Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

65 -- SHARPS REMOVAL SERVICES

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-026-05
 
Response Due
2/14/2005
 
Archive Date
3/16/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. Solicitation 541-026-05 is issued as a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-26. This is a competitive commercial item procurement under the North American Industry Classification System (NAICS) Code 562119 and a Small Business Size Standard of $10.5 million per annum. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center, Cleveland, Ohio is contracting for Sharp Removal Services for the period of March 1, 2005 through September 30, 2005, with four (4) pre-priced one-year options for renewal for vendor whose quotation represents the _best value_ to the government considering technical evaluation factors and cost/price. The RFP stated that technical merit and past performance would be considered equal when combined, are equal to cost/price and the solicitation will be issued to other than the vendor submitting the lowest priced, technically acceptable quotation. Bidders shall thoroughly review the specifications and be familiar with the area of coverage prior to submitting their bid in order to be fully aware of the supplies and/or services as outlined in the attached SCHEDULE (SUPPLIES OR SERVICES AND PRICE/COSTS). CONTRACT REQUIREMENTS: Contractor shall ensure that the handling and final disposal of sharps waste is in compliance with the Department of Transportation (DOT), Environmental Protection Agency (EPA), Department of Health (DOH), Department of Environmental Conservation (DEC), Food and Drug Administration (FDA), and applicable Federal, State and Municipal governmental regulations and codes. This shall include: I. Transport Vehicles: A. Vehicles shall be equipped with fully enclosed leak-resistant cargo body, maintained in a sanitary condition and secured when left unattended. B. Vehicles shall bear the transporter_s name, State permit and the words _Medical Waste_ or _Regulated Medical Waste_ on the sides of the body. C. Waste shall not be subject to mechanical stress. D. Regulated medical waste shall not be combined with other waste. II. Marking Requirements: A. Transporter shall provide waste-resistant labeling on all containers of regulated waste with the following information: 1. Name of Transporter or immediate handler. 2. State permit or identification number of the transporter. III. Intermediate Handlers: A. No intermediate handlers or subcontracting of transportation is allowed. IV. Manifest Requirements: A. Transporter shall sign, date and furnish a copy of the manifest prior to any Medical regulated waste leaving the pickup sites of _Sharp Waste_ generator. B. Transporter shall certify that the manifest data matches the load to be removed. C. Transporter shall deliver the waste to an authorized facility and sign the manifest to verify that _Sharp Waste_ has been delivered. D. Transporter shall maintain a copy of the manifest for their records. E. Transporter shall return all remaining copies of the manifest to the generator, assuring final disposal. V. Contractor shall provide proof of a State of Ohio EPA processing permits, Transportation Licenses, all City Permits, and proof of a permit annually thereafter. Contractor shall provide proof of a minimum of $1,000,000 Environmental Restoration Insurance and provide proof annually thereafter. Contractor shall ensure that all vehicles conspicuously are labeled as required by law and regulations. Vehicles shall be owned by the transporter or leased for a minimum of one year or more. Proof of ownership or lease must accompany this solicitation. Vehicles shall not be used in transport material other than regulated _Sharp Waste_ simultaneously. Vehicles shall be properly disinfected as a result of leaks or spills, when applying and using the appropriate Department of Health (DOH) procedures. Contractor shall immediately notify the Department of Environmental Conservation (DEC), and the generator, if a vehicle is involved in a spill or accident which render the vehicle non-compliant with applicable rules and regulations. Contractor shall remove all existing sharps and replacement of container brackets, if required. Sharp containers shall be secure to tops or sides of wheeled medication carts and shall supply reusable sharps containers which are rigid, heavy duty, puncture resistant, leak proof on sides and bottom, with a _sloped shoulder_ designed to prevent needles or other objects from being left on top of the container. Contractor shall provide containers that comply with the Federal, State and Local regulations regarding labeling. All containers shall be clearly labeled with the Biohazard symbol and the word _BIOHAZARD_ displayed on them. Contractor shall furnish _Sharp Waste_ reusable sharp containers, outer cabinets, equipment, labor, service for the removal and disposal of such waste in accordance with the following regulations: (1) Classify (Per current Federal, State, Local Government requirements, DOT standards) as per 40 CFR Transportation, Parts 100-199, (2) Label (Per current Federal, State, Local Government requirements, DOT standards), as per 40 CFR Transportation, Parts 100-199, and (3) Package (Per current Federal, State, Local Government requirements, DOT standards), as per 40 CFR Transportation, Parts 100-199. VI. Contractor shall provide reusable container replacement to perform the service of collection, removal and disposal of _Sharp Waste_ at regularly intervals of at least one (1) day per week and at mutually agreed upon, regular scheduled intervals at both the Wade Park and the Brecksville locations. Contractor shall report to the Hospital Environmental Management Department or designated personnel upon arrival and departure of each facility, in regards to technician procedures. Contractor shall respond to service calls within four (4) hours of notification and shall be on-station within eight (8) hours. Failure to respond to service calls within eight (8) hours after notification by the COTR, a deduction of 1/30th of the monthly rate may be taken for each day work is not performed. Normal hours of coverage are Monday through Friday from 8:00 am to 4:30 pm, excluding weekends and official Federal Holidays. All services will be performed during normal hours of coverage unless requested or approved by the COTR or his designee. Services and pickups that fall on holidays may be scheduled the following day, as requested by the VA. VII. Contractor shall provide the following reusable sharps containers: a. 3 gallon: 385 (Wade Park) + 190(Brecksville) = 575 total b. 2 gallon: 104(Wade Park) + 18 (Brecksville) = 122 total c. 8 gallon Funnel Top: 23(Wade Park) + 0(Brecksville)= 23 total d. 8 gallon Trap Top: 117(Wade Park) + 20(Brecksville) = 137 total e.17 gallon: 14(Wade Park) + 5(Brecksville) =19 total (NOTE: The charge for additional containers will be billed under line item 2 of the SCHEDULE) Contractor shall use reusable sharp containers and collect, reprocess containers and dispose of waste in compliance of all applicable Federal, State and Local regulations including but limited to the following standards: (1) Occupational Safety and Health Administration (OSHA), including but limited to Blood Borne pathogens Standard 29 CFR 1910 and 1030 and the Needle Stick Safety and Prevention Act HR 5178 as it specifically relates to reusable containers, (2) the Ohio Environmental Protection Agency (EPA), (3) Food and Drug Administration (FDA) including but not limited to Title 21 of the Code of Federal Regulations (CFR) and Quality Systems Regulation (QSR) with regards to reprocessing, validation, reporting and annual registering for all equipment used to release medical equipment into commerce. The VA reserves the right to thoroughly inspect the Contractor_s facility and treatment plant to assure acceptable standard of performance. Contractor shall maintain a log of regulated _Sharp Waste_ shipments which include quantity of waste shipped, sources and delivery points. (Note: This requirement shall not be confused with manifest requirement mentioned and referred to elsewhere). Records shall be kept on file for three years. Contractor shall provide their employees with appropriate protective clothing, equipment and apparel as prescribed by the Occupational Safety & Health Administration (OSHA) and the Department of Labor (DOL). Technician shall be dressed neatly in appropriate uniform, free from visible soil or excessive wrinkling, and wear the VA_s identification card at all times when servicing at the VA facility. NOTE: OFFERORS RESPONDING TO THIS ANNOUNCEMENT SHALL PROVIDE ALL INFORMATION CONTAINED IN THE FEDERAL ACQUISITION REGULATIONS (FAR 52.212.2 EVALUATION) SEE BELOW: . EVALUATION FACTORS FOR AWARD: FAR 52.212.2 Evaluation _ Commercial Terms (Jan 1999) (a) 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: (1) Technical Capability, (2) Past Performance, and (3) Price. EVALUATION CRITERIA: (1) TECHNICAL CAPABILITY/EXPERIENCE The Offeror shall provide sufficient evidence to support the qualification of personnel anticipated to provide services including documentation of training (frequency and description of each). Offerors shall address their company_s technical capability to provide sharp removal services and must address the following criteria to demonstrate that their personnel have achieved the following competencies and levels of proficiency: (1) Demonstrate at least three years experience servicing at least three (3) similar- size hospitals by submitting a list of references including telephone numbers, addresses and contact names, (2) Offeror shall demonstrate their capability of providing ongoing requirements and services in the event of Sales and Service disruptions for any reason., (3) Offeror shall demonstrate their ability to convert the VA locations to their services immediately after award of contract. (2) PAST PERFORMANCE The Offeror shall provide a listing of all contracts performed within the past three years that are similar in nature and relevant to the efforts required by this solicitation. The Offeror shall furnish the following: (a) Customer (Government or Commercial) and point of contact to include name, address, telephone number, fax number and email address for each contact, (b) Service(s) provided including nature of contract, dollar value, etc., (c) Description or relevance and similarity to the effort required by this solicitation. (3) PRICE: Offeror shall provide pricing as requested in the Schedule of Supplies/Services. Technical Capability and past performance, when combined, are equal to price. NOTE: The Government reserves the right to award without discussions; therefore submit your most favorable terms with your quote. OPTIONS. The Government will evaluate 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer_s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offeror shall be responsible for protecting the personnel furnishing services under this contract. To carry this responsibility, the Contractor shall provide Worker_s Compensation, Professional Liability Insurance, Health Examinations, Income Tax Withholdings and Social Security Payments. The parties agree that such personnel shall not be considered VA employees for any purposes and shall be considered employees of the Contractor. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. The provisions at FAR 52.212.-1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions_Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders_Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications_Commercial Items. Effective January 1, 2005 all offerors are required to submit representations and certifications electronically via at http://orca.bpn.gov. Award will not be made unless registered. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded the contract. You may register easily and quickly on-line at https://www.ccr.gov. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2415/revision No 26 dated 6/21/2004. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than fifteen (15) calendar days after the solicitation issue date. Questions may be sent via facsimile at 440-838-6052 or by email to lucille.moss@va.med.gov . Verbal questions will not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Proposals are due no later than 4:30 p.m., local time, February 14, 2005.
 
Web Link
RFP 541-026-05
(http://www.bos.oamm.va.gov/solicitation?number=541-026-05)
 
Place of Performance
Address: LSCDVAMC, CLEVELAND OH
Zip Code: 44106
Country: United States
 
Record
SN00741995-W 20050130/050128211858 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.