Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2025 SAM #8493
SOURCES SOUGHT

S -- Sharps Maintenance & Removal, MA, 36C255-25-AP-0009, 657-25-1-2098-0002 (VA-25-00012289)

Notice Date
2/25/2025 4:11:08 PM
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525Q0225
 
Response Due
3/4/2025 4:00:00 PM
 
Archive Date
03/07/2025
 
Point of Contact
George Johnson, Contract Specialist, Phone: 913-946-1988
 
E-Mail Address
george.johnson9@va.gov
(george.johnson9@va.gov)
 
Awardee
null
 
Description
Page 7 of 7 THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION 3. This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 562112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: The contractor shall provide all sharps containers, mounting brackets, carts for interim storage and transport sufficient to meet the needs of VAMC Marion Illinois requirements. There are an estimated 350 locations throughout the main campus in Marion Illinois. The brackets and carts will be capable of holding any of the different size containers for use in all areas of the facility. This includes the Medical Wards, clinics, Operating Room, ER, Hemodialysis, etc. There are also presently, approximately 4 counter tables and three mobile blood draw cart locations in the laboratory. The products must meet all federal, state, OSHA and DOT standards for collection, storage, and transport of medical waste/sharps. Any mobile carts and bulk transport carts must have wheels and be always in clean and good repair. The transporter should be locked when unattended. Minimum requirements for the reusable sharps containers are as follows: Reusable Puncture proof. Pre-assembled Leak proof. Overfill protection. Lockable Sight/view port. Large access opening but with restricted hand access that will prohibit a child to adult from accessing the contents for most containers with an open top container for OR and other similar area uses. Multiple sizes of containers, 2 gal up to 18 gal. Able to be sanitized or sterilized. One hand/one step disposal mechanism Containers supplied shall be comparable to the industry standard or greater with the following characteristics, but not limited to reusable, and with high puncture resistance, hand entry protection, leak proof, tamper proof, etc. SPECIFICATIONS: The contractor shall conform to all federal, state, and local regulations governing the providing of, transporting and disposal of sharps/medical waste. The disposal method shall employ the best environmentally sound methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods, in accordance with EPS and industry standards. The contractor is responsible for training medical center staff on the use, handling and care of the reusable sharps containers. Training will be documented and provided 24-7 during installation to ensure that training is available to all employees. Contractor is responsible for removal of existing sharps container brackets and installation of their wall brackets at no cost to the government. Wherever feasible the contractor will mount their wall brackets in the same location as the existing brackets being removed. If the holes do not line up, a bracket will be employed to mount onto the existing holes. All brackets must be securely mounted. Placement should be in accordance with industry standard ergonomic practices when possible. The contractor is responsible for providing a manifest of all items picked up (number of containers and sizes) at the time of pick up to the Contracting Officer s Representative (COR) or his/her designee. A detailed destruction manifest of all medical sharps containers transported from the VA Medical Center to include the date of pick up, location and the weight of the content of the containers as well as the date and place of destruction is to be provided to the COR within thirty (30) calendar days of destruction. Contractor shall provide an on-site service Technician for a weekly service and pick up and transport waste weekly from the Marion VA. The Contractor is responsible for delivering replacement sharps containers that are certified to have been cleaned/sterilized and are in proper working condition prior to delivery to the medical center (no signs of blood, body fluids, any other type of dirt or odor). The contractor will provide a backup plan in the event circumstances disrupt his ability to provide pick up services. Service will be provided within 24 hours of a failure to meet scheduled pick-up or delivery times. Contractor s failure to provide adequate number of containers may result in the need for an overnight delivery or overnight shipment at the contractor s expense. Sufficient containers are required to be supplied that meet the daily needs of the VA. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the requirement. If you are interested, and are capable of providing the sought out services, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: a. Please provide your UEI number. b. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? c. Is your company considered small under the NAICS code identified under this RFI? d. Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? e. If you re an SDVOSB, VOSB or small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? f. If you are identified as a SDVOSB/VOSB or SB, Identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses. (providing 51% of the work outlined in section 4 above) g. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number(s). h. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described above. 6. Responses to this notice shall be submitted via email to george.johnson9@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, March 4th at 1800 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/edcb74a86ce24d08ac4dd4a7aa7450eb/view)
 
Place of Performance
Address: 2401 West Main St. Marion, IL 62959, USA
Zip Code: 62959
Country: USA
 
Record
SN07353403-F 20250227/250225230041 (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.