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