Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1998 PSA#2180

Department of Veterans Affairs, James A. Haley Veterans Hospital, AMMS (90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612

S -- HAZARDOUS WASTE DISPOSAL SOL 673-35-99 DUE 092598 POC Charlene K. Stiens (813) 972-7655 This is a combined synopsis/solicitation for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 673-35-99 applies and is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. The Standard Industrial Classification Code is 4953 and the business size standard is $5 million. Provide hazardous waste pick-up, removal and disposal for the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. This proposal, if accepted shall be effective for the period October 1, 1998 or date of award if subsequent thereto through September 30, 1999 with two one year option periods. WORK STATEMENT 1. Services of an EPA permitted, Part B, Treatment, Storage, and Disposal Facility (TSDF), to accomplish the following: Classify, segregate, package, transport and dispose a variety of hazardous waste chemicals which includes corrosives, oxidizers, flammables, toxic, and acutely hazardous. Recyclable batteries are excluded. This waste shall be picked up at Building 37, VA Medical Center, Tampa, Florida; and at outpatient facilities 5201 Raymond Street, Orlando, FL and 9811 Ponderosa Ave., Port Richey, FL. There will exist waste not suitable for land filling, such as Xylene, Toluene, etc. All waste shall be handled in accordance with EPA (40 CFR, Parts 260, 261, and 262) and D.O.T. (49 CFR) Regulations. All packaged waste shall be properly labeled and transported to a TSDF by an EPA-permitted transporter, licensed for transport in all applicable states. Waste shall be manifested in accordance with EPA and D.O.T. Generator's original manifest copy shall be supplied to the VA within 30 days after shipment. In addition, a detailed inventory of all chemicals packaged shall be furnished, consisting of waste name, EPA hazardous waste code, and quantity of waste; to the VA medical Center COTR. The COTR shall be provided a "Certificate of Disposal" of all waste within 90 days of shipment, detailing the specific disposal method used. Point of contact Contracting Officer's Technical Representative (COTR) for coordination and accomplishment of these services is Victor Ramos, Industrial Hygienist, Engineering Service, (813) 972-7598. 2. It is estimated that there will be approximately forty 55 gallon, twenty-four 20 & 30 gallon and forty-three 5 gallon drums of waste per year. However, this figure could fluctuate during the period of the contract. B. SCHEDULE FOR WASTE DISPOSAL: Pick-ups are to be scheduled at a minimum bi-monthly and more often as needed upon the request of the COTR. C. DESCRIPTION OF WASTE: Classify, segregate, package, and transport a variety of hazardous waste chemicals to include corrosives, oxidizers, flammable, toxic, and acutely hazardous chemicals in accordance with this specification set. D. SAFETY: The contractor must perform all operations in a prudent, conscientious, safe, and professional manner. At a minimum, the contractor must comply with all safety requirements set forth in applicable State, Federal, and Local Laws and Regulations and ensure that its agents, employees, and subcontractors perform the work in a safe manner. The contractor must also have a Medical Surveillance Program for employees involved in the direct handling and/or exposure to the chemical waste. The contractor must submit certification of the Medical Surveillance Program, prior to award of the contract. E. PACKAGING: The contractor must provide the necessary personnel and all materials to package, mark, label, and load the waste for transport. If repackaging is necessary, the contractor shall be responsible for disposal of the original containers. Extra packaging integrity may be chosen wherever possible at no additional expense to the VA. F. TESTING: Thecontractor may test the waste or have it tested, to the extent necessary for packaging and transporting according to DOT hazard classes and/or EPA and disposal site requirements at no additional expense to the VA. G. TRANSPORTING: Carrier must be required EPA and State (where required) registry for hazardous waste transport and must verifiable records of good shipping practices which may be checked through local DOT authorities. A shipping representative of the VA Medical Center shall approve the contractor's use of carriers before transportation of waste is begun. Carriers will be chosen who do a minimum of interlining before reaching the disposal site. Contractor must submit a list of carriers used and show proof of EPA registry prior to contract award. H. DISPOSAL: The method of disposal of hazardous waste shall be one of the following (in order of preference) High Temperature Incineration, Chemical Neutralization or Secure Landfill. I. DISPOSAL SITES: The contractor shall use only licensed disposal sites, which shall be identified in the bid, and agrees that sites other than these will not be used without obtaining prior written approval from the COTR. J. SPILL REPORTING REQUIREMENTS: The contractor shall report to the COTR all spills and personnel exposures during waste preparation, packaging, and shipping. The contractor shall bear the cost of clean-up and shall report all such incidents to the COTR immediately by telephone upon discovery and follow-up in writing no later than seven (7) calendar days after the telephone report. K. INSPECTIONS: The contractor and subcontractor (s) are subject to announced or unannounced inspections of their operations and records by the COTR to verify contract compliance. L. SAVE HARMLESS AND INDEMNITY AGREEMENT: The contractor shall save harmless and shall indemnify this hospital with respect to any and all liability, claims, costs of whatsoever kind or nature for injury to or death of any person or persons and for loss or damage to any property of the hospital or of others occurring in connection with this contract, resulting in whole or in part from the negligent or non-negligent acts or omissions of the contractor, any subcontractor, or any employee, agent or representative of the contractor or of any subcontractor. M. REQUIRED INSURANCE: l. During the entire period of performance under this contract, the contractor shall procure and maintain not less than the following minimum insurance: a. Workman's Compensation and Occupational Disease -- amounts to satisfy applicable State Law. b. Employer's Liability -- minimum amount of $1,000,000 per occurrence. c. Comprehensive General Liability -- minimum limits of $1,000,000 per occurrence. d. Comprehensive Automobile Liability -- minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $50,000 per occurrence for property damage, higher minimum limits if required by applicable State Law. 2. Prior to the commencement of work, the contractor shall furnish to the Contracting Officer a certificate or written statement of all required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that the cancellation or any material change in the policies adversely affecting the interests of the Hospital shall not be effective for a period prescribed by the laws of the state in which the contract is performed, and in no event less than thirty (30) days after written notice to the Contracting Officer. PRICING SHALL BE SUBMITTED FOR: 1. Total cost per one 20/30 gallon lab-packed drum (drum, absorbent packing material, labeling): (a) Steel Drum _______ (b) Fiberglass Drum ________ 2. Disposal Costs: (a) One 55 gallon lab-packed drum_________ (b) One 30 gallon lab-packed drum__________ (c) One 5 gallon lab-packed drum _________ 1. Incineration Cost: (a) Kiln per Drum _________ (b) Blendable Liquids per Drum _________ (c) Direct Aspiration per Drum __________ 2. Landfill Cost: per Drum ________ 3. Treatment Cost: per Drum ________ 3. Transportation cost: (a) 55 gallon lab-packed drum _______ (b) 30 gallon lab-packed drum _______ (c) 5 gallon lab-packed drum__________ 4. (a) Labor, Per Hour ________ (b) Overtime: Holidays, Saturdays, Sunday, and after 8 hours per hour _______ 5. Miscellaneous Cost: (Identify Below) Drum _______ 6. Total cost per one 55 gallon metal drum with Liquid Waste: (a) Xylene Waste per Drum _______ (b) Alcohol Waste (may contain some other alcohols) per Drum ________ Pricing shall also be submitted for option year I (10/1/99 -- 9/30/00) and option year II (10/1/00 -- 9/30/01). All proposals will be evaluated. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items, applies with paragraph (a) completed as follows: "The following factors shall be used to evaluate offers: (1) Past performance; (2) Qualifications; and (3) Price. Technical (Qualifications) and past performance, when combined is significally more important than price. Offers shall provide all necessary documentation needed to support technical evaluation of your offer. Offerors shall provide a completed set of provisions with proposal found at 52.212-3, Offeror Representations and Certification -- Commercial Items. Provisions and clauses found at 52.212-1, 52.212-2, 52.212-4, 52.212-5, 52.216-18, 52.216-19, 52.216-21, 52.217-8, 52.217-9, 52.232-18, 52.232-19, 852.216-70, 852.237-70 and 852.237-71 also apply. Subject to availability of funds. Proposals shall be submitted to the address listed above or faxed to 813-903-4838 and directed to the attention of Charlene K. Stiens (90C). The solicitation number 673-35-99 shall be listed on the outside of your proposal for identification purposes. Posted 09/11/98 (W-SN248569). (0254)

Loren Data Corp. http://www.ld.com (SYN# 0141 19980915\S-0005.SOL)


S - Utilities and Housekeeping Services Index Page