SOLICITATION NOTICE
R -- Pharmaceutical Waste Program
- Notice Date
- 9/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- VISN10 - Dayton Contracting Activity;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
- ZIP Code
- 45428
- Solicitation Number
- VA25010RQ0364
- Response Due
- 9/28/2010
- Archive Date
- 11/27/2010
- Point of Contact
- Shelley.Allen@va.gov
- E-Mail Address
-
Contracting-Contract Specialist
(Shelley.Allen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. The solicitation number is VA-250-10-RP-0364. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is an open market competitive request for quotation for commercial items under the North American Industry Classification System (NAICS) Code 562119, Other Waste Management, size standard/$12.5 million. REQUIREMENT: The Department of Veterans Affairs Medical Center (VAMC), 4100 W. Third Street, Dayton, OH 45428-9000, intends to negotiate a firm fixed price contract and is seeking quotes for the following: Pharmaceutical Waste Program. STATEMENT OF WORK DESCRIPTION: The Dayton VAMC is seeking these specifications for the categorizing and packaging of pharmaceutical waste from the Pharmacy Department so that it can be disposed of properly. This contract will cover all non-hazardous and hazardous pharmaceuticals. GENERAL REQUIREMENTS: "The contractor will have in-depth knowledge of local, state, and federal regulatory agencies governing the categorizing, packaging, transporting, and disposal of hazardous waste materials. "The contractor will provide licensed pharmacists to provide analysis, in lieu of certified chemists, to provide analysis, program management guidance, and on-site risk assessment for accountability purposes. "The contractor will provide an online system with the following capabilities 1.Ability to identify waste streams for pharmaceuticals in the Dayton VAMC's inventory, as well as new drugs, contract rollovers, sample disposals and other non-formulary pharmaceuticals. 2. Enables license subscribers to search for pharmaceutical waste disposition information available 24/7 for over 200,000 plus products by ingredients, NDC number, product or generic name. 3.Updates with new pharmaceutical products on a weekly basis and identify federal hazardous waste based on the Resource Conservation and Recovery Act (RCRA). 4.Allows an unlimited number of users at the subscriber site to access the on-line pharmaceutical waste disposal information. "The contractor will spend a day on-site reviewing our organization's hazardous pharmaceutical waste management practices, policies, and procedures and develop a gap analysis to determine level of risk relative to the Federal EPA RCRA regulations and the regulations of the state of Ohio environmental protection agency. The on-site review will includes a 90-minute seminar and a walk-through of areas involved in pharmaceutical waste management practices, and a review of hazardous waste generator status, vendors, etc. The contractor will deliver a detailed report documenting findings, recommendations, and a customized action plan. The contractor will include a cross-walk between environmental regulations and extensive regulatory as well as interpretive references to justify and support our recommendations. The report to be available electronically and in hard copy. "The contractor will provide a person with training in hazardous waste handling and emergency procedures. This training should include OSHA, EPA, and the respective State of Ohio regulations. "The contractor will provide training on completion of manifests for pharmaceutical waste collection. "All work shall be performed during normal business hours of the Dayton VA Medical Center, which is 8:00 am through 4:30pm eastern standard time. Monday through Friday, excluding federal holidays "New Year's Day "Martin Luther King's Birthday "President's Day "Memorial Day "Independence Day "Labor Day "Columbus Day "Veterans Day "Thanksgiving Day "Christmas Day "1 January "Third Monday in January "Third Monday in February "Last Monday in May "4 July "First Monday in September "Second Monday in October "11 November "Fourth Thursday in November "25 December 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause); 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS; VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008); VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008); VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984); VAAR 852.246-70 GUARANTEE (JAN 2008); VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009); 52.232-18 AVAILABILITY OF FUNDS APR 1984; 852.246-71 INSPECTION JAN 2008; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009); 52.222-50 COMBATTING TRAFFICKING IN PERSONSE (FEB 2000) (22 U.S.C. 7104 (g)); ALTERNATE I (AUG 2007) OF 52.222-50 (22 U.S.C. 7104 (g)); 52.233-3 PROTEST AFTER AWARD (AUG 1996) (31 U.S.C. 3553); 52.233-4,APPLICABLE LAW FOR BREACH OF CONGRACT CLAIM (OCT 2004) PUB.L. 108-77, 108-78); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)); 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); Alternate I (June 2003) of 52.219-23; 52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C 632(a)(2)); 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 Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.216-1 TYPE OF CONTRACT (APR 1984); 52.233-2 SERVICE OF PROTEST (SEP 2006); VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008); VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998); 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER MAY 1999 INFORMATION WITH OFFER; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JUN 2009); ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS - SUB-PART 13.5 TEST PROGRAM; CONTRACT ATTACHMENTS PAST PERFORMANCE SURVEY INSTRUCTION FOR COMPLETING PAST-PERFORMANCE SURVEY The Department of Veterans Affairs is considering the Offeror listed below for award of a VA Medical Center Dayton, Ohio contract. Your comments are appreciated regarding this Offeror's past performance. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror's past performance. A.Please evaluate the past performance using only the following ratings without variation. If the rating is Marginal or Unacceptable, please provide additional information in the appropriate block or in the remarks section of this form. You may provide an overall narrative explaining your response in the remark section of the form. B.Indicate the contractor's performance on the identified program. C.The following is the definition for each rating: ""O" = Outstanding: Performance greatly exceeded the contract requirements ""A" = Above Average: Performance exceed the contract requirements ""S" = Satisfactory: Performance met the minimum contract requirements ""M" = Marginal: Performance met the minimum contract requirement, but some material aspects of the contract's performance were less than satisfactory ""U" = Unacceptable: Performance was poor and/or did not satisfy contract Requirements ""N/A = Not Applicable D.Please return Past-Performance Survey by 09/28/2010 9am EST to: Dayton VA Medical Center Attn: Shelley Allen (NBC) 4100 W. Third St. Dayton, OH 45428 E-mail: Shelley.Allen@va.gov Fax: (937) 262-5974 PAST-PERFORMANCE SURVEY Offerors Name: _________________________________________________________ Contract Number: ________________________________________________________ Contract Type and Dollar Value: ____________________________________________ Contract Start/End Dates: __________________________________________________ Brief Description of work: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ Please rate and provide information/comments for the following:Circle one 1. To what extent did the contractor comply with contract requirements?O A S M U 2. If reports were required, were they accurate in meeting contract requirements?O A S M U 3. To what extent did the contractor use appropriate personnel for contract requirements? O A S M U 4. To what extent did the contractor display technical expertise?O A S M U 5. Use of Quality Control:O A S M U 6. To what extent was contractor able to meet the performance schedule:O A S M U 7. What extent was contractor flexible in responding to changing needs?O A S M U 8. To what extent was the contractor reliable? O A S M U 9. To what extent was the contractor responsive to technical directions? O A S M U 10. To what extent did contractor notify you of problems or potential problems? O A S M U 11. Would you award another contract to the party being evaluated? If no, please explain: Yes No 12. Was the customer satisfied with the end product? If no, please explain: Yes No 13. Have any cure notices, show cause letters, suspension of payment, or termination been issued? If yes, please explain. Yes No 15. Additional Remarks: Printed Name of Evaluator: Signature of Evaluator: Position Title: Telephone Number: Date SOLICITATION PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) All quotes must be submitted electronically only, no fax, mail or hand delivered quotes will be accepted. Submit quote via email to Shelley.Allen@va.gov. NO LATER THEN SEPTEMBER 28, 2010 9am EST. Technical: a.Knowledge of Inventory Analysis- Offeror must provide a narrative addressing waste stream management recommendation, that includes all RCRA hazardous waste (P, U, & D) listed drugs: color coded waste stream recommendations and a instruction manual for properly interpreting the information provided through the analysis. b.Proposed Contractor Online Capabilities - Offeror must provide a narrative addressing an online system with the following capabilities: 1.Ability to identify waste streams for pharmaceuticals in the Dayton VAMC's inventory, as well as new drugs, contract rollovers, sample disposals and other non-formulary pharmaceuticals. 2.Enables license subscribers to search for pharmaceutical waste disposition information for over 200,000 available 24/7, plus products by NDC number, product or generic name. 3.Updates with new pharmaceutical products on a weekly basis and identify federal hazardous waste based on the Resource Conservation and Recovery Act (RCRA). 4.Allows an unlimited number of users at the subscriber site to access the on-line pharmaceutical waste disposal information. c.Licensure/Permits Needed - Offeror must submit copies of all current licenses of Pharmacist and certifications applicable. d.Certification Process - Offeror must provide a narrative addressing how the Medical Center can be presented a letter of certification recognized by state and federal environmental protection agencies. Past Performance: a.Name and contact information, including an e-mail address, for one (1) client receiving the same or similar services within the past three years. b.Completed Past Performance Surveys from the one (1) entities listed above (See Section D). Completed Past Performance Surveys must be returned directly to the contracting office by the person completing the survey. It is the offeror's responsibility to ensure that the surveys are returned by references before the closing date of the solicitation. c.Information that may be perceived as negative from the points of contacts provided, along with an explanation as to the perception and outcome. Tab 3 - Price: Price must be provided in accordance with the format given below. DescriptionUnitPrice Waste Analysis1 Job$ Grand Total$________________________ When combined, Technical and Past Performance are equal to price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25010RQ0364/listing.html)
- Place of Performance
- Address: VISN 10- dayton Contracting Activity;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton, OH
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN02296657-W 20100926/100924235711-56a1908603285ca0ea3b81aebcbb073a (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 |