Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

Q -- MEDICAL WASTE MAIL BACK PROGRAM - SOW

Notice Date
3/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
FOH03172009
 
Archive Date
4/28/2009
 
Point of Contact
Janet L Glasz,, Phone: 301-443-2329
 
E-Mail Address
JANET.GLASZ@PSC.HHS.GOV
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; written proposals are being requested and a written solicitation will not be issued. This solicitation number FOH03172009 and is issued as a Request for Proposal (RFP) and incorporates all applicable provisions and clauses in effect through Federal Acquisition Circular, FAC 2005-30. The North American Industry Classification System (NAICS) code is 562112 with a corresponding business size standard of $11.5 M average annual receipts. However, this is not a set-aside for small business. The Department of Health and Human Services (DHHS), Program Support Center, (PSC) Federal Occupational Health Services (FOHS) intends to procure the following: Services to manage a medical waste mail back program. The contractor shall be responsible to provide all the necessary supplies for collection and return of medical waste, a medical waste treatment facility, shipment costs to FOHS Occupational Health Centers (OHC) and from FOHS OHCs to the contractor’s medical waste treatment facility, certification of proof of destruction, method of reordering of supplies, customer service line, and training to all OHCs on the proper use of the “mail back” program. Attachment A: SOW FOHS manages 300 OHCs throughout the continental United States, Alaska, Hawaii and Puerto Rico. The contractor shall provide the mail back program to all of the OHC locations and do so in a manner that is compliant with all Federal, State, and Municipal regulations as they apply to the shipment, handling and disposal of medical waste. These regulating agencies include, but are not limited to Occupational Health and Safety (OSHA), the Department of Transportation (DOT) and the United States Postal Service (USPS). The proposal shall be based on the following quantities of supplies: Item DiscriptionAnnual Quantity 2 gallon sharps container ( 2 per Pkg.)1500 5 gallon medical soft medical waste container350 1 quart medical waste container585 Locking or basket wall mounted brackets that fit 2 gallon sharps containers5 Locking wall container that fits a 1 quart or similar medical waste container5 Replacement return shipping box for 2 gallon 2 pack, 1 quart, 5 gallon medical waste containers10. The award will be for a base period of (12) months and four Optional (12) month periods. The Government will award a contract resulting from this solicitation and attached SOW to the responsible offeror whose offer fully meets the requirements of the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to equally evaluate offers: Technical Evaluation, Price, and Past Performance; NOTE: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which the same or virtually the same services and supplies were sold to customers. Contracts/awards may include those entered within the Federal Government, State and Local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number and subcontract information, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement 6. Contracting Officers Name and Telephone Number All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008), and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008), apply to this solicitation. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (JUN 2008) with their offer. The clause at FAR 52.212-5, Contract Terms and Conditions Require to Implement Statutes or Executive Orders--Commercial Items (JAN 2009), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126);52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212); 52.222-39, Notification of employees rights Concerning payment of union dues or Fees.( DEC 2004) (E.O. 13201); 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Prospective contractors must be registered in Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. Direct all questions or inquires, referencing solicitation number FOH03172009 by email to janet.glasz@psc.hhs.gov by 5:00 pm local prevailing time, March 31, 2009. Only those Offerors who can furnish the services that meet all the requirements specified herein will be considered. Offerors wishing to respond to this solicitation shall submit their proposal electronically to Janet Glasz, Contracting Officer, at janet.glasz@psc.hhs.gov. Due date for receipt of proposal is Monday, April 13th, 2009 at 3:00 pm, local prevailing time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22fb28cb0238a6ec5374ad3facf86c2a&tab=core&_cview=1)
 
Place of Performance
Address: VARIOUS LOCATIONS -CONTINENTAL U.S. ALASKA, HAWAII, AND PUERTO RICO, United States
 
Record
SN01778502-W 20090328/090326215936-22fb28cb0238a6ec5374ad3facf86c2a (fbodaily.com)
 
Source
FedBizOpps 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.