Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

S -- 770 - Hazardous Waste Contract

Notice Date
2/23/2021 12:32:35 PM
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
NATIONAL CMOP OFFICE (36C770) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C77021Q0291
 
Response Due
2/26/2021 1:00:00 AM
 
Archive Date
04/27/2021
 
Point of Contact
nicole.gregory2@va.gov, Gregory, Nicole, Phone: 913-684-0144
 
E-Mail Address
nicole.gregory2@va.gov
(nicole.gregory2@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 OVERVIEW This is a Request for Information (RFI)/Sources Sought announcement only. This is not a solicitation announcement. Requests for a solicitation will not receive a response. The purpose of this announcement is to gain knowledge of potential qualified businesses interested and capable of providing disposal for hazardous waste material at all 7 Consolidated Mail Outpatient Pharmacy (CMOP) facilities located in/across the United States. This RFI/Sources Sought is part of the market research being conducted to locate qualified, experienced and interested potential sources for supporting the CMOP s. The Government will determine whether or not the requirement warrants a set aside for small business. For the purpose of this RFI/Sources Sought announcement, the North American Industry Classification System (NAICS) code is 562112 with a size standard of $41.5M. Seven CMOP facilities exist throughout the United States. Two of the facilities may be relocating during the contract; the Leavenworth CMOP may be relocated to 23501 West 84th Street, Shawnee, KS 66227 and the Charleston CMOP may be relocated to 4136 Carolina Commerce Parkway, North Charleston, SC 29456. Additionally, Murfreesboro CMOP is currently operating two locations notated with an * below. SERVICES BEING SOUGHT The CMOP requires a contractor(s) to remove and dispose hazardous waste material and universal waste disposal services, lab pack services, and removal of biohazardous waste (sharps containers) and non-hazardous chemical waste from all VA CMOP facilities at the locations listed below. VA CONSOLIDATED MAIL OUTPATIENT PHARMACY (CMOP) FACILITIES VA Leavenworth CMOP 5000 S. 13th St Leavenworth, KS 66048-5580 8:00am-4:30pm CDT, M-F VA Northeast CMOP 10 Industrial Ave Chelmsford, MA 01824-3610 8:00am-4:30pm EDT, M-F VA Southwest CMOP 3675 Britannia Dr Tucson, AZ 85706-5041 7:00am-3:30pm MST VA Dallas CMOP 2962 S. Longhorn Dr Lancaster, TX 75134-2118 7:00am-2:30pm CDT, W-TH *VA Mid-South CMOP-I 3209 Elam Farm Parkway Murfreesboro, TN 37127-7787 8:00am-4:30pm CDT, M-F *VA Mid-South CMOP-II 5171 Sam Jared Dr Murfreesboro, TN 37130-1382 8:00am-4:30pm CDT, M-F VA Great Lakes CMOP 5th & Roosevelt Bldg. 37 NW Dock 18 Hines, IL 60141-3030 7:00am-4:00pm CDT, M-F VA Charleston CMOP 3725 Rivers Ave, Suite 2 North Charleston, SC 29405-7038 7:30am-3:30pm EDT SCOPE OF WORK The intent of this contract is to establish a Blanket Purchase Agreement (BPA) to provide hazardous, non-hazardous, universal, and specialty (i.e. hazardous pharmaceutical, non-hazardous pharmaceutical) Waste Disposal Services to the eight (including potentially new, dual operations) CMOP facilities specified herein. The Contractor shall provide all labor, supervision, materials, equipment, sanitized, disinfected and labeled containers, transportation, facilities, supplies, and waste manifests. Contactor shall collect, analyze, prepare, package or approve CMOP packaging, label, remove, transport, store, treat and dispose of hazardous waste under the resulting contract in accordance with the terms and conditions, specifications and in accordance with national consensus standards (The Joint Commission [TJC]), in accordance with all Federal, State, and Local (U.S. Environmental Protection Agency EPA, Department of Transportation - DOT) laws, policies and guidelines, and VA infectious medical waste requirements. The Contractor shall maintain all necessary hazardous waste permits and licenses for the disposal of and treatment of such waste. The Contractor shall also have an assigned U.S. Environmental Protection Agency (EPA) authorization and identification number, necessary Department of Transportation permits, and insurance prior to transport and/or disposal of subject waste. If contractor requires additional information, they may contact U.S, EPA regional office. This acquisition is for a five-year contract with a base year and four option years. Under current Environmental Protection Agency (EPA) Regulation, all CMOPs are either a large quantity generator (LQG) or a small quantity generator (SQG) of hazardous waste. The Contractor is responsible for working with the VA CMOP CORs to develop and build all needed waste profiles. For each type of Waste tendered to the Contractor, the CMOP COR shall provide the Contractor with a description of the Waste (the ""Waste Profile or Description"") in a form acceptable to the Contractor. The Waste Description shall be set forth in the relevant Waste Material Profile Sheet and shall include a description of the Waste stream's chemical components, and the percentage composition of each such component, or the relative mix thereof, stated in ranges acceptable to the Contractor; the process creating the Waste; Waste analysis results, if available; and a listing of unique chemical characteristics of the Waste. It is understood and agreed that the Contractor shall base its testing, evaluation and procedures for Waste Services on the Waste Description. Each Waste must meet the following requirements: Profiles are to be used by CMOPs which have multiple generating sites. Must be specific to each location: composition, physical and chemical characteristics, regulatory status and process generating. CMOP COR or assigned staff who signs the profile document must be authorized on behalf of all locations which may use the profile. Any modifications made to the profile are applicable to all users of the profile. APPLICABLE REGULATIONS AND PUBLICATIONS The contractor shall be responsible for complying with all publications, including but not limited to those identified below, in effect at the time of the proposal and all future updates: 29 CFR 1910 Occupational Safety and Health Standards 40 CFR Subchapter C, Hazardous Materials Regulations, Part 171 through 179 49 CFR Department of Transportation Subject to any local or state regulations 40 CFR Parts 261, 262, 264, 265, 266, 268, 270, and 273 Shall incorporate Resource Conservation and Recovery Act (RCRA). This final rule creates a new part 266 subpart P for the management of hazardous waste pharmaceuticals by healthcare facilities and reverse distributors. These regulations are promulgated under the authority of ยงยง 2002, 3001, 3002, 3004, and 3018 of the Solid Waste Disposal Act (SWDA) of 1970, as amended by the Resource Conservation and Recovery Act (RCRA) of 1976, as amended by the Hazardous and Solid Waste Amendments of 1984 (HSWA), 42 U.S.C. 6912, 6921, 6922, 6924, and 6939. Hazardous Waste Management System; User Fees for the Electronic Hazardous Waste Manifest System and Amendments to Manifest Regulations 40 CFR Part 266 Subpart P, Management Standards for Hazardous Waste Pharmaceuticals and Amendment to the P075 Listing for Nicotine effective date August 21, 2019 and only after the state adopts Subpart P, authorized states have until July 1, 2021 to adopt Subpart P. CONTRACT COVERAGE: THE FOLLOWING CATEGORIES OF WASTE ARE SUBJECT TO THIS CONTRACT: Hazardous Waste: Any waste material or mixture of wastes which is toxic, corrosive, flammable, an irritant, a strong sensitizer or which generates pressure through decomposition, heat or other means, if such a waste or mixture of wastes may cause substantial injury, serious illness or harm to humans, domestic livestock or wildlife. Hazardous waste includes extremely hazardous material. This also includes all materials identified by the Resource Conservation and Recovery Act of 1976 (RCRA); Subtitle C, 40 CFR, Parts 260-265. Extremely Hazardous Waste: This includes all materials also identified by the 1976 RCRA. This waste includes toxic corrosive acids, gases, chemicals, and solids which may be explosive, flammable, or highly corrosive and could cause disease or serious injury to human health. Universal Waste: EPA s universal waste regulations streamline hazardous waste management standards for federally designated universal waste shall include: batteries, pesticides, mercury-containing equipment, and bulbs (lamps). Universal Waste regulations are set forth in 40 CFR part 273. Contractor will be responsible for compliance with state regulations in the states of Arizona, Illinois, Kansas, Massachusetts, South Carolina, Tennessee, and/or Texas. Asbestos Waste: As defined in 40 CFR Part 61, National Emissions Standards for Hazardous Air Pollutants, Subpart M, National Emission Standard for Asbestos. General Waste: Waste (non-infectious, non-hazardous) which is considered not to harbor any viable pathogens nor hazardous materials. This waste may be placed into clear plastic liners and can be disposed of in landfills or incinerated. Medical Waste: Medical waste means waste which meets the following requirements: The waste is of bio-hazardous or sharps-waste. Mixed Waste: Mixtures of medical and non-medical waste. Mixed waste is medical waste, except for all of the following: Medical waste and radioactive waste are radioactive waste and is subject to regulations applicable to radioactive waste. Medical waste, hazardous waste, and radioactive waste are radioactive mixed waste and are subject to regulations applicable to hazardous waste. The following Definitions will be used when 40 CFR Part 266 Subpart P, Management Standards for Hazardous Waste Pharmaceuticals is fully implemented: Hazardous Waste Pharmaceuticals: Pharmaceuticals that are considered RCRA hazardous by the EPA. Excluded are non-prescription pharmaceuticals that have a reasonable expectation of being used/reused or reclaimed. Non-creditable Hazardous Waste Pharmaceutical: Pharmaceutical waste that is RCRA hazardous and does not have the potential for manufacturer credit. Non-hazardous Waste Pharmaceutical: A pharmaceutical that is not RCRA hazardous, therefore is not regulated under Subpart P. State and or local regulations may apply for the proper disposal. Non-pharmaceutical Hazardous Waste: A RCRA hazardous waste that does not meet the definition of pharmaceutical. RCRA regulations continue to apply to this waste stream. Pharmaceutical: Any drug or dietary supplement for use by humans or animals. Examples include: OTC, prescription, dietary supplements, homeopathic drugs, compounded drugs, electronic nicotine delivery systems and liquids, investigational drugs, drugs container residue from non-empty containers, contaminated personal protective equipment, clean up material from pharmaceutical spills. Does not include used sharps, medical waste or dental amalgams. Potentially Creditable Hazardous Waste Pharmaceutical: Prescription pharmaceutical waste that is RCRA hazardous and that has the potential for manufacturer credit (Undispensed, in original manufacturer container and less than one year expired). A LIST OF COMMON CATEGORIES OF WASTE PRODUCED BY THE CMOPs IS ATTACHED. THE FOLLOWING CATEGORIES OF WASTE ARE NOT SUBJECT TO THIS CONTRACT: Industrial or Manufacturing Waste: Solid waste generated by manufacturing or industrial processes that is not a hazardous waste regulated under Subtitle C of RCRA. DISPOSAL AND SANITATION REQUIREMENTS: Contractor shall use their environmentally sound methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods, in accordance with EPA and industry standards. Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. The pick-up area where containers are placed shall be maintained in a clean, orderly, sanitary condition. Particular attention shall be paid to the prompt cleanup of oil and/or grease spills, either generated from the vehicles used to haul containers or because of container leakage. Contractor furnished containers shall be kept neat, in clean and sanitary appearances, and repaired or replaced as necessary. Contractors should refer to the participating VA CMOP s preferred disposal hierarchy when determining disposition of waste. This hierarchy consists of a) recycling, b) fuel blending/ energy recovery, c) incineration (Part B permitted incinerators), or d) treatment (neutralization, stabilization) and/or landfill. A detailed description of the VA CMOP s disposal hierarchy is available from the Contracting Officer s Representative (COR). Contractor shall comply with all applicable federal, state, county regulations on workers safety standards and related training. All Contractor personnel involved in the performance of this contract shall have received training regarding the handling of infectious materials, and emergency procedures to be followed in case of a spill. Certification of such training must be provided within fifteen days of receiving notice of award of the contract. Certification for any new employees shall be provided to the Contracting Officer within thirty (30) days of receipt of the training or the employees start date if they already have the required training. SAFETY REQUIREMENTS: The contractor shall exercise safety precautions, as deemed necessary by the Contracting Officer or his/her designee during the performance of the contract, in order to protect lives and health. The Contracting Officer/designee will notify the Contractor of any noncompliance with the foregoing provisions and advise the contractor of the action to be taken. After receipt of such notice, the Contractor shall immediately initiate corrective action. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue a stop-work order for all or any part of the work and hold the Contractor in default as provided elsewhere in this contract. HOURS OF OPERATION This contract is a full-service contract to include all necessary service calls, Monday through Friday, eight (8) hours per day, between the hours of 6:00am and 4:30pm (depending on location), National Holidays excluded. Any service or repair performed outside of normal working hours shall be approved in advance by the Contracting Officer s Representative (COR) at a price agreed to by the Contractor and Contracting Officer. If appropriate, the Contracting Officer may authorize additional services under a separate contract modification. Core Work Hours: Services shall be performed according to specifications of the Contracting Officer and Contracting Officer s Representative (COR). The core work hours for the facilities are listed on page 1 of the Statement of Work. Additionally, see Delivery Schedule for each facility s specific hours of operations. Weather Delays: In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then work may be rescheduled to a date and time satisfactory to the COR. Climate or weather postponement will not cause any penalties to be assessed to the contractor, nor shall there be any additional cost to the Government. Holidays: The following federal holidays are observed; however, circumstances may warrant approval for work on those days upon authorization. New Year's Day Martin Luther King Jr.'s Birthday Washington s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by U.S. Government agencies. IDENTIFICATION BADGE/UNIFORM: All contract personnel shall present a government picture-ID and sign in to receive a Contractor identification badge before any work is performed detailing the work performed and shall return to the same location to sign out and turn-in said badge along with documented service report for the service performed. The badge is always to be worn in a visible location on the worker while on the premises of the VA property. PARKING: Park only in areas designated by the COR or otherwise directed by CMOP Security Service Personnel. The Contractor shall display on each of its vehicles the company name in a manner and size that is clearly visible. The Contractor shall conform to the posted speed limits and parking restrictions set at each CMOP (Government) facility. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Government will provide the following property and services in connection with the Contractor performance. Storage Areas: The Government will provide secure storage areas to store the Contractor s furnished containers and hazardous waste. The VA CMOP facility can package or consolidate their own waste stream and use the Contractor provided packaging or consolidate the waste if it complies with the Department of Transportation (DOT) and other regulations. Pick-Up Schedule: The Contractor shall meet the pick-up schedule specified by each participating VA CMOP facility. Depending on the type of waste and location, pick-up schedules may vary. On an as-needed basis, the response time for removal will range from four (4) days to fourteen (14) calendar days. Unscheduled Collection: The COR may require the Contractor to make unscheduled collections or disposals for special events or other occasions. The contractor shall respond within 24 hours of the event or sooner if part of an Emergency Spill Response and the Contractor has developed and agreement to respond to these types of events in writing in advance. Unscheduled services shall be ordered and billed in accordance with the unit pricing limits established at the time this contract is signed. Forms: The CMOP (Government) personnel will complete and sign appropriate information on Contractor-provided waste analysis forms. CONTRACTOR PERFORMANCE: Work Practices and Standards: The Contractor shall have established standard operating procedures that will be followed while conducting normal hazardous waste management activities. This includes site safety and contingency procedures, strike contingency plan, operational procedures, site management structure, supplies, equipment practices, material sampling procedures, hazard assessment and categorization procedures, packing procedures, quality assurance procedures, procedures for gaining waste acceptance into a facility and project management procedures. Characterization of Waste: The Contractor shall provide documentation that it has characterized the hazardous nature of all wastes produced by all equipment, devices, reagents, and discharges in accordance with the requirements of the Code of Federal Regulations Title 40 Protection of the Environment Part 261 et seq. and applicable state and local requirements. Documentation shall include a description of the characteristics of the hazardous waste produced as a byproduct of the instrument operations, Safety Data Sheets (SDS) meeting the requirements of the Occupational Safety and Health Administration (OSHA) and Environmental Protection Agency (EPA), the analytical process used to determine the hazardous nature and characteristics of the waste, and the analytical test results. Testing of hazardous waste is to be done in accordance with testing protocol specified for each individual waste as described in the Code of Federal Regulations Title 40 to make a determination if the waste is a hazardous waste or otherwise regulated. The determination and description shall address the following: Waste toxicity (Reference 40CFR261.11 and 40CFR261.24) Waste ignitability (Reference 40CFR261.21) Waste corrosivity (Reference 40CFR261.22) Waste reactivity (Reference 40CFR261.23) Hazardous waste from non-specific sources (F-listed) (Reference 40CFR261.31) Discarded commercial products (acutely toxic or P-listed and toxic or U-listed) (Reference 40CFR261.33) Solid Waste (Reference 40 CFR 261.2) Exclusions (Reference 40 CFR 261.4) Certificate of Destruction: The Contractor must work with the COR to develop a Business Associate Agreement (BAA) (Either CMOP-wide or an individual CMOP agreement) to ensure any Protected Health Information (PHI) in the waste removed from the VA CMOP facility covered by HIPAA Privacy Rules is secured and disposed of (destroyed) properly. This waste may include but is not limited to prescription labels, printer ribbons, and printed materials with patient information. Quality Assurance: The Contractor shall develop and maintain a quality program to ensure refuse and recycling services are performed in accordance with commonly accepted commercial practices. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum, the Contractor shall develop quality control procedures addressing the areas identified in the next paragraph. The government will periodically evaluate the contractor performance by appointing a representative(s) to monitor performance to ensure services are received. The government may inspect each task as completed or increases the number of quality control inspections if deemed appropriate. Likewise, the government may decrease the number of quality control inspections if performance dictates. Handling: Appropriate handling of waste is essential for the safety of Government and Contractor employees and cost containment. The contractor shall provide the employees training to ensure that established policies and procedures for Hazardous Waste are followed. Contractor employees providing site services shall be certified in 40-hour HAZWOPER training and wear appropriate protective equipment when handling hazardous waste. Waste Containers: The contractor shall provide all appropriate collection containers at no cost to the government as part of the contract. Waste Containers (including replacement containers when waste is collected), Identifying Labels, and Markings shall meet applicable safety codes and regulatory requirements. The contractor shall maintain all containers and government facilities ensuring they are free of unpleasant odors, dirt, debris, and pests. Cleaning and decontamination of containers shall not be performed on Government property. Contractor shall provide manufacturer s specification and descriptive literature for approval. Waste containers shall be United Nation (UN) and Department of Transportation (DOT) approved. Training: The contract will include annual training provided by the contractor for all CMOP employees who handle hazardous and/or universal waste, at least once per year, designated by the COR at a maximum of 15 employees per CMOP location. The hazardous waste training program will include providing training to employees who generate hazardous waste in Satellite Accumulation Areas that have hazardous waste management responsibilities, reviewer and signatory. Training will incorporate Resource Conservation and Recovery Act (RCRA), state specific regulations and include storage, documentation, records management, safety data sheets, emergency responsibilities, and other pertinent topics. The training will include DOT and IATA hazardous materials training that meet the requirements of 49 CFR 172.704. In addition, the training will be provided to the employee(s) at each CMOP who complete and certify (sign) manifests, including comprehensive training related to specific DOT requirements including 49 CFR 172.204 and 172.205. The contractor shall provide their technical expertise on topics related to EPA, DOT, State-specific RCRA and other environmental regulations. Reports/Tracking Documents: Tracking Documents: The contractor shall maintain service records and submit them to the COR after each service. These are required to be provided within 45 days for an LQG or 60 days for an SQG. At a minimum the documents shall include the following information: Types and quantities of treated and disposed waste Methods of treatment and disposal Location of licensed treatment and disposal facilities Certification that hazardous waste has been packaged, collected, transported, handled, treated, and disposed of in compliance with regulatory agencies, laws, directives and ordinances Original Uniform Hazardous Waste Manifest shall be submitted to the COR at the time of each pick-up. The Contractor will provide all manifests and documentation that apply to the removal and disposal of hazardous wastes, hazardous and non-hazardous pharmaceutical wastes, and dual (chemical hazardous and bio-hazardous combined) wastes by its workforces and/or its subcontractors. The Contractor will furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of hazardous wastes, hazardous and non-hazardous pharmaceutical wastes, and dual (chemical hazardous and bio-hazardous combined) wastes generated by the Government under the terms of this contract. Prior to the removal and transport of hazardous wastes, hazardous and non-hazardous pharmaceutical wastes, and dual (chemical hazardous and bio-hazardous combined) wastes generated by the CMOP, the Contractor will obtain approval and signature for each manifest from the Facility s COR or his/her designee verifying that the Contractor has accepted the waste from the VA CMOP and that the waste will be properly shipped for treatment or disposal. Manifests not signed by the Facility COR or his/her designee will not be deemed valid. The Contractor will provide the Generator s Initial Copy of each executed manifest (signed by the Generator and Contractor representatives) to the Facility COR or his/her designee before hazardous, non-hazardous or dual waste is removed from the Facility. In addition to providing the Generator s Initial Copy of any hazardous or dual waste manifest, the Contractor will provide to the Facility COR or his/her designee within sixty (60) days of removal of any hazardous or dual wastes from the Facility, a properly executed copy of the Designated Facility to Generator form. The Designated Facility to Generator form will clearly indicate that all waste has been properly disposed of and will specify the site and date of disposal or incineration. Exceptions to this requirement must be approved by the Facility COR or his/her designee. Additionally, the Contractor must comply with the Hazardous Waste Electronic Manifest Establishment Act, signed into law on October 5, 2012, authorizing the EPA to establish an automated national information technology system, e-Manifest. The system, which was launched on June 30, 2018, will enable the Agency, the hazardous waste industry and the United States to utilize a more streamlined and efficient method to track and manage hazardous waste shipments. The EPA will be imposing user fees to pay for the costs to operate, maintain and upgrade the system. The fees will be collected by TSDF owners (Contractor) and forwarded to the EPA. The user fees will include four levels based on the method used to collect the data that will be provided to the Agency: Paper manifest submitted to EPA; PDF image of the manifest submitted electronically; Data file and PDF image of the manifest submitted together; and Manifest created in e-Manifest system. As a transporter and processer of hazardous waste, the Contractor will incur significant administrative and labor costs due to the new electronic system. Because the system does not validate manifest data (e.g., confirming profiles are approved at destination facilities, ensuring correct U.S. DOT shipping descriptions, proper RCRA and state waste codes, etc.), the Contractor must validate and approve all manifest information prior to uploading it to the e-Manifest Central Data Exchange (CDX) system. This step means that only correct manifest data is entered and ensures that all regulatory and safety factors are in place for the proper handling and management of the waste. The Contractor will complete the remainder of the shipment tracking electronically in e-Manifest with electronic signatures and electronic transmissions to the CDX system. The cost for this will be charged to and paid by the VA CMOP per manifest. Currently this fee is $20 per manifest. Licenses and Permits: The Contractor will, without additional cost to the Government, provide and maintain all licenses and permits for operational personnel, trailers, containers, vehicles and other resources required for proper removal and disposal of hazardous, non-hazardous and dual (hazardous chemical and bio-hazardous combined) wastes in accordance with all applicable Federal, State, Municipal, and local regulations (e.g. US EPA, US OSHA, joint Commission, US DOT [including, but not limited to HM-18]). If appropriate licenses are not maintained in accordance with Federal and State requirements, the VA CMOP may terminate the contract effective upon discovery. The VA reserves the right to halt work if the Contracting Officer and/or COR determine work is being done in an unsafe/unhealthy manner or that could harm the environment. VA CMOP will not incur additional costs if work is halted for good cause. The following shall be provided to the Contracting Officer with bid proposal submission for evaluation purposes and annually within thirty (30) days of the renewal date of this contract with any changes to original submission clearly identified and highlighted: Current waste transporter permit(s) the Contractor and subcontractors List of all transfer stations, treatment, storage and disposal facilities (TSDFs) including incineration, wastewater and sludge treatment facilities that shall be utilized during this contract to include the capacity of these facilities and the waste codes for the waste streams they are permitted to accept by treatment technology. Address, phone number and other contact information shall be provided. The VA CMOP reserves the right to inspect each of these facilities before approving its use or at any time during or after contract period while VA CMOP wastes are present. Copy of Operator permit(s) Certificates of training and experience of Contractor/subcontractor staff and/or personnel who will perform site work under this contract (all technicians thatwill work on VA CMOP premises will be expected to have received at least the minimum training required by law as specified in 29CFR 1910-120, 40 CFR Parts 260-265 and 49 CFR Parts 171-178). Provide the Contractor s/subcontractor experience in hazardous waste handling, packaging, transport, and disposal. Provide a copy of US EPA identification number(s) certificate for each business entity operated or contracted by the Contractor that will provide service regarding any aspect of VA CMOP waste disposal program (i.e. storage, transfer, incinerator sites). Provided a copy of certificate of registration with the State as a hazardous waste hauler for each business entity operated by the Contractor that will provide hazardous waste transportation services for any aspect of VA CMOP waste disposal program. Provide written acknowledgement of responsibility for acquisition of all applicable business licenses and permits required by law. Contractor shall certify that it acknowledges and is in possession of all required business licenses and permits. Provide a list of any violations and/or citations that the Contractor and subcontractors have received for non-compliance with any hazardous waste laws, permit requirements, and/or OSHA requirements for the past three years from the date of submission. Contractor shall include information on all related business entities including associated firms that are owned by the Contractor or owned by a common parent company that will be involved in any portion of the processing of VA CMOP waste disposal program. If no discharge or violations have occurred, Contractor must provide a statement that certifies no discharges or violations have occurred. Provide a plan describing Standard Operating Procedures (SOPs) that will be followed while conducting normal hazardous waste management activities. The Contractor shall describe: Site safety and contingency procedures (e.g. spill management). Operational procedures and site management structure. Suppl...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b1ba4abf1944176b255b7dccb8fd92e/view)
 
Place of Performance
Address: See Attachment - Multiple Locations
 
Record
SN05924750-F 20210225/210223230117 (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  © 1994-2020, Loren Data Corp.