SOURCES SOUGHT
S -- Regulated Medical Waste Services Michael E. DeBakey VA Medical Center (MEDVAMC)
- Notice Date
- 1/16/2019
- Notice Type
- Synopsis
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- ZIP Code
- 77030 4298
- Solicitation Number
- 36C25619Q0344
- Response Due
- 1/28/2019
- Archive Date
- 2/27/2019
- Point of Contact
- John.Walker15@va.gov
- Small Business Set-Aside
- N/A
- Description
- RFI 36C25619Q0344 7 DISCLAIMER: THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 5612211 is $38.5 Million. 1. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide all labor, tools, materials, supplies, equipment, supervision and transportation required to perform medical/special, pathological, and residual chemotherapy waste treatment and disposal services on a fee-per-pound basis in accordance with the attached Draft Scope of Work (SOW) 2. Place of Performance: A. Michael E. DeBakey Veteran Affairs Medical Center (MEDVAMC) 2002 Holcombe Blvd Houston, TX 77030 B. Nine (9) Community Based Outpatient Clinics (CBOC) identified in SOW paragraph 3.2.3 3. Opportunity: The MEDVAMC is seeking information from potential contractors on their ability to provide these services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. All capable Service Disabled Veteran Owned Small Business (SDVOSB) concerns are encouraged to provide responses to this RFI to assist the MEDVAMC in determining potential levels of competition available in the industry. NOTE: All Questions and information shall be answered and provided in Sections 4 through 7 for the government to consider whether the contractor has the capability to meet the government requirement. 4. Responses Requested: The MEDVAMC requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information. a. Is the Contractor licensed/certified by the State of Texas to properly handle, transport treat, and dispose of Regulated Medical Waste (RMW)? Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. b. Does the Contractor s off-site or on-site medical/special waste treatment and disposition system for processing untreated RMW/special/infectious waste meets the performance standards, as outlined in TDH 25 TAC Chapter 1, Subchapter K, 1.131-1.137 and TCEQ 30 TAC 330, Subchapter Y, 330.1201-330.1221? Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. c. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number. d. Is your company a small business (SDVOSB, VOSB), SDBs, HUBZone, or 8A concern? NAICS Code: 562211, PSC Code: S222, Waste Treatment and Storage. Please provide proof of qualifications. e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. 5. Capability Statement: Provide your capability statement to demonstrate your company s understanding and ability to perform Regulated Medical Waste Services. At a minimum: Include descriptive identification/information on fleet of vehicles on-hand for this type of service. Provide descriptive emergencies and emergency response time after receipt of call from agency. List all certifications and licenses required to perform RMW services in the state of Texas. 6. Relevant Experience: Please provide Government or Commercial agency relevant experience within the last three (3) years. Information shall include: Contract Number Name/Point of Contact (POC) POC phone number POC email address Brief description of how the contract referenced at 6(a) relates to the technical capability within the pest control industry for the interior and exterior of government and/or commercial buildings. 7. Subcontracting: If subcontracting, provide subcontractor s business name, address, phone number, and DUNS. Identify specific task(s) to be performed by the subcontractor and prime contractor. Contractor shall possess the capability to provide all requirements and objectives. 8. Attachment 1: Use format to submit Contractor s recommendations, CLIN Structure, etc. 9. Instructions and Response Guidelines: RFI responses are due by 10:00am (CST) on Monday, January 28, 2019; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to john.walker15@va.gov All Questions shall be submitted by 10:00am (CST) on Wednesday, January 23, 2018 via email to john.walker15@va.gov Telephone requests or inquires will not be accepted. The subject line shall read: 36C25619Q0344 Regulated Medical Waste Services NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(e). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. 10. Contact Information: Contract Specialist, John Walker Email address: john.walker15@va.gov Your responses to this notice is appreciated. Draft Scope of Work Regulated Medical Waste (RMW) Services SCOPE The Contractor shall provide all labor, tools, materials, supplies, equipment, supervision and transportation required to perform medical/special, pathological, and residual chemotherapy waste treatment and disposal services on a fee-per-pound basis to the Michael E. DeBakey Veteran Affairs Medical Center (MEDVAMC) in Houston, TX, along with a total of nine (9) individual Community Based Outpatient Clinics (CBOCs) located in Beaumont, Lufkin, Galveston Island, Conroe, Richmond, Texas City, Lake Jackson, Katy and Tomball, Texas with the specific service requirements as outlined in this SOW. The specific services at a minimum shall include all materials, manpower, process equipment, licenses, permits, fees, fuel surcharge, transportation and computerized documentation for the complete pickup, treatment and disposal of an estimated total of 80,770 lbs./monthly of medical/special, pathological and residual chemotherapy waste in an Approved or Alternate Treatment Methods Technology for Special Waste from Health Care-Related Facilities in strict compliance with all applicable Federal (CDC, OSHA, DOT, EPA), State (TCEQ, TDH), and Local laws, regulations, ordinances, and codes, etc. Once the San-I-Pak autoclave machine is operational the amount of RMW at the Main Facility is expected to drop to, an estimated amount of, 1,000 lbs./monthly. The amount of Chemotherapy Waste is estimated to be 800 lbs./month. The amount of Pathological waste is estimated to be 400 lbs./month. OPERATIONAL COVERAGE: Normal work hours: Monday through Friday 8:00 am - 4:30 pm (excluding Federal Holidays). Federal Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day, along with any other day specifically declared by the President of the United States to be a national holiday. SPECIFICATION Main Campus (Building 100, 109, 110, 121, and other outline buildings) The contractor shall furnish appropriate and adequate (at least 115) amounts of 97/100-gallon, portable pre-labeled bio-hazard containers with closeable lids for the daily collection, storage and transportation of medical waste, and 20 each for chemotherapy waste containers. All containers shall be washed and sanitized daily before delivery and reuse. Containers shall be maintained per manufactured-design or replaced to meet manufacturer s specifications, OSHA, DOT, and TCEQ regulations. Container storage and pickup locations: Building 100: West Dock; Building 109: South West Dock; Building 110: South Dock; Building 121: Room 121-113. The Contracting Officer s Representative (COR) reserves the right to make changes to locations to meet the needs of the facility. Pickup Times: Containers shall be picked up daily, Monday through Saturday (and as needed) between the hours of 6:00 am and Noon, excluding Federal holidays. The contractor is responsible for adhering to established methods for picking-up, manifesting, transporting, documenting, labeling, processing, and delivery verification to the treatment and disposal facility VAMC generated infectious medical, pathological, and chemotherapy waste per State, Local, CDC, OSHA, DOT, and EPA regulations/laws/codes, etc. The Contractor shall ensure treatment and disposal of VAMC generated chemotherapy (CD) wastes and Pathological Waste are segregated at storage on site, in separate pre-labeled containers provided by the vendor. CD and Pathological Waste shall be treated (incinerated) and disposed in accordance with the approved treatment method enforced by federal, state, and local laws, regulations, and ordinances, including the TCEQ, TDH, OSHA, CDC, and EPA. Community Based Outpatient Clinics: The contractor shall furnish appropriate and adequate amounts of containers for the daily collection, storage and transportation of medical waste. Containers shall be maintained per manufactured-design or replaced to meet manufacturer s specifications, OSHA, DOT, and TCEQ regulations. Container storage and pickup locations: To be determined by COR Pickup Times: The Contractor shall ensure the waste stream is managed and picked-up at each facility weekly/as needed on a normal working day between the hours of 10:00 am 2:00 pm, unless otherwise approved by the Contracting Officer (CO) or COR. The off-site VA facilities managed by the MEDVAMC currently include: CBOC Facility CBOC Address Monthly estimated Lbs. Beaumont 3420 Veterans Circle, Beaumont, TX 77707 390 Charles Wilson 2206 North John Redditt Dr., Lufkin, TX 75904 510 Galveston Island 3828 Avenue N, Galveston, TX 77550 85 Conroe 690 South Loop 336 West, Conroe, TX 77304 550 Richmond 22001 SW Freeway, Ste 200, Richmond, TX 77469 150 Texas City 9300 Emmett F. Lowery Expressway, Ste 206, Texas City, TX 77591 180 Lake Jackson City 208 Oak Drive South, Lake Jackson, TZ 77566 70 Katy 750 Westgreen Blvd., Katy, TX 77450 600 Tomball 1200 W. Main Street, Tomball, TX 77375 360 Contingency Plan The Contractor shall furnish a Contingency Plan (CP) in the event any VA facility, listed in the SOW is affected by a major disaster or shut down, planned or unplanned. The contingency plan shall be active within 12 hours of notification from the COR. A copy of this plan shall be provided to the CO with their technical quote submission. The CP plan shall include provisions for 3-4 days for each SOW facility. The CP shall include provisions for 30 days for each SOW facility. The CP shall include provisions for an additional 30 days at the recommendation and discretion of the COR. TERMS/PROVISIONS The Contractor shall develop and provide the COR a copy of their CP that would be implemented to provide and support all VA facilities listed in this SOW, as applicable for equipment and supplies installed/placed on site or during any National Weather Center declared major natural disaster weather event that has the ability to hinder or stop the pick-up and removal of infectious medical waste from any of the VA facilities listed in this SOW. We recommend, the contingency plan include provisions for temporary storage requirements and delivery of 3-4-day supply of medical waste storage containers to the facility prior to any confirmed natural disaster that may impact medical treatment processes at this facility. The COR shall be provided a copy to review and approve prior to award of this service contract. The Contractor shall provide evidence that their off-site or on-site medical/special waste treatment and disposition system for processing untreated RMW/special/infectious waste meets the performance standards, as outlined in TDH 25 TAC Chapter 1, Subchapter K, 1.131-1.137 and TCEQ 30 TAC 330, Subchapter Y, 330.1201-330.1221. Failure to meet this requirement shall call for immediate termination of requested service stated and required in this contract. The Contractor shall ensure an electronically generated copy of the medical waste manifest or a written record per 30 TAC, Chapter 330.1211 is attached to each electronically generated invoice showing proof of the daily quantity and total monthly amount of medical waste treated in pounds, prior to requesting and receiving payment for services rendered. The inventory report shall include each site listed in this SOW; along with the amount of RMW, Chemotherapy Waste, and Pathological Waste. The Contractor shall maintain documentation demonstrating its employees or contractors are properly trained, medical tested and wear an appropriate level of Personal Protective Equipment (PPE). The Contractor shall ensure employee or contractors wear personal protective equipment, prior to engaging in any activities involving maintenance of processing equipment or handling of infectious waste generated by this health care facility per 29 CFR OSHA 1910.1030. The Contractor shall provide technical assistance and training to facility personnel on current waste segregation, waste collection, and reduction practices, as needed to support the facility s solid waste reduction program goals per Executive Order 13693. If applicable, the Contractor shall meet all requirements necessitated by regulatory or technology changes during the life of this contract, at no additional cost to the Government. Failure to meet these specifications and requirements in 30 TAC 330, Subchapter Y and 25 TAC Chapter 1, Subchapter K shall be grounds for unilateral termination of the service. The Contractor is fully responsible and liable for all incidents resulting from any claims or reports for any infectious diseases or reactions resulting from using their technology either on-site or off-site at present or in the future. The Government shall ensure regulated medical waste (includes special waste), other infectious materials and residual chemotherapy waste generated from clinical and/or research processes are discarded into approved containers provided by the contractor for storage and transport of medical/special/infectious and residual chemotherapy waste to the contractor s regulated medical waste treatment and disposal site. The Contractor shall as a separate contingency option, furnish all services, materials, equipment, transportation, storage and manpower, as necessary to treat and dispose of DOT Infectious Substances, i.e., identified as Category A and Category B mixed with medical/infectious waste on a fixed per-drum-fee, in strict compliance with Federal (CDC, OSHA, EPA, and DOT) and State (TCEQ) regulations. Continuity of Service: A thirty (30) day Phase-in/Phase-Out period, effective on the contract commencement date is required to facilitate a potential change in contractors upon expiration of the current contract and to ensure continuity for service. When there is a change in contractor, it shall be the responsibility of the new contractor to ensure the transition is accomplished without delays in scheduling RMW services. 4.11 Changes to Contract or SOW: Changes to this SOW or the impending contract shall only be authorized and approved through written correspondence form the CO. A copy of each change shall be kept in a project folder along with all other documents or items pertaining to the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. 4.12 Payment: The contractor shall submit requests for payment electronically to the VA s Tungsten Network. Invoices shall be paid monthly in arrears for all authorized work performed upon receipt of a properly prepared invoice submitted to: https://www.fsc.va.gov/einvoice.asp. Invoices must include contract number, purchase order number, location inspected/treated and date inspected/treated. Non-performance or late performance may result in delayed or reduced payment under this contract. (End of Scope of Work) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0344/listing.html)
- Record
- SN05196024-F 20190118/190116230013 (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 |