Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOURCES SOUGHT

99 -- Infectious Waste BPA

Notice Date
4/20/2020 1:32:49 PM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601-20-Q-0080
 
Response Due
4/29/2020 9:00:00 AM
 
Archive Date
05/14/2020
 
Point of Contact
Peter Thomas, Phone: 937-522-4601
 
E-Mail Address
peter.thomas.15@us.af.mil
(peter.thomas.15@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PERFORMANCE WORK STATEMENT FOR PICKUP, TRANSPORTATION, TREATMENT, AND DISPOSAL OF INFECTIOUS WASTE ITEMS WRIGHT-PATTERSON AIR FORCE BASE, OHIO February 2020 1.0� SCOPE The objective of this task is to properly remove, transport, treat, and dispose of infectious waste and international garbage from Wright-Patterson Air Force Base (WPAFB) in accordance with all applicable local, state, and federal regulations.� All infectious waste removed from Bldg. 830, WPAFB Hospital, and Bldg. 1425, the Vet Clinic, in Area A and Bldgs. 73, 490, 644, 654, 675, 838, 840, 850 and 851 in Area B shall be incinerated.� International Garbage removed from the flight-line, Bldg. 143, in Area A and Bldgs. 840 and 851 in Area B shall all be treated by autoclaving. 2.0� INTRODUCTION WPAFB generates infectious waste at a number of locations that require pickup, transportation, treatment, and disposal.� The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the tasks.� Under the terms of this agreement, all infectious waste shall be transported, treated, and disposed of in an approved manner as defined by all federal, state, and local rules and regulations. 3.0� REQUIREMENTS/DESCRIPTION OF SERVICES 3.1� LOCATION WPAFB is located in southwestern Ohio, east of the city of Dayton and occupies portions of Greene and Montgomery counties.� The Infectious Waste Pickup sites are located in Area A (Bldgs. 830 and 1425), and Area B (Bldgs. 73, 490, 644, 654, 675, 838, 840, 850 and 851).� The International Garbage sites are in area A (Bldg. 143) and Area B (Bldgs. 840 and 851). �(Other locations may be added on an as-needed basis).� Routine and recurring pickup locations are as follows: Building & Area Day(s) of Week Infectious Waste Only, 830, Area A Tuesday and Friday of each week APHIS Waste Only, 143, Area A Tuesday and Friday of each week Infectious Waste Only, 1425, Area A On Call/as needed Infectious Waste Only, 675, Area B On Call/as needed Infectious Waste Only, 838, Area B On Call/as needed Infectious Waste Only, 73, Area B On Call/as needed Infectious Waste Only, 490, Area B Every Other Friday Infectious Waste Only, 644 Area B Every Other Friday Infectious Waste Only, 654 Area B Every Friday Infectious Waste Only, 850, Area B On Call/as needed Both Infectious and APHIS Waste, 840, Area B Infectious Waste � Every Tuesday and Friday; APHIS, on call Both Infectious and APHIS Waste, 851, Area B On Call/as needed Building 1425 in Area A and Buildings 73, 675, 850, 838, and 851 in Area B, will be on an �ON-CALL� basis for Infectious Waste pickups. �Bldg. 840 in Area B where International Garbage is generated will be on an �ON-CALL� basis. �Bldg. 143 in Area A, where International Garbage is generated, and Bldg. 830, the base hospital in Area A where Infectious Waste is picked up, are both scheduled for every Tuesday and Friday morning.� Currently, Bldg. 490 and Bldg. 644 in Area B where Infectious Waste is picked up, is scheduled every other Friday morning.� Bldg. 840 in Area B where Infectious Waste is picked up, is scheduled every Tuesday and Friday morning and Bldg. 654 in Area B where Infectious Waste is picked up, is scheduled for ever Friday. �The current authorized caller list can be found at attachment #1.� This list will be updated as changes occur and forwarded to the contractor by the contracting officer�s representative.� Every effort will be made to give the contractor a minimum of 24 hour notice of a pickup from other than a routine/reoccurring location or an off-schedule pickup from the locations listed in the table above.� Unless otherwise specified in advance by the Environmental Branch, the first pickup point shall be Building 830, Area A, and start not later than 0700.� Additional stops will be made thereafter. If WPAFB is closed due to inclement weather, then all pickups for that day shall be cancelled.� If the opening of the Air Force base is delayed for any reason, then the pickups scheduled will be conducted as stated above for a normal pickup day.� 3.2� GOVERNMENT FURNISHED PROPERTY/FACILITIES At each pickup location, the only government furnished facilities are the storage rooms where the containers of infectious waste are secured and kept out of the weather and scales for measuring the weight of the infectious waste containers. The government will furnish a Ludlum Model 19 MicroR meter to scan the containers of infectious waste for radioactivity prior to loading, and the scanning is only conducted in work areas where the possibility exists. 3.3� CONTRACTOR FURNISHED ITEMS AND SERVICES The contractor shall furnish everything required to perform the tasking described in this agreement.� The contractor shall provide durable red plastic bags (as defined in ASTM D1709 and ASTM D1922), 4 Mil thickness green plastic bags (as required for International Garbage and defined by USDA agreement), sturdy fiberboard cartons/containers, overpack containers, fiber drums, or reusable plastic containers necessary for the packaging of infectious waste and International Garbage.� The size of the containers shall be as close to the following dimensions as possible: Reusable Containers Cardboard Containers Overpack Containers Fiber Drums 32 gallon 12�W x 12�L x 24�H 16 � �W x 26 �L x 27 �H 34�H x 16� diam. 15�W x 24�L x 24�H The contractor shall place a sufficient amount of all supplies (containers, bags, etc.) at each pickup location to hold all infectious waste and/or International Garbage generated between pickup days.� 88�CEG/CEIEC will prescribe that amount. If fiberboard boxes are supplied, the contractor shall also supply boxing tape and all container identification labels required for classification and transportation of wastes (i.e., incinerate only, biohazard labels, Department of Transportation markings/labels).� All containers shall be kept in good condition and have sufficient strength to withstand handling during transport without leaking or compromising the container�s integrity.� Reusable plastic containers shall be thoroughly cleaned and disinfected after each use and shall be completely dry when returned to WPAFB.� The contractor shall furnish all necessary shipping papers in accordance with all applicable local, state, and federal regulations and approved by 88 CEG/CEIEC prior to any infectious waste or International Garbage leaving the base. The contractor shall transport the infectious waste using a vehicle conforming to all applicable federal, state, and local rules/regulations. Weighing of containers shall be done by the contractor in the presence of a government representative prior to loading on the transport vehicle.� The using organization shall designate the area and provide scales for the weighing of the infectious waste.� WPAFB shall be billed only for the weight of the infectious waste recorded at WPAFB. The contractor shall perform all associated functions including the completion of all disposal approval forms, submission for disposal at permitted waste facilities, and completion of shipping papers, where appropriate. A tally sheet shall be completed by the Environmental Branch representative for each pickup, and then used to summarize the number of each type of container, weights for each type of container, the total number for each type of container, and the total net weight which will then be appended to the shipping paper. The net weight (in whole numbers) shown on the shipping paper as confirmed by the tally sheet is the weight for invoicing purposes for each pickup location.� The transporter shall deliver the infectious waste to the treatment facility within fourteen consecutive calendar days and/or from one treatment facility to another treatment facility within ten consecutive calendar days. The contractor shall provide current copies of all Treatment Facility Licenses to the Environmental Branch. Within 45 days of the treatment of the waste, the original, signed shipping papers shall be returned to: ����������������������������������� 88 CEG/CEIEC ����������������������������������� Infectious Waste Coordinator ����������������������������������� 1450 Littrell Road ����������������������������������� Building 22, Area A ����������������������������������� Wright-Patterson AFB, OH� 45433-5209 This returned document shall include a treatment certification statement as well as the date of treatment and the signature of the certifying individual. 4.0� PAYMENT Payment will be made on a per pound of waste basis which shall constitute full compensation for all operations and services covered by this agreement, including all bags, cartons/containers, transportation, and treatment, as well as all disposal fees at the disposal facility.� Each pickup location shall have a separate account number, and separate invoices shall be provided for each account number on a monthly basis. Contractor shall submit invoices for payment to the following:� � 88 CEG/CEIEC ����������������������������������� Infectious Waste Coordinator ����������������������������������� 1450 Littrell Road ����������������������������������� Building 22, Area A ����������������������������������� Wright-Patterson AFB, OH� 45433-5209 5.0 �SERVICES SUMMARY SERVICES� SUMMARY PERFORMANCE OBJECTIVES, PERFORMANCE THRESHOLDS, �METHODS OF SURVEILLANCE AND REMEDIES Performance Objective PWS Para. Performance Threshold 1.� Pickup Schedule 3.1 Provide pickups on time and error free 95% of the time. The remaining 5% rework is error free within 5 work days. 2.� Supplies/Container ���� Packaging 3.3 Provide sufficient supplies on time and error free 95% of the time.� The remaining 5% rework is resolved within 5 work days. 3.� Shipping Papers 3.3 Provide shipping papers on time and error free 95% of the time. The remaining 5% rework is resolved within 5 work days. 4.� Waste Treatment/� ���� Disposal 3.3 Provide proper disposal and treatment error free 95% of the time. The remaining 5% rework is resolved within 5 work days. 5.� Vehicle Registration/ ���� Condition 3.3 Provide compliant vehicle error free 95% of the time. The remaining 5% rework is resolved within 5 work days. 6.� Invoices 4.0 Provide invoices error free 95% of the time. The remaining 5% rework is resolved within 5 work days. 7. Treatment Facility� ��� Licenses 3.3 Provide treatment facility licenses within 30 days of contract award. 6.0 �QUALITY ASSURANCE/QUALITY CONTROL The Government will monitor the Contractor�s performance. The Government reserves the right to review services being provided.� The Contractor is solely responsible for the quality of services provided. The Contractor is also liable for the Contractor employee negligence, and any fraud, waste, or abuse. Re-performance of any work for failure to perform in accordance with the specified requirement shall be completed at the Contractor�s own expense and at no additional cost to the Government. 7.0� COMBATING TRAFFICKING IN PERSONS Combating Trafficking in Persons (CTIP) is a worldwide problem posing a transnational threat involving violations of basic human rights.�� The DoD has a zero tolerance policy for TIP.� As part of the 2013 National Defense Authorization Act, the Pentagon is required to take action against any contractor engaging in any activities related to labor trafficking, sex trafficking and child soldiering.�� The contractor should familiarize its employees with TIP by going to the DoD CTIP site at:� http://ctip.defense.gov/Home.aspx.�� The contractor should immediately report all suspicious activity of its employees to the COR or CO.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/80b33bea77344bc89c779a3ad78ff0d6/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05627047-F 20200422/200420230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.