Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
SOURCES SOUGHT

Q -- Hazardous Waste Services - Draft Performance Work Statement

Notice Date
6/20/2016
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-16-R-0004
 
Archive Date
8/31/2016
 
Point of Contact
Theresa Contreras, Phone: (310) 653-5393, Dalice Va, Phone: 310-653-5374
 
E-Mail Address
theresa.contreras@losangeles.af.mil, dalice.va@us.af.mil
(theresa.contreras@losangeles.af.mil, dalice.va@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for Hazardous Waste Services The Operational Contract Office, SMC/PKE Los Angeles, AFB is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought is published for market research purposes only to identify potential sources capable of providing Hazardous Waste Services to Los Angeles Air Force Base. The contractor shall provide all labor, facilities transportation, services, equipment, and materials (except if identified as Government Furnished) necessary to provide these services located on Los Angeles Air Force Base (LAAFB) in El Segundo, CA and Fort MacArthur located in San Pedro, CA in accordance with the requirements of the Performance Work Statement (PWS), industry standards, and applicable local, state, and Federal laws. A draft PWS is attached. This notice neither constitutes an Invitation for Bid nor a Request for Proposal (RFP), and it does not restrict the acquiring activity to an ultimate acquisition approach. No reimbursement will be made for any cost associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. The NAICS for this requirement is expected to be 562211 with a $38.5M size standard. For this procurement, it has been anticipated that competition will be nationwide for firms which have the above assigned NAICS code among those approved for www.fbo.gov to obtain updated notices, solicitation documents, amendments, or other information pertaining to this requirement. The closing date and time for submission of offers will be contained in the solicitation package. The proposed performance period will be base period of one (1) year plus four (4) one year option periods. All potential and eligible sources are asked to submit a capabilities package expressing their interest. The capability packages must be clear, concise, complete, and limited to no more than two (2) pages max, including the cover page, 12-point minimum font, and shall include as a minimum: (1) Name and address of firm, size/ownership/business status (i.e., 8(a)) (2) Point of contact name, number, and email (3) Indication of current SAM Registration & CAGE Code (4) Capabilities statement (i.e., similar government and commercial contracts for providing Hazardous Waste Services) The objective of Disposal (Bio-Medical Waste) is to prevent transmission of disease from patient to patient, patient to health worker, or health worker to patient. Bio-Medical Waste is generally defined as any waste that can cause an infectious disease or that reasonably can be suspected of harboring human pathogenic organisms. It is also known as red bag waste and infectious waste. Typical waste items include single use disposable items such as needles, syringes, gloves, and other supplies which have been in contact with blood, blood products, body fluids, and cultures. Therefore, the Contractor shall: Provide storage containers to collect Bio-Medical Waste for pick-up and disposal on a scheduled basis. The storage containers must have or meet the following minimum requirements: a. Two (2) positioned at El Segundo and one (1) positioned at San Pedro. b. Each container with a minimum capacity of 42 gallons. c. Each container labeled in accordance with AFI41-201, paragraph 5.16.5.2. Each container must be compliant with Chapter 9 - "Containment and Storage" of the Medical Waste Management Act, California Health and Safety Code Provide Pick-Up Tickets for each container leaving LAAFB. Pick-up Tickets must be completed and given to the Contracting Officer Representative (COR) prior to any bio-medical waste leaving LAAFB. At minimum the Pick-Up Ticket must include the information listed in section 118040 - Tracking Records in accordance with Medical Waste Management Act, California Health and Safety Code Pick-up and dispose of bio-medical waste in accordance with scheduled pick-up times, AFI41-201, paragraph 5.16.5.1, and in accordance with Chapter 6 - "Medical Waste Haulers" of the Medical Waste Management Act, California Health and Safety Code, with no more than two (2) validated customer complaints per quarter. Pick-up destinations and times are as follows: a. Building 210, El Segundo Main Clinic (Weekly) b. Building 30, San Pedro Ft MacArthur Clinic (Monthly) Provide documentation of bio-medical waste material that was received and destroyed before the last working day of each month. At a minimum the documentation must include the information listed in section 118040 - Tracking Records in accordance with Medical Waste Management Act, California Health and Safety Code to include the following: a. Container identification (e.g. number) b. Destruction date c. Time of destruction d. Method of destruction The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via the secure data collection site (i.e. Contract Manpower Reporting Application). The Contractor is required to completely fill in all required data fields using the following web address http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the ECMRA help desk.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-16-R-0004/listing.html)
 
Place of Performance
Address: Los Angeles AFB and Fort MacArthur, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN04155717-W 20160622/160620234747-6a2508c2435f028751dd8f80d5d25a7e (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.