SOLICITATION NOTICE
S -- FY21: Pharma and Hazardous Waste Disposal New Contract
- Notice Date
- 5/26/2021 1:03:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24821Q0895
- Response Due
- 6/9/2021 1:00:00 PM
- Archive Date
- 08/08/2021
- Point of Contact
- Scott.Frankel@va.gov, Scott Frankel, Phone: (561) 422-8262
- E-Mail Address
-
scott.frankel@va.gov
(scott.frankel@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION The West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement for a contractor to provide service to collect, dispose, sanitize and replace reusable containers and dispose of Regulated Medical Waste (RMW) containers and Universal Pharmaceutical Waste (UPW) containers throughout the West Palm Beach, Department of Veterans Medical Center (VAMC). There will be a six-month Base Period and four one-year Option Periods. Base Period coverage shall begin on 06/14/2021 and end on 12/13/2021 unless otherwise identified by the Department of Veterans Affairs. The attached Statement of Work (SOW) shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 562112 and $41.5 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: Providing One Year Base Period and Four One Year Separately Priced Option Years. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). ___Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Feb 2016) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May 2014) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) Completed copy of the LOS. Attached at the end of this document that needs to be filled out. Offerors are required to comply with 13 C.F.R. 125.6. Completed Schedule of Rates. Six Month Base Period and Four One Year Option Periods. All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Statement of Work may submit their detailed quote no later than 4:00pm EST on June 9, 2021 to the following: Scott Frankel, Scott.Frankel@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Statement of Work. STATEMENT OF WORK Medical Waste Disposal Services Scope of Service: Contractor shall provide service to collect, dispose, sanitize and replace reusable containers and dispose of Regulated Medical Waste (RMW) containers and Universal Pharmaceutical Waste (UPW) containers throughout the West Palm Beach, Department of Veterans Medical Center (VAMC), located at 7305 N. Military Trail, West Palm Beach Fl. And offsite outpatient clinic located at 126 SW Chamber Court, Port St. Lucie, FL, will only require pickup and disposal of Regulated Medical Waste. The contractor will also be responsible for removal and disposal of Regulated Medical Waste and Universal Pharmaceutical Waste in accordance with Federal, State and Local requirements. Definition: Sharp Waste as for this SOW is defined as hypodermic needles, syringes and scalpel blades, broken ampoules; anything in a hospital or clinic which has been used on patients and which may be contaminated with infectious material; to be discarded into special containers for disposal without any risk to disposal personnel. The term does not include any other hazardous waste, radioactive waste and pharmaceuticals. Universal Pharmaceutical Waste as for this SOW is defined as Hazardous waste pharmaceutical is a non-viable, pharmaceutical that exhibits a waste characteristic such as toxic, ignitable, corrosive, and reactive or is listed hazardous waste. A pharmaceutical becomes a waste when it is no longer viable and when a decision is made to discard the pharmaceutical. General Service: Regulated Medical Waste general service will be as follows: The sharps containers are to be picked up and exchanged in each designated area. All containers filled to the full line mark are to be removed and replaced. All sharps containers and regulated medical waste will be collected at area location provided and identified on a signed manifest showing the date collected, number and size of the used containers collected, and the number and size of the clean containers being left. A copy must be left with the Contracting Officer's Representative (COR) on the day of collection. The contractor will respond to any urgent exchange need within one workday or as agreed upon with the COR. Universal Pharmaceutical Waste general service will be as follows: The UPW containers are to be picked up and exchanged in each designated area. All containers that are full will be removed and replaced. All UPW containers will be collected at area location provided and identified on a signed manifest showing the date collected, number and size and weight of the containers collected, and the number and size of the replacement empty containers. A copy of the manifest must be left with the Contracting Officer's Representative (COR) on the day of collection. The contractor will respond to any urgent exchange need within one workday or as agreed upon with the COR. Frequency of services: Work Hours: Normal Work Hours- Delivery between 0700 and 1600. Off Work Hours- National Holidays: Holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor furnished equipment/supplies RMW: Contractor shall provide red bags and resistant sharps containers with locking mechanism for use and provide for a three-days per week, or as needed, regular collection and disposal of medical waste from the premises based upon 850 locations of containers, consisting of varying gallon sizes. Each special function item for the 850 locations of containers ,such as, but not limited to, funnel tops, traps, wall cabinets and related hardware, will be supplied by the contractor at no additional cost to the medical center. The Medical Center can request up to fifty additional containers at no additional cost, upon completion of the six-week stabilization period. Contractor will install hardware associated with the containers in patient room, exam rooms, research areas, lab areas, Operating rooms, and procedure rooms. Contractor will provide carts with casters to hold sharps required to be on the floor and holders for the 2 gallon sharps container to be placed on counters. Services will be coordinated between the contractor and the COR. Contractor furnished equipment/supplies UPW: Contractor shall provide universal pharmaceutical containers (UPW) with locking mechanism for use and provide for a three-days per week, or as needed, regular collection and disposal of UPW from the premises based upon 50 locations of containers, consisting of various sizes. The Medical Center can request up to twenty five additional containers at no additional cost, upon completion of the six-week stabilization period. Contractor will provide and install hardware associated with the containers in patient room, exam rooms, research areas, lab areas, Operating rooms, and procedure rooms. Contractor will provide carts with casters to hold UPW containers required to be on the floor and holders for the 2 gallon UPW container to be placed on counters. Services will be coordinated between the contractor and the COR. Performance Standards: The contractor will provide proof of all applicable permits and insurance certificates required under the state that the service is to be performed. The Contractor will warrant and represent that all personnel assigned to the premises under this contract are their employees and have been trained in the performance of the duties set forth in this contract, in accordance with Federal, State and Local Regulations. The containers shall be transported in locked security carts, cleaned and contents disposed of in accordance with Federal, State and Local Regulations. The Contractor agrees to comply with the policies of the Medical Center to include compliance with the standards of the Joint Commission. The contractor will ensure strict confidentiality of all sensitive material which includes but not limited to, patient and staff information. Contractor will furnish a signed and legible manifest to the VAMC at the time of pickup services and once a month for attesting to the destruction of the medical sharps waste. In the event the Medical Center requests additional services outside the original scope of this contract, a contract modification will be issued upon completion of negotiation of the change. It will be the responsibility of the Medical Center to see that sharps are disposed of in the containers, and that the containers are accessible for pick-up on the pick-up dates. All service techs working under this contract shall be fully trained by their company in aseptic and sterile technique and personal protective equipment use. Contractor shall be available for consultation and education to VAMC staff on the proper use of sharps containers. The Medical Center will be responsible for the segregating of all waste in accordance with Federal, State and Local requirements. The VA reserves the right to thoroughly inspect the Contractor s facility and treatment plant to assure acceptable standards of performance. Contractor will not accept any hazardous chemical waste or radioactive waste. Environmental Management Service shall use random checks to ensure service has been performed. VAMC reserves the right to perform any portion of the contract in-house at any time during the contract period. VAMC Sensitive Information: The C&A requirement does apply, and a Security Accreditation Package is required. VAMC Required Training: All on-site technicians in the VAMC will be required to complete mandatory VA Privacy and Information Security awareness training. Occupational Safety and Health Infection Control MRI and Radiation Safety Contingency Plan: A full time on-site technician will report on-site in the event of an emergency to assist the VAMC team in packaging and properly storing the regulated medical waste and universal pharmaceutical waste until a truck could retrieve the materials for proper disposal. 300 boxes and liners for RMW will be delivered in the event of an emergency. These supplies will be strictly for back up to assure all regulated medical waste is properly packaged. If longer than 5 days, a roll off for regulated medical waste will be delivered for additional storage capacity until a pick up can be provided. A contingency cart to be provided for reusable sharps containers for proper containment. Subject: Compliance with 13 C.F.R. 125.6 DATE: Contractor Point of Contact Business Name DUNS #: Solicitation Number: 36C24821Q0895 Offerors are required to comply with 13 C.F.R. 125.6. Offerors are to check which block applies: [ ] I certify that no subcontractors are anticipated in performing services under this contract. [ ] I certify that my company and those anticipated subcontractors that are similarly situated, are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted. Contractor DUNs Number Description of Work COST of work in % ____________________ _______________ _ ____________________________ ____________ ____________________ _______________ _ ___________________________ ____________ ____________________ _______________ _ _____ ____________ ____________ ____________________ _______________ ______________________________ ____________ Total % of value of contract by Prime Contractor ____________ Total % of value of contract by similarly situated subcontractors ____________ WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed. IAW 1001 of Title 18, I certify the above representations are true and correct to the best of my knowledge. _________________________________________________ ____________ (Contractor) Date Return this certification via email to: Scott.Frankel@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3a81c630470f44128e84bb41faf21dda/view)
- Place of Performance
- Address: West Palm Beach VA Medical Center 7305 North Military Trail Palm Beach Gardens FL 33410-6400 33410, USA
- Zip Code: 33410
- Country: USA
- Zip Code: 33410
- Record
- SN06013543-F 20210528/210526230114 (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 |