S--REGULATED MEDICAL WASTE AND SHARPS CONTAINER WASTE REMOVAL
Department of Veterans Affairs, VA Central Arkansas Health Care System | Published April 3, 2015 - Deadline April 22, 2015
Solicitation # VA256-15-R-0546 This solicitation is issued as a request for proposal.
This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses only.
Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 effective 03/02/15.
All questions pertaining to this solicitation must be submitted by 12:00Noon Central Time, 14 April, 2015. Send all questions electronically to Bailey.long@va.gov
Only electronic offers will be accepted. Offers must be submitted to Bailey.long@va.gov
NO LATER THAN 22 April, 2015 by 2:00 Noon Central Time.
A site visit will take place at 4300 W. 7th Street, Little Rock, AR 72205 at the 7B lobby area at 0900 on 8 April, 2015. It is STRONGLY recommended that interested parties attend this site visit.
Period of Performance to begin 1 June 2015.
POC: Bailey Long, Contracting Officer Phone 501-257-1026 Email: Bailey.Long@va.gov
INSTRUCTIONS TO OFFERORS
An offer shall be considered complete if it includes the technical capability for other than brand name, price quote and required documentation in accordance with instructions provided herein. Offers that fail to furnish the required documentation may be excluded from consideration.
As a minimum, offers must include-
1. All "Equal" items must include additional technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, if necessary. This may include product literature, or other documents. Complete Technical Capability (Attachment 1)
2. Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov
3. Contact information, Name, Phone Number, Fax Number and email address
4. Mailing address and Remit to address, if different than mailing address
5. Acknowledgment of Solicitation Amendments
6. Offer's DUNS number
7. Equipment Place of Manufacture (include US city, state and ZIP+4; or foreign country)
Also address the following questions/comments -
o Describe how you perform container install and removal of current CAVHS sharps containers, within 2 days (Saturday and Sunday), to begin contract.
o Proposal for supplying sharps containers
o What types of sharps containers (boxes) will you use?
o How many staff will you have locally?
o This contract will require you to install, remove, replace/relocate sharps containers and the wall mounts.
o This contract will also require the patching and repairing of walls/sheet rock if container is removed or for container to be placed in an area.
o Required to install sharps onto medical and crash carts that may have electronic devices without damaging the equipment.
o How will you evaluate your process for container changeout?
o Detail how you will perform the specific contract line items.
o Container install must occur within 2 days (Saturday and Sunday)
o What is the minimum size you recommend? We would like all wall mounts to be the same size (4 gallons)
o What is your plan for ongoing sharps/sharps container management?
o What will be your mechanism for providing monthly totals disposed to the COR?
Statement of Work
Scope:
Central Arkansas Veterans Healthcare System (CAVHS) requires regulated medical waste and sharps management and destruction to include the referenced Community Based Outpatient Clinics (CBOC) operated by CAVHS.
Background:
CAVHS and associated CBOC's have a need for management, transportation, and destruction of regulated medical waste and Sharps.
Specifications
The Contractor shall provide all labor/personnel, waste processing and treatment, equipment, supplies, packaging and labeling, manifests, transportation service, documented training (to include CAVHS staff) involved in the handling of regulated medical waste (RMW), and supervision necessary to provide regulated medical waste and reusable sharps container management & disposal services. The services will be conducted at both CAVHS facilities: 4300 W. 7th Street, Little Rock, Arkansas 72205 and 2200 Fort Roots Drive, North Little Rock, Arkansas 72114. Additionally RMW will be collected at the following locations, Conway CBOC at 1520 East Dave Ward Drive, Conway, Arkansas 72032, Searcy CBOC at 1120 South Main Street Searcy, AR 72143-7319, Russellville CBOC at 3106 West 2nd CT. Russellville, AR 72801, and Hot Springs CBOC at 177 Sawtooth Oak Street Hot Springs, AR 71901. The frequency of service at each facility will be established after the Contractor has completed a site survey but a minimum coverage of eight (8) hour days, five (5) days in Little Rock and four (4) days in North Little Rock must be met, with multiple employees for coverage. Services provided by the Contractor shall be in accordance with the following local, state, and federal regulations:
" Occupational Safety and Health Administration (OSHA), including but not limited to Blood Borne Pathogen Standard 29 CFR 1910.1030 and the Needle Stick Safety and Prevention Act HR 5178 as it specifically relates to reusable containers
" Environmental Protection Agency (EPA)
" Food and Drug Administration (FDA) including but not limited to Title 21 of the Code of Federal Regulations (CFR)
" Quality Systems Regulation (QSR) with regards to processing, validation, reporting, and annual registering for all equipment used to release medical equipment into commerce Arkansas Department of Health Act 96 or 1913 as amended, the Management of Medical Waste from Generators and Healthcare Facilities
" Department of Transportation (DOT)
" Arkansas Department of Environmental Quality (ADEQ)
" National Environmental Policy Act (NEPA)
Regulated Requirements
I. Contractor will conduct a site survey at both campuses to identify the quantity, size, location, and exchange frequency for reusable sharps containers. Existing sharps container locations and sizes will be used as a guideline. During the site survey, area specific staff will be allowed to provide input. For the reusable sharps container management the Contractor shall supply and install all necessary locking mounting wall brackets, floor dollies and countertop stability bases where needed. The Contractor shall adhere to NIOSH regulations. Reusable sharps containers will be exchanged by an employee of the primary contracting company at a set frequency to ensure sharps containers do not overfill. Contractor shall exchange unit when container is ¾ full. The unit exchange frequency may vary from area to area. The exchange frequency will be based on patient care volume in each location. The needs of specialty areas as well as restricted access areas will be determined during the site survey conducted by the contractor. The Contractor will provide a supply of clean reusable sharps containers to be kept on site to be used in the event that a container does become full prior to the contractor's scheduled exchange visit. Contents of reusable sharps containers shall be transported off station and disposed of as RMW. The contaminated reusable sharps containers shall be cleaned and disinfected for reuse.
II. Contractor shall provide rigid puncture resistant vertical drop reusable sharps containers as defined following site visit for lease in patient care areas, Pathology & Laboratory Medicine Service, public restrooms, and Research Department. Contractor shall work with a Medical Center COR or designee to pickup and remove existing sharps containers, waste, and brackets. All removed brackets and accessories will be provided to the VA upon removal. Contractor will replace all existing sharp container brackets with reusable sharps container brackets and containers to include wheeled medication carts. Contractor shall provide containers that comply with the Federal, State, and Local regulations regarding labeling. All containers shall be clearly labeled with the Biohazard symbol and the word "BIOHAZARD" displayed on them.
III. All regulated medical waste that requires incineration, to include chemotherapy waste, shall be brought to a central staging area at both campuses. The contractor shall provide appropriate storage for regulated medical and chemotherapy waste. The Contractor shall arrange for pick-up by an Arkansas licensed and certified regulated medical waste disposal company on a set schedule determined during site survey. The Medical Center will be responsible for the segregation of waste in accordance with Federal, State, and Local requirements.
IV. The Contractor shall ensure the handling, licensing, transporting and final disposal of regulated medical waste, to include sharps waste, is in compliance with Arkansas Department of Health (ADH), Department of Transportation (DOT), Arkansas Department of Environmental Quality (ADEQ), Food and Drug Administration (FDA), National Institute for Occupational Safety and Health (NIOSH) and applicable Federal, State and Municipal regulations and codes.
V. Transportation vehicles shall be equipped with fully enclosed leak-resistant cargo body maintained in a sanitary condition and secured when left unattended. Tarped loads are not permitted. Vehicles shall bear the transporter's name, State permit, and the words "Medical Waste" or "Regulated Medical Waste" on the sides of the body. Waste shall not be subject to mechanical stress. Regulated medical waste shall not be combined with other waste. Vehicles shall be owned by the transporter or leased for a minimum of one year or more. Proof of ownership or lease must accompany this solicitation. Vehicles shall be properly disinfected as a result of leaks or spills. Contractor shall immediately notify the ADH, and the generator, if a vehicle is involved in a spill or accident which renders the vehicle non-compliant with applicable rules and regulations.
VI. Contractor and/or Transporter shall provide labeling on all containers of regulated waste with the following information:
1. Name of Transporter or immediate handler.
2. State permit or identification number of transporter.
VII. Transporter shall sign, date, and furnish a copy of the manifest prior to RMW leaving the generator pickup sites. Transporter shall certify that the manifest data matches the load to be removed. Transporter shall deliver the waste to an authorized facility and sign the manifest to verify that the regulated medical waste has been delivered. Transporter shall maintain a copy of the manifest for their records. Transporter shall return all remaining copies of the manifest to the generator, assuring final disposal.
VIII. The Contractor will provide an Exposure Control Plan, Spill Response Plan, Emergency Action Plan, and a Fire Evacuation Plan. The Contractor agrees to comply with all medical center policies and standards. The Contractor is solely responsible for any and all spills or leaks during the performance of the contract. The Contractor agrees to clean up such spills and/or leaks to the satisfaction of the Government in a manner which satisfies the applicable regulations, at no cost to the Government. The Contractor is responsible for reporting to the COR all spills, regardless of quantity and all personnel exposures. Such reports shall first be reported by telephone immediately following the incident and shall have a follow up in writing no later than seven (7) days after the initial report. When reporting a spill, the following information shall be furnished (1) quantity spilled; (2) exact location of spill; (3) containment procedures initiated; (4) clean-up and disposal procedures; (5) personal injury involved; (6) assistance required, and (7) a narrative summarizing all on-scene visits made by local, state, and federal officials.
IX. Contractor shall provide Worker's Compensation, Professional Liability insurance, Health Examinations, Income Tax Withholdings, and Social Security Payments for protecting the personnel furnishing services under this contract. All salaries shall be in accordance with the Department of Labor Wage Determination for the geographic area serviced. This wage determination is attached to the solicitation.
X. Contractor shall report to the Chief, Environmental Management or designated personnel upon arrival and departure of each facility. The exchange of the reusable sharps containers will require the collectors to check in, discreetly enter and move about the various locations, and exchange the reusable sharps containers. Contractor shall notify the COR of any problems or delays with supplying reusable sharps containers, transportation, storage or other significant problems. Removal will commence Monday through Friday, excluding weekends and official Federal Holidays. The following 10 holidays are observed by the Federal Government: New Years Day, Dr. Martin Luther King Jr. Day, President Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and any other day designated by the President of the United States to be a national holiday. All services will be performed during normal hours of coverage unless requested or approved by the COR or designee. Services and pickups that fall on holidays shall be scheduled the following day, as requested by the VA.
The VA reserves the right to thoroughly inspect the Contractor's facility and treatment plant to assure acceptable standard of performance.
Contractor shall maintain a log of regulated medical waste and regulated "Sharps Waste" shipments which include quantity of waste shipped, sources, and delivery points. (Note: This requirement shall not be confused with manifest requirement mentioned and referred to elsewhere). Records shall be kept on file for a minimum of three years.
QUALIFICATIONS:
I. Contractor shall have demonstrated at least three years experience servicing at least three similar size hospitals by submitting a list of references including telephone numbers, addresses, and contact names and email addresses.
II. Contractor shall provide a plan to demonstrate that they are capable of providing ongoing requirements and services in the event of Sales and Service disruptions for any reason. Contractor shall provide information for primary and back-up sites for the following: disposal services, regulated medical waste transportation, medical waste processing, medical waste for incineration, sharps container autoclave.
III. Contractor shall provide a complete background of their company as well as any company utilized to sustain this contract. Information will include but is not limited to: companies full legal name, primary business address, all other office locations (city and state), and history, along with the number of years in business.
IV. Contractor shall demonstrate their ability to convert the VA locations to their services immediately after award of the contract.
V. Contractor shall have in place and maintain a valid contingency plan to meet the requirements of the contract. Contractor shall incur all cost associated with fulfilling this contingency plan at no additional expense to the Government. Contractor shall be liable for all expenses incurred by the Government due to the contractor's inability to perform in accordance with these requirements.
VI. Contractor is required to identify any subcontractors and suppliers. Contractor is responsible for supervision, contract compliance, and obtaining any necessary documentation from their subcontractors or supplies performing under this contract. If the contractor intends to utilize subcontractors and suppliers other than those initially identified, operating licenses, permits, certificates and any other forms required by regulatory agencies for the new facility must be submitted to the Contracting Officer no later than thirty (30) days prior to change. Any and all cost increases to meet additional regulatory requirements caused by such change of disposal facilities or any other contractor action relative to transport, storage, and/or disposal of regulated medical waste shall be borne by the contractor.
Contractor Manager
I. The contractor shall provide a contract manager who is responsible for the performance/coordination of work defined in this contract. The name and phone numbers (during and after hours) of this person and alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer no later than fifteen (15) days prior to the contract start date. The contract manager and alternate(s) shall be able to understand, read, fluently speak, and legibly write the English language. This person may perform services under this contract in addition to contract management duties. The contract manager or alternate shall have full authority to act for the contractor in all contractual matters relating to daily operation of this contract. All changes must be provided in writing to the Contracting Officer no later than forty-eight (48) hours prior to and receive approval of the Contracting Officer prior to the implementation of such changes.
II. The contract manager or alternate shall be available during normal duty hours (8:00 AM - 4:30 PM) or after normal hours, within four (4) hours of notification, to meet with government representatives to discuss problem areas should the Contracting Officer determine the problem has not been resolved by telephone.
Contractor Personnel
I. Contractor shall provide their employees with appropriate protective clothing, equipment, and apparel as prescribed by the Occupational Safety & Health Administration (OSHA). The technician shall be dressed neatly in appropriate uniform and wear the VA's identification badge at all times when servicing at the VA facility.
II. Contractor shall provide details of what training their employees undergo. Contractor shall be available for consultation and education to Medical Center's staff on the proper use of reusable sharps containers. Contractor shall provide US Department of Transportation and Safe Handling of Regulated Medical Waste training to appropriate CAVHS staff.
III. The contractor shall provide all training necessary to perform the work as defined in this contract. Training shall not hamper the quantity, quality, or timeliness of work requirements of the contract.
IV. The contractor shall ensure that all employees understand the risks involved with biomedical/regulated medical waste and are trained in specific procedures to handle spills on CAVHS premises, enroute to and at treatment and disposal facility.
V. Regulated medical waste/contractor employees who pick up regulated medical waste from CAVHS are identified as being susceptible and/or occupationally at risk to certain biological hazards. The contractor shall provide these employees with the required immunizations.
VI. For injuries that occur on CAVHS property by contracted staff and/or subcontracted staff, emergency treatment to prevent loss of life, limb, or prevent undue suffering will be provided by CAVHS. The contractor shall be charged for medical services provided in accordance with current policies regarding civilian emergencies or government/contractor personnel. The contractor shall require that all employees who experience on the job injuries on CAVHS property report to the contractor's designated clinic for evaluation and treatment. The contractor shall report to the Contracting Officer within twenty-four (24) hours all injuries, including needle sticks or cuts that occur within CAVHS or attributed to work in the performance of this contract. The contractor shall be responsible for all cost of meeting healthcare requirements.
VII. The contractor shall provide pickup, installation, placement, relocation and removal of sharps containers as needed in Little Rock and North Little Rock. A minimum service requirement of three (5) days per week in Little Rock and four (4) days per week at North Little Rock with multiple employees for coverage, 8 hours per day, is required.
VIII. The contractor shall provide CAVHS monthly totals of all items processed for each facility. (e.g. total volumes of medical waste, sharps disposal, plastic diversion)
52.212-2 Evaluation-Commercial Items (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
_Technical Acceptability (acceptable/unacceptable)
Past Performance (pass/fail)
Price
Basis for Award
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price, Lowest Price Technically Acceptable (LPTA).
Technical and past performance, when combined, are more important than price.
The proposals will be evaluated on the basis of the evaluation factors listed below. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those contractors determined to be technically acceptable will be evaluated on price. The following areas will be evaluated:
1. Technical Acceptability (acceptable/unacceptable)
2. Past Performance (pass/fail)
3. Price
Factor 1: Technical Acceptability - The contractor shall provide each of the following. Written descriptions should consist of enough detail for the government to ascertain the contractor's minimum qualifications.
1. Written description of cradle to grave regulated medical waste disposal processes.
2. Written description of regulated medical waste containers provided to the government (see 1.2.3. Containers).
3. Written Statement that the contractor understands and can comply with all aspects outlined in the Statement of Work.
4. Proof of Licensing/Certification for regulated medical waste disposal. Include licensing/certifications from Federal, State, and Local authorities (see 1.2.6. Licenses and Permits).
Factor 2: Past Performance - The contractor shall provide a listing of relevant references. Including the company/firm name, address, telephone number, and e-mail address. The Contracting Officer may also use information available in the Past Performance Retrieval System (PPIRS) when evaluating contractor past performance.
Factor 3: Price - Contractor shall complete B.2 Price/Cost Schedule and include it with their offer.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
B.4 Price/Cost Schedule
Item Information
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 Contract Period: Base
POP Begin: 06-01-2015
POP End: 05-31-2016
Sharps Waste collection and disposal with an estimated 900 Sharps containers in various sizes at 4300 W. 7th Street, Little Rock, AR 72205.
An additional 400 Sharps containers in various sizes at 2200 Ft. Roots Drive, North Little Rock, AR 72114. This quantity is subject to change based on the needs of the facility. 12.00 MO __________________ __________________
0002 Contract Period: Base
POP Begin: 06/01/2015
POP End: 05/31/2016
Regulated Medical waste collection other than sharps at all facilities to include the four CBOC's 12.00 MO __________________ __________________
0003 Contract Period: Base
POP Begin: 06/01/2015
POP End: 05/31/2016
CBOC regulated medical waste collection (Sharps Containers) estimated amount based on four (4) boxes per facility. Contractor will charge for a two box minimum X four CBOC's = sixteen (16) for twelve months. The minimum is necessary to cover cost associated with the small amount of waste generated at dispersed VA Locations. 192.00 EA __________________ __________________
0004 Contract Period: Base
POP Begin: 06/01/2015
POP End: 05/31/2016
Estimated Regulated Medical Waste Destruction. This is only an estimate for budget purposes. Charges will be the actual weight of the Regulated Medical Waste destruction. 120,000.00 LB __________________ __________________
1001 Contract Period: Option 1
POP Begin: 06-01-2016
POP End: 05-31-2017
Sharps Waste collection and disposal with an estimated 900 Sharps containers in various sizes at 4300 W. 7th Street, Little Rock, AR 72205.
An additional 400 Sharps containers in various sizes at 2200 Ft. Roots Drive, North Little Rock, AR 72114. This quantity is subject to change based on the needs of the facility. 12.00 MO __________________ __________________
1002 Contract Period: Option 1
POP Begin: 06/01/2016
POP End: 05/31/2017
Regulated Medical waste collection other than sharps at all facilities to include the four CBOC's 12.00 MO __________________ __________________
1003 Contract Period: Option 1
POP Begin: 06/01/2016
POP End: 05/31/2017
CBOC regulated medical waste collection (Sharps Containers) estimated amount based on four (4) boxes per facility. Contractor will charge for a two box minimum X four CBOC's = sixteen (16) for twelve months. The minimum is necessary to cover cost associated with the small amount of waste generated at dispersed VA Locations. 192.00 EA __________________ __________________
1004 Contract Period: Option 1
POP Begin: 06/01/2016
POP End: 05/31/2017
Estimated Regulated Medical Waste Destruction. This is only an estimate for budget purposes. Charges will be the actual weight of the Regulated Medical Waste destruction. 120,000.00 LB __________________ __________________
2001 Contract Period: Option 2
POP Begin: 06-01-2017
POP End: 05-31-2018
Sharps Waste collection and disposal with an estimated 900 Sharps containers in various sizes at 4300 W. 7th Street, Little Rock, AR 72205.
An additional 400 Sharps containers in various sizes at 2200 Ft. Roots Drive, North Little Rock, AR 72114. This quantity is subject to change based on the needs of the facility. 12.00 MO __________________ __________________
2002 Contract Period: Option 2
POP Begin: 06/01/2017
POP End: 05/31/2018
Regulated Medical waste collection other than sharps at all facilities to include the four CBOC's 12.00 MO __________________ __________________
2003 Contract Period: Option 2
POP Begin: 06/01/2017
POP End: 05/31/2018
CBOC regulated medical waste collection (Sharps Containers) estimated amount based on four (4) boxes per facility. Contractor will charge for a two box minimum X four CBOC's = sixteen (16) for twelve months. The minimum is necessary to cover cost associated with the small amount of waste generated at dispersed VA Locations. 192.00 EA __________________ __________________
2004 Contract Period: Option 2
POP Begin: 06/01/2017
POP End: 05/31/2018
Estimated Regulated Medical Waste Destruction. This is only an estimate for budget purposes. Charges will be the actual weight of the Regulated Medical Waste destruction. 120,000.00 LB __________________ __________________
3001 Contract Period: Option 3
POP Begin: 06-01-2018
POP End: 05-31-2019
Sharps Waste collection and disposal with an estimated 900 Sharps containers in various sizes at 4300 W. 7th Street, Little Rock, AR 72205.
An additional 400 Sharps containers in various sizes at 2200 Ft. Roots Drive, North Little Rock, AR 72114. This quantity is subject to change based on the needs of the facility. 12.00 MO __________________ __________________
3002 Contract Period: Option 3
POP Begin: 06/01/2018
POP End: 05/31/2019
Regulated Medical waste collection other than sharps at all facilities to include the four CBOC's 12.00 MO __________________ __________________
3003 Contract Period: Option 3
POP Begin: 06/01/2018
POP End: 05/31/2019
CBOC regulated medical waste collection (Sharps Containers) estimated amount based on four (4) boxes per facility. Contractor will charge for a two box minimum X four CBOC's = sixteen (16) for twelve months. The minimum is necessary to cover cost associated with the small amount of waste generated at dispersed VA Locations. 192.00 EA __________________ __________________
3004 Contract Period: Option 3
POP Begin: 06/01/2018
POP End: 05/31/2019
Estimated Regulated Medical Waste Destruction. This is only an estimate for budget purposes. Charges will be the actual weight of the Regulated Medical Waste destruction. 120,000.00 LB __________________ __________________
4001 Contract Period: Option 4
POP Begin: 06/01/2019
POP End: 05/31/2020
Sharps Waste collection and disposal with an estimated 900 Sharps containers in various sizes at 4300 W. 7th Street, Little Rock, AR 72205.
An additional 400 Sharps containers in various sizes at 2200 Ft. Roots Drive, North Little Rock, AR 72114. This quantity is subject to change based on the needs of the facility. 12.00 MO __________________ __________________
4002 Contract Period: Option 4
POP Begin: 06/01/2019
POP End: 05/31/2020
Regulated Medical waste collection other than sharps at all facilities to include the four CBOC's 12.00 MO __________________ __________________
4003 Contract Period: Option 4
POP Begin: 06/01/2019
POP End: 05/31/2020
CBOC regulated medical waste collection (Sharps Containers) estimated amount based on four (4) boxes per facility. Contractor will charge for a two box minimum X four CBOC's = sixteen (16) for twelve months. The minimum is necessary to cover cost associated with the small amount of waste generated at dispersed VA Locations. 192.00 EA __________________ __________________
4004 Contract Period: Option 4
POP Begin: 06/01/2019
POP End: 05/31/2020
Estimated Regulated Medical Waste Destruction. This is only an estimate for budget purposes. Charges will be the actual weight of the Regulated Medical Waste destruction. 120,000.00 LB __________________ __________________
GRAND TOTAL __________________
Performance Evaluation Meeting
The contract manager shall meet the Contracting Officer or his/her authorized representative at least twice during the first month of the contract. Meetings will be held as often as necessary thereafter, as determined by the Contracting Officer or the contractor.
Point of Contact
COR - Brian Green, 501.257.1137
Alternate contact for COR - Joe Farrell, 501.257.1213
Environmental Management Contact - Tommy Ambrose, 501.257.9107
Confidentiality
The Contractor shall ensure that the waste is secured at all times to protect and maintain the confidentiality of information of patients, employees and the facility.
Contract Modification
Contractor can expect possible additions and subtractions to the contract in the event CAVHS additions, removals, or relocations of patient care areas such as Community Based Outpatient Clinics, additional nursing unit and/or laboratory space, etc. Contractor will describe plan and charges incurred to accommodate current renovations to nursing units at both facilities. Charges based on volumes preferred. Contractor must be able to adjust locations and exchange schedule due to the utilization of swing wards. Contractor shall outline adjustment period after installation is complete to accommodate sharps container locations that might have been missed or inappropriately represented during site survey and/or pre-installation site walk.
***Limited staff will need to be available for regular pickups during Federal Holidays***
Federal Holidays: The Federal Government observes the following
HOLIDAY DATE
New Year's Day January 1st *
Martin Luther King's Birthday Third Monday in January
Presidents Day Third Monday in February
Memorial Day Last Monday in May
Independence Day July 4th *
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans' Day November 11th *
Thanksgiving Day Fourth Thursday in November
Christmas Day December 25th *
*Holidays that fall on Saturday are observed on the preceding Friday. Holidays that fall on Sunday are observed on the following Monday.
In addition to the days designated as holidays, the Government observes the following days:
" Any other day designated by Federal Statute
" Any other day designated by Executive Order
" Any other day designated by the President's Proclamation
Contract Clauses/Solicitation Provisions
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement. The addendum to FAR 52.212-4 also applies to this acquisition.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2014)
(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:
001AL-11-15-B Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
FAR Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http:www.acquisition.gov/far/index.html
LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes . Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of Clause)
FAR CLAUSES
1. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014)
Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR
2. 52.252-2 Clauses Incorporated by Reference (FEB 1998) [fill in as follows] [F][C]
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
3. 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) [over SAT, sol. includes
services that involve performance of acquisition functions closely associated
with inherently Govt functions; Do not insert in solicitations & contracts with a
self-employed individual if acquisition functions are performed entirely by
self-employed individual vs. an employee of the contractor] [see FAR 3.1106]
4. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees
of Whistleblower Rights (APR 2014) [all over SAT] [R][C]
5. 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
6. 52.217-8 Option to Extend Services (NOV 1999)
7. 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months.
8. 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011)
(a) Definition. "Service-disabled veteran-owned small business concern"-
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.
(2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) Applicability. This clause applies only to-
(1) Contracts that have been set aside or reserved for service-disabled veteran-owned small business concerns;
(2) Part or parts of a multiple-award contract that have been set aside for service-disabled veteran-owned small business concerns; and
(3) Orders set aside for service-disabled veteran-owned small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) General.
(1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business concern.
(d) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for-
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns.
(e) A joint venture may be considered a service-disabled veteran owned small business concern if-
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b)
(f) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
9. 52.228-5 Insurance-Work on a Government Installation (JAN 1997)
10. 52.232-18 Availability of Funds (APR 1984)
11. 52.237-3 Continuity of Services (JAN 1991)
VAAR Clauses
852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
852.203-71 DISPLAY OF DEPARTMENT OF VETERANS AFFAIRS HOTLINE POSTER (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently, in common work areas within business segments performing work under VA contracts, Department of Veterans Affairs Hotline posters prepared by the VA Office of Inspector General.
(b) Department of Veterans Affairs Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647.
(c) The Contractor need not comply with paragraph (a) above if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.
852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009)
(a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern":
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteranowned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if-
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
001AL-11-15-A Limitations on Subcontracting - Monitoring and Compliance (JUNE 2011)
Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause.