Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2019 FBO #6473
SOURCES SOUGHT

S -- Regulated Medical Waste (Including Sharps) Removal Services New Jersey VA Community-Based Outpatient Clinics

Notice Date
8/12/2019
 
Notice Type
Synopsis
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West;Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
36C24419Q1039
 
Response Due
8/16/2019
 
Archive Date
9/15/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement 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. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. The Department of Veterans Affairs, Network Contracting Office 4, 100 S. Independence Mall West, Philadelphia, PA 19106, is conducting a market survey to identify potential sources to perform a 5-Year Indefinite Delivery contract for complete and comprehensive Regulated Medical Waste (RMW) removal services, to include sharps removal services, as follows: 1. SCOPE: This service will provide all labor, material, equipment, maintenance, repair, supplies, transportation, management, expertise and supervision necessary to perform RMW pick-up, transport, sterilization and disposal for the CBOC s. Sharps waste will be separated from non-sharps RMW. Contractor will provide reusable sharps containers. Contractor will collect and distribute reusable sharps containers throughout the CBOC s. Reusable sharps containers, located in areas where Contractor is not permitted entry, will be collected and distributed by VA employees. The sharps containers collected by VA employees and the non-sharps RMW will be consolidated to a central location at each facility for pick-up by Contractor. This service to include the hardware and installation required to mount sharps containers to walls (Example- Sharps brackets), floors (Example- Floor holders), or carts by the contractor. Pricing will be a flat rate per pound for RMW removal and a separate flat rate for reusable sharps container removal. 2. PLACE OF PERFORMANCE: Performance of services shall occur at the following VA locations: a. Atlantic County CBOC ( Northfield CBOC ) 1909 New Rd Northfield, NJ 08225 b. Cape May County CBOC ( Cape May CBOC ) 1 Munro Avenue Cape May, NJ 08204 c. Cumberland County CBOC ( Vineland CBOC ) 79 West Landis Avenue Vineland, NJ 08360 3. QUALIFICATIONS (not comprehensive): Permits, Licenses, Registrations and Certifications: The Contractor must possess all applicable federal, state and local certifications, permits, licenses and registrations required to process and dispose of RMW to include Sharps. Certifications, permits, licenses and/or registrations shall be unencumbered with no current possibility of suspension or termination. All permit, license, registration and certification fees shall be borne by the Contractor. Prime Contractor must possess an A-901 license and a Certificate of Public Convenience and Necessity ( CPCN ) as required by the State of New Jersey. Forms and information on these requirements may be found at https://www.nj.gov/dep/dshw/a901/a901frms.htm. Capabilities Statement and Documentation: Companies are invited to provide their capabilities, experience and knowledge in the provision of RMW removal services. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company to include: Company Name: Company Address: Certification of A-901 license and a Certificate of Public Convenience and Necessity (CPCN) as required by the State of New Jersey. GSA Contract Number and Expiration Date (if applicable): Company DUNS: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. The North American Industry Classification System Code (NAICS) is 562112, Hazardous Waste Collection, and the Small Business Size Standard is $38.5 million. Based on this information, please indicate whether your company is a Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUB Zone Small Business, Women Owned Small Business, Small Disadvantaged Business (SDB), Small Business Concern, or Large Business. NOTE: FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in VA s Vendor Information Pages (VIP) database, which is available at: https://www.vip.vetbiz.va.gov/. 3. Provide a summary of your firm s ability to provide the services described in this announcement. In addition to a Capability Statement which provides the above, submissions can include specifications, brochures, and manuals as attachments. Submit responses via email to thomas.cossentino@va.gov no later than 10:00 AM EDT, 8/16/2019, with Sources Sought number 36C24419Q1039 in the subject line. Telephone responses shall not be accepted. Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at this time; this notice is to acquire information only. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-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/PiVAMC646/PiVAMC646/36C24419Q1039/listing.html)
 
Record
SN05401421-F 20190814/190812230015 (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  © 1994-2020, Loren Data Corp.