4. The QAP will review CCRs for trends and the contractor?s response in the block titled ?Action Taken by the Contractor? for completeness. If in the opinion of the QAP the response is not adequately complete, the CCR will be returned for expansion of the explanation.1.5. The QAP will inspect the return containers to insure they have been cleaned and that the proper replacements are left for refill. 1.6. The truck will be inspected to insure it meets all the Department of Transportation (D.O.T) and VA State licensing requirements. (vii) The above items are to be picked up at Hospital, 45 Pine St, behind the hospital, Langley AFB VA and Aerospace Medicine, 68 Nealy Ave, Langley AFB VA on Mon-Fri between 8:00 AM and 10:00 AM; and Bethel Manor Clinic, 1795 First St, Room 20 (located about five miles from Langley AFB VA) on Fri only between 8:00 AM and 10:00 AM. (viii). The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation ? Commercial Items, applies to this acquisition. Evaluation will be based on price only. (x) Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Deviation Offeror Representations and Certifications Commercial Items (OCT 99) and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (NOV 95) with its offer. (xi) Clause FAR 52.212-4, Contract Terms and Conditions- Commercial Items, is hereby incorporated by reference, without any addenda. (xii) Clause FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items is hereby incorporated with an ?X? placed in front of the following clauses: (11) FAR 52.222-21, Prohibition of Segregated Facilities; (12) FAR 52.222-26, Equal Opportunity (E.O. 11246); (13) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (16) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (21) FAR 52.225-13 Restrictions on Certain Foreign Purchases; and (25) FAR 52.232-33 Payment by Electronics Funds Transfer- Central Contractor Registration. DFARS 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated with an ?X? placed in front of the following clause: DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). DFARS 252.204-7004 Required Central Contractor Registration, is hereby incorporated by reference. (xiii) This purchase order will be awarded for a basic one year period with two one-year option periods. The clauses will be incorporated: FAR 52.217-8, Option to Extend Services with blank filled in with ?15 days?; FAR 52.217-9 Option to Extend the Term of the Contract with the blanks filled in as (a) 30 days and 60 days and (c) not to exceed 42 months. (xiv) N/A (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCB at (757) 764-7447, or mailed to 1 CONS/LGCB, 74 Nealy Ave., Langley AFB. All offers are due by 3:00 P.M. Local Time, 15 Aug 2001. (xvii) For further information regarding this solicitation, contact Pat Waling, Contract Specialist at telephone: (757) 764-7380. Collect calls will not be accepted. Any questions may be e-mailed to: patricia.waling@langley.af.mil.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/1CONS/F44600-01-T-0023/listing.html)
- Record
- Loren Data Corp. 20010731/QSOL008.HTM (D-208 SN50T277)
| Q - Medical Services Index
|
Issue Index |
Created on July 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|