SOLICITATION NOTICE
S -- Hazardous and Non-Hazardous Waste Disposal
- Notice Date
- 5/8/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0518
- Archive Date
- 6/7/2019
- Point of Contact
- 217-554-4544
- Small Business Set-Aside
- N/A
- Description
- Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25219Q0518 Posted Date: 05/08/2019 Original Response Date: 05/22/2019 Current Response Date: 05/22/2019 Product or Service Code: S222 Set Aside (SDVOSB/VOSB): Small Business NAICS Code: 562112 Contracting Office Address Great Lakes Acquisition Center Network 12 Contracting Office 1900 East Main Street Danville Illinois 61832-5198 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 562112, with a small business size standard of $38.5 million. The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois, is seeking a contractor to package, label and dispose of accumulated hazardous and non-hazardous industrial wastes at Veterans Administration Iliana Health Care System (VAIHCS) in accordance with Federal and State of Illinois environmental regulations, to include the Resource Conservation and Recovery Act regulations. All interested companies shall provide quotation for the following: Schedule Line Item Description Quantity Unit Total Price Package, label and dispose of accumulated hazardous and non-hazardous industrial wastes as listed in the at Veterans Administration Iliana Health Care System (VAIHCS) in accordance with Federal and State of Illinois environmental regulations, to include the Resource Conservation and Recovery Act regulations. 1 JB Services PERFORMNACE WORK STATEMENT Package, label and dispose of accumulated hazardous and non-hazardous industrial wastes at Veterans Administration Iliana Health Care System (VAIHCS) in accordance with Federal and State of Illinois environmental regulations, to include the Resource Conservation and Recovery Act regulations. The hazardous and non-hazardous wastes being removed are in Building 138, Hazardous Materials Storage Building. The types and quantities of wastes being disposed are listed are represented below. HAZARDOUS WASTE GENERATION/INVENTORY LOG NAME AMOUNT Hazard Class Weight lbs. Dental Haz Waste 5 gal D001 10 Bleach wipes 1 case D003 10 Nitrocellulose based paint 4 x 1 gal D001 15 Mogul WS-141 5 gal D001 30 Lead based paint chips and debris 1 bag D008 30 Lead paint chips 1x5gal D008 40 Dental Haz Waste 1x5 gal D001 20 Lead paint chips 1x5 gal D008 40 Flex 95 (40% methanol, 60% isopropyl) 8x1gal D001 66 Misc. Dental Waste 1x5 gal D001 20 Paraffin spill waste 1x5 gal Non-haz 10 Lead paint chips 190 lbs. D008 190 Expired Parasep SF-D001 5 lbs. D001 5 Activated Carbon Filter w/ formaldehyde 10 lbs. U122 10 Expired hand sanitizer 10 lbs. D001 10 Steriplex disinfecting agent (D011 for silver) 50 lb. D011 50 Thick strip floor stripper (ethanolamine), D001 80 lbs. D001 80 Hand Sanitizer-D001-2 x 5 gal 28 lbs. D001 28 Solvent based paint in Cans 150 lbs. D001 150 Formaldehyde Filters 15 lbs. U122 15 Mercury Thermometers (Universal waste) 1 lb. Universal Waste 1 Lead Based paint Chips 55-Gal Drum 190 Ibs. 190 Total (lbs.) 1020 All the waste being disposed shall be disposed in a single, one day, shipment. If requested, a site visit will be scheduled for any applicants who wish to examine the site and the materials which need to be removed The C&A requirements do not apply, and that a Security Accreditation Package is not required. The delivery/task order period of performance is Thirty (30) days from date of award. Place of Performance Address: VA Iliana Healthcare System 1900 East Main Street Danville Illinois Postal Code: 61832-5198 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. a. Technical Capability- i. Contractor shall demonstrate evidence of experience in the provision of Hazardous Waste Disposal Services in a Federal Health Care environment. ii. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. iii. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. iv. Contractor shall provide evidence of possession of all necessary permits and/or licenses regarding the pickup, transportation, treatment, storage and acceptable disposition as regulated by State and Federal EPA Guidelines for Hazardous waste, to include the Resource Conservation and Recovery Act regulations. b. Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. When evaluating past performance, the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies and key personnel who have relevant experience that shall perform major or critical aspects of the requirement. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. Areas of relevance include experience with hazardous waste disposal in a healthcare setting. A minimum of three (3) references shall be submitted with your offer however, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably. c. Price- The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer for all ordering periods to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2018] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2018] 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION) 52.212-2 Evaluation-Commercial Items (OCT 2014) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018] 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 852.203-70 Commercial Advertising (MAY 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2019] The following subparagraphs of FAR 52.212-5 are applicable: subparagraph (b) (14),(19),(22),(25), (27), (28), (33), (42),(49),(55) Subparagraph (c ) (1) (2),(3),(8), (9) Wage Determination 2015-5021 shall apply All quoters shall submit the following: One Copy of the quotation to include all documentation of technical acceptability as outlined above. All quotations shall be sent to the Contracting Officer via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov. Email submissions are preferred. This is an open-market combined synopsis/solicitation for hazardous waste disposal as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4PM CDT on Wednesday May 22,2019 by the methods stated above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes are accepted and preferred. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at kevin.adkins@va.gov Point of Contact Kevin Adkins Contracting Officer 217-554-4544 Office 217-554-3206 Fax kevin.adkins@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-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/VAGLHS/VAGLHCS/36C25219Q0518/listing.html)
- Place of Performance
- Address: VA Iliana Healthcare System;1900 East Main Street;Danville Illinois
- Zip Code: 61832
- Country: USA
- Zip Code: 61832
- Record
- SN05305748-F 20190510/190508230057 (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 |