SOLICITATION NOTICE
P -- Hawaii Hazardous Waste Pickup for 8 Months (Kaneohe/Makalapa)
- Notice Date
- 3/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-15-T-0125
- Archive Date
- 4/18/2015
- Point of Contact
- Jasmine A. Lucht, Phone: 6195326600, Jasmine A. Lucht,
- E-Mail Address
-
jasmine.lucht@med.navy.mil, jasmine.a.lucht.civ@mail.mil
(jasmine.lucht@med.navy.mil, jasmine.a.lucht.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for a commercial service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to negotiate a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Services as described in the schedule below. The requirement has a Period of Performance (POP) of 13 APR 2015 to 18 DEC 2015. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-15-T-0125 is issued as a Request For Quotation (RFQ). The closing date is 03 APR 2015 at 10:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-80. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 562119; Size: $38.5M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items and a firm-fixed price contract shall be awarded to the contractor whose response represents the Lowest Price Technically Acceptable offer in accordance with the following: CLIN 0001, TWO EACH 90 GALLON HAZARDOUS WASTE BIN PICK UP ONCE A WEEK FOR 35 WEEKS IAW the PWS. QTY: 70, Unit of Issue: EACH POP: 13 APR 2015 to 18 DEC 2015 Unit Price: ____ Total CLIN Price: _____ LOCATION: MAKALAPA LAB CLIN 0002, ONE EACH 5 GALLON HAZARDOUS WASTE (TEETH) BIN PICK UP ONCE A MONTH FOR 8 MONTHS IAW the PWS. QTY: 8, Unit of Issue: MONTHS POP: 13 APR 2015 to 18 DEC 2015 Unit Price: _____ Total CLIN Price: _____ LOCATION: MAKALAPA LAB CLIN 0003, TWO EACH 90 GALLON HAZARDOUS WASTE BIN PICK UP ONCE A WEEK FOR 35 WEEKS IAW the PWS. QTY: 70, Unit of Issue: EACH POP: 13 APR 2015 to 18 DEC 2015 Unit Price: _____ Total CLIN Price: _____ LOCATION: KANEOHE BAY LAB N6809815RC05N07 & N3261215RC5KN08 PERFORMANCE WORK STATEMENT (PWS) COMMANDER NAVAL HEALTH CLINIC HAWAII (NHCH) INFECTIOUS and PATHOLOGICAL (TEETH) WASTE DISPOSAL SERVICE 1.0 BACKGROUND 1.1 Commanding Officer Naval Health Center Hawaii (NHCH) provides health services for over 18,000 active duty naval personnel and 37,000 family members based on the Island of Oahu, Hawaii. NHCH is comprised of two large clinics, Branch Medical Clinic Makalapa at Pearl Harbor and Branch Medical Clinic Kaneohe Bay at Marine Corps Base Hawaii, Kaneohe Bay, and smaller clinics Branch Medical Shipyard HQ, Branch Medical Clinic Camp Smith, Branch Medical Clinic Wahiawa, and Branch Medical Clinic Barking Sands on the Island of Kauai. 2.0 SCOPE/OBJECTIVE 2.1 Contractor shall provide the necessary materials and services to properly dispose of biological-infectious and pathological waste from NHCH's two laboratory facilities on the Island of Oahu, Hawaii. 2.2 PERFORMANCE LOCATIONS: NBHC Makalapa Main Lab 1253 Makalapa Drive, Building 1407A, RM 283 Joint Base Pearl Harbor Hickam Hawaii, 96860 NBHC MCBH Kaneohe Bay Main Lab D Street, Building 3089, RM 108 MCBH Kaneohe Bay, Hawaii 96863 808.257.5041 x123 3.0 PERFORMANCE REQUIREMENTS 3.1 The Contractor shall not exceed the quantities and frequency of pickup stated in the contract. The Contractor shall provide a weekly and monthly pickup, transport, treatment and disposal of biological infectious and pathological waste (teeth) from: Makalapa Lab: a. Hazardous Waste- Seventy (70) each 90-gallon bins, pickup and exchange with clean bin twice per week for thirty-five (35) weeks. Contractor shall provide a RED bag for solids and a SHARPS container for waste. b. Pathological Waste (Teeth) - Eight (8) each 5-gallon bins, pickup and exchange with clean bin monthly for eight (8) months. Kaneohe Bay Lab: a. Hazardous Waste- Seventy (70) each 90-gallon bins, pickup and exchange with clean bin twice per week for thirty-five (35) weeks. Contractor shall provide a RED bag for solids and a SHARPS container for waste. 3.2 The Contractor shall perform all tasks described by this Performance Work Statement (PWS) in accordance with applicable Occupational Safety and Health Administration (OSHA) state and federal requirements regarding the transport, treatment, and disposal of medical waste. The Contractor shall provide a Certificate of Disposal with each Wide Area Workflow (WAWF) invoice according to 40 CFR Part 262.21. All costs associated with proper use of personal safety equipment by Contractor personnel shall be the Contractor's responsibility. 4.0 QUALITY ASSURANCE 4.1 The Contractor is responsible for implementing and maintaining a Quality Control Plan (QCP) that identifies and results in the correction of potential and actual problems. The QCP shall be implemented on the first day of contract performance and a copy of QCP shall be provided to the Technical Point of Contact (TPOC) if requested. 4.1.1 The QCP shall outline the Contractor's plan to ensure the quality of deliverables as outlined in this PWS. The QCP shall address what will be reviewed and shall outline actions to be taken by the Contractor, should the review(s) identify areas requiring remedial action 4.1.2 The Contractor shall keep records of any inspections and corrective actions taken, as outlined in the QCP and shall make such records available to the TPOC upon request. 4.2 Periodic Progress Meetings: The TPOC auditor, or other Government personnel as appropriate, may meet with the Contractor to review the Contractor's performance. At these meetings, the TPOC will explain to the Contractor how the Government views the Contractor's performance and the Contractor will explain the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 5.0 CONTRACTOR QUALIFICATIONS/REQUIREMENTS 5.1 The Contractor shall be an Original Equipment Manufacturer (OEM) trained and authorized technical service provider. 5.2 In accordance with Department of Defense and Homeland Security requirements, performance of work under this contract is restricted to US citizens and US nationals only. The Contractor shall provide proof of this requirement upon request of the TPOC. 5.3 Security Requirements: This contract does not require a security clearance level and clearance granted by the Defense Security Service (DSS). The Contractor shall identify and immediately report suspicions to the TPOC should contractor personnel receive or suspect they have learned of classified information beyond their level of clearance. 5.4 Confidentiality: All materials provided to the Contractor by the Government including, but not limited to, test results, conclusions, and recommendations obtained thereof from the Contractor shall be considered Government property. The information shall not be disclosed, copied, modified, used (except to fulfill contract requirements), or otherwise disseminated to any other person or entity at any time to include, but not limited to, inclusion in any non-Government database without the Government's consent. 6.0 PERIOD OF PERFORMANCE: Work shall commence no later than one week from date of contract award. 6.1 WORKING HOURS: Regular working hours shall consist of an 8-hour period between 7:00 AM-3:30 PM Monday through Friday excluding Federal holidays and weekends. 6.2 FEDERAL HOLIDAYS: New Year's Day 1st of January Dr. Martin Luther King's Birthday 3rd Monday in January President's Day 3rd Monday in February Memorial Day 5th Monday in May Independence Day 4th of July Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran's Day 11th of November Thanksgiving Day 4th Thursday in November Christmas Day 25th of December If the federal holiday falls on a Saturday, the holiday is observed on Friday the day before. If the federal holiday falls on Sunday, the holiday is observed on the following Monday. 6.3 Contractor personnel shall wear pictured identification cards that identify the employees' name and the Contractor's business name, plainly visible in the upper chest area. Any other special Government badges provided shall be worn and visible. All Contractor employees shall present a neat and clean appearance in accordance with generally accepted standards. The work leader shall be able to proficiently speak, read, write, and understand English. 6.4 The Contractor shall not employ Government personnel (military or civilian) for performance of any work described in this PWS. 6.5 The Government reserves the right to direct the removal of any of the Contractor's personnel for misconduct or security reasons. Removal of the Contractor's employee(s) for reasons stated above does not relieve the Contractor from the PWS performance requirements. 6.6 Contractors shall not provide personal services to NHCH under this PWS. The Contractor shall immediately notify the Contracting Officer (CO) if contractor employees are directed at any time to perform services not covered under this contract. 6.6.1 Contractor personnel shall not manage, supervise, direct or task US military. Department of Defense (DoD) civilians or other personnel not associated with the Contractor while performing the tasks within this PWS. 6.6.2 Contractor personnel shall not make any commitment which commits the expenditure of US Government resources. 6.6.3 The Contractor performing services shall be required to comply with all US Navy and NHCH rules, regulations, and training that is applicable to conduct safety, security and procedures governing site entry and exit. 6.6.4 Contractor personnel shall not establish an employee-employer relationship with NHCH under this PWS. 7.0 POINTS OF CONTACT: 7.1 Technical POC: Quotations will be evaluated based on Technical capability, price, and past performance. Technical capability and past performance when combined are the same as price. The Government will only consider firm fixed price quotations. Factor One: Technical Capability defined as the ability of the products to meet the salient characteristics needed. Factor Two: : Past Performance Provide three (3) references with the point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years. Factor Three: Price, the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Technical capability and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (FEB 2009). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. Electronic submission of Quotes: Quotations shall be submitted electronically by email to jasmine.lucht@med.navy.mil (please cc: jasmine.a.lucht.civ@mail.mil). Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (FEB 2012) 52.204-13 Central Contractor Registration - Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015) 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note)) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (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 Veterans (JUL 2014)(38U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-37 Employment Reports on Veterans (July 2014) (38 U.S.C. 4212) 52.222-41 Service Contract Act of 1965 (May 2014) (41 U.S.C. chapter 67) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31U.S.C. 3332) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006) 252.225-7001 Buy American and Balance of Payment Program(DEC2012)(41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)(FEB 2015) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0125/listing.html)
- Place of Performance
- Address: NBHC Makalapa Main Lab, 1253 Makalapa Drive, Building 1407A, RM 283, Joint Base Pearl Harbor Hickam, Hawaii, 96860, NBHC MCBH Kaneohe Bay Main Lab, D Street, Building 3089, RM 108, MCBH Kaneohe Bay, Hawaii 96863, 808.257.5041 x123, Hawaii, United States
- Record
- SN03679235-W 20150327/150325235724-9173335595f6295d60b9e30fbae2f1fd (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 |