Virginia Bids > Bid Detail

F108--FY23: New Requirement: Chemical Waste Disposal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159376704521340
Posted Date: Feb 7, 2023
Due Date: Feb 15, 2023
Solicitation No: 36C24823Q0537
Source: https://sam.gov/opp/6352e5d2c9...
Follow
F108--FY23: New Requirement: Chemical Waste Disposal
Active
Contract Opportunity
Notice ID
36C24823Q0537
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 04:39 pm EST
  • Original Date Offers Due: Feb 15, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Miami VA Medical Center 1201 NW 16th Street ,
    USA
Description
Item No.
Description of Service
Estimated Annual Quantity
Unit
Unit Cost FY 23
Line total for item subject to surcharge
Line total for item NOT subject to surcharge
restrictions/ comment
Â
Mobilization, Labor & Supplies
Â
Â
Â
Â
Â
Â
Â
Mobilization and vehicle to the Miami VA Medical Center for weekly waste storage.
52
trips
Â
Â
Â
Â
Â
Mobilization and vehicle to the Miami VA Medical Center for bi-weekly waste haul, if on different day than the weekly mobilization.
26
trips
Â
Â
Â
Â
Â
Mobilization and vehicle to the Key West OPC
2
trips
Â
Â
Â
Â
Â
Mobilization and vehicle to the Broward VA OPC
2
trips
Â
Â
Â
Â
Â
Mobilization and vehicle to Deerfield Beach, Pembroke Pines, Hollywood, Homestead and Key Largo CBOCs
10
trips
Â
Â
Â
ea site 2/year
Â
Labor - level 1 - transfer of waste from generation location to Main Accumulation Area, packing waste and preparation of documents for shipping off-site.
520
hours
Â
Â
Â
Â
Â
Labor - level 2 - transfer of waste from generation location to Main Accumulation Area, packing waste and preparation of documents for shipping off-site.
260
hours
Â
Â
Â
Â
Â
supply nominal 50-gallon drum, open- or closed-top, plastic, UN rated for hazardous material shipment.
52
each
Â
Â
Â
Â
Â
supply 30-gallon drum, open- or closed-top, plastic, UN rated for hazardous material shipment.
104
each
Â
Â
Â
Â
Â
supply 14-gallon drum, open-top, plastic, UN rated for hazardous material shipment.
104
each
Â
Â
Â
Â
Â
supply 5-gallon drum open or closed (bucket or jug), plastic, UN rated for hazardous material shipment
208
each
Â
Â
Â
Â
Â
supply 4-CF box for transport of 4-ft-long flourescent lighting.
8
each
Â
Â
Â
Â
Â
supply packing material, vermiculite or equivalent
52
approx 1 cub ft bag
Â
Â
Â
Â
Â
supply overpack drum, 80 gallon
2
each
Â
Â
Â
Â
Â
Waste Disposal - Patient Care
Â
Â
Â
Â
Â
Â
Â
Hazardous Waste Pharmaceuticals (HWP) as defined by EPA final rule of 22 Feb 2019, includes non-RCRA pharmaceuticals, includes Cactus Sink cartridges, includes barium sulfate suspension, excludes pressurized containers.
520
18-gallon
Â
Â
Â
RCRA code PHRM, usually black.
Â
HWP potentially pressurized containers, usually inhalers.
6
18 gal
Â
Â
Â
RCRA code PHRM
Â
Pharmaceutical with infectious waste and/or sharps, formerly known as trace chemo
52
9 gal
Â
Â
Â
U058, biohazard, usually yellow
Â
tri-chloro acetic acid, 10-40% unspent, usu in 1-L bottle, labpack
4
5-gal
Â
Â
Â
D002
Â
Silver nitrate applicators, used, 6-inch Arzol brand or equivalent,
1
2-gal
Â
Â
Â
D011
Â
Waste Disposal - Clinical Laboratory
Â
Â
Â
Â
Â
Â
Â
staining process xylenes waste, usually in 1-gal jug, lab-pack
60
14-gal
Â
Â
Â
D001, F003
Â
alcohol waste solution at least 80% with trace xylene and trace stain, bulk (separate item listed for less than 80%)
6
55-gal
Â
Â
Â
D001. to be bulked.
Â
AFB Stain discharge, 75% water, 5% of ea: Auramine/Rhodamine (Remel #40090), Decolorizer (Remel #40094), KMnO4 (remel #40092), Carbofuschin (BD #212518), Methylene blue (BD #212516); bulk.
4
55-gal
Â
Â
Â
Â
formalin waste solution 4% bulk
6
55-gal
Â
Â
Â
Non-RCRA. To be bulked.
Â
formalin waste solution 4% containing tissue, not bulk.
2
55-gal
Â
Â
Â
Non-RCRA non bio-haz
Â
paraffin waste containing xylene, solid
4
5-gal
Â
Â
Â
D001
Â
Roche Ventana Benchmark special stainer discharge - 12 to 18% of catalog #s 860-016, -034, -036, -037, -038, -041, no constituent above regulatory threshold
4
55-gal
Â
Â
Â
Non-RCRA, pH~6. to be bulked.
Â
Roche Ventana IHC immuno staining discharge - pH 7; 1-2% acetic acid; 1-5% Poly(oxy-1,2-ethanediyl), .alpha-dodecyl-.omega.-hydroxy; trometamol.
4
55-gal
Â
Â
Â
Non-RCRA. To be bulked.
Â
Roche Cobas 6800 discharge: Guanidine Thiocyanate:10%, Polydocanol:1% Dithiothreitol:0.4% Plasma/serum:6%
4
55-gal
Â
Â
Â
Non-RCRA, pH ~4
Â
Crystal Violet/Gram Stain discharge, ~10% ethanol and 2% acetone. D001 exemption, not F003
4
55 gal
Â
Â
Â
DOT flamm; not RCRA. To be bulked.
Â
Cepheid GeneXpert analyzer spent cartridges - sodium hydroxide, guanidine thiocyanate. Tests include MRSA, CoVid 19, C Dificile, very little MTB/RF.
12
55 gal
Â
Â
Â
D002, not D001
Â
QuantiFERON TB discharge apprx 0.00007% mercury
6
5 gal
Â
Â
Â
D009
Â
Waste Disposal - Research Labs
Â
Â
Â
Â
Â
Â
Â
Biochrom 30+ discharge: LiCl+ Li Citrate 2%, Ethylene Glycol 10%, Methyl Carbitol 10%
4
5-gal
Â
Â
Â
non-RCRA; alcohol wash is separate item. To be bulked.
Â
Alcohol waste solution less than 80%, bulk (separate item listed for >80%)
6
5 gal
Â
Â
Â
D001
Â
Dimethylformamide test discharge: DMF 30%, Dichloromethane 30%, methanol 20%, piperidine 10%, mtbe 10%, trifluoroacetic acid 0.1%
8
5-gal
Â
Â
Â
D001
Â
Waste Disposal - Other
Â
Â
Â
Â
Â
Â
Â
Medivators Rapicide A unspent - Hydrogen peroxide 21-24%; Acetic acid 8-10%; Peroxyacetic acid 4.5-6%
12
5-gal
Â
Â
Â
D001 oxidizer & D002 organic acid, to be bulked.
Â
Medivators Rapicide B unspent - Trisodium phosphate 1 - 4.5%; 1H-Benzotriazole 0.5 - 1.5%
12
5-gal
Â
Â
Â
non RCRA caustic, pH Â
Naturalyte or equivalent dialysis acid concentrate, unspent, pH 2.5
6
55-gal
Â
Â
Â
non-RCRA, to be bulked.
Â
hand sanitizer pouches and bottles
4
55-gal
Â
Â
Â
D001
Â
Lab-pack, flammable, code D001
6
14-gal
Â
Â
Â
Â
Â
Lab-pack, corrosive, code D002
6
14-gal
Â
Â
Â
Â
Â
Lab-pack, contains mercury but is not universal waste
1
14-gal
Â
Â
Â
D009
Â
Lab-pack, D-code other than D001, D002, D003 and D009
6
5 gal
Â
Â
Â
Â
Â
Lab-pack, non-RCRA, UN code flammable/combustible
4
30-gal
Â
Â
Â
Â
Â
Lab-pack, non-RCRA, UN code corrosive
4
30-gal
Â
Â
Â
Â
Â
Lab-pack, non-RCRA, UN code toxic
4
30-gal
Â
Â
Â
Â
Â
Elemental mercury universal waste, e.g., thermometers
2
5-gal
Â
Â
Â
Â
Â
used engine oil
1
55-gal
Â
Â
Â
non RCRA
Â
absorbent and rags containing petroleum product
4
55-gal drum
Â
Â
Â
non RCRA
Â
electronic waste non RCRA, e.g., circuit boards
2
55-gal
Â
Â
Â
Â
Â
flourescent lighting, up to 4-ft long, non-ulraviolet, universal waste
4
1x1x4-ft box
Â
Â
Â
Â
Â
flourescent and other lighting, other than 4-ft long, non-UV, universal waste, includes broken pieces
4
5-gal
Â
Â
Â
or 14 gal drum
Â
flourescent lighting, ultraviolet, up to 4-ft long, universal waste
2
1x1x4-ft box
Â
Â
Â
universal waste 40 CFR 260.10
Â
LED lamps up to 4 ft long, not RCRA
2
1x1x4-ft box
Â
Â
Â
electronic waste
Â
alkaline batteries, non-regulated, usually accumulated in 14-gal drum (~100 lb), expect 6 shipments/yr
600
Lb
Â
Â
Â
no disposal at municipal landfill.
Â
zinc-air batteries, mercury-free, non-regulated
4
2 gal
Â
Â
Â
no disposal at municipal landfill.
Â
zinc-air batteries, containing mercury.
4
2 gal
Â
Â
Â
universal waste 40 CFR 260.10
Â
CR2450 Lithium Manganese Dioxide Primary Cell Battery (Lithium Metal Oxide Button/Coin Cell Battery).from Purell ES8 Hand Sanitizer pouches. Est. 20 lb per 55 gallon.
1
55-gal
Â
Â
Â
encased in a circuit board to prevent short circuit. Not RCRA
Â
aerosol cans, usually non-pharmaceutical, universal waste
2
55 gallon
Â
Â
Â
universal waste 40 CFR 260.10
Â
Totals
Â
Â
Â
Â
Â
Â
Sub A
Subtotal of above line totals to which a fuel or other surcharge applies.
xxx
xxx
xxx
Â
xxx
xxx
Â
Surcharge, %, applied to above subtotal (fixed for contract duration)
xxx
xxx
Â
xxx
xxx
xxx
Sub B
Subtotal A plus surcharge
xxx
xxx
xxx
Â
xxx
xxx
Sub C
Subtotal of above line totals to which a fuel or other surcharge does NOT appliy.
xxx
xxx
xxx
xxx
Â
xxx
Â
GRAND TOTAL = Sub B + Sub C
xxx
xxx
xxx
Â
xxx


Note:



Waste amounts are estimates.


The historcally most consistent waste types are listed but several more can be expected.

All wastes are considered not biohazardous unless otherwise noted.


COMBINED SYNOPSIS/SOLICITATION
The Miami VA Medical Center located at 1201 NW 16TH Street, Miami, FL 33125-1693 has a requirement to provide service which includes disposal, and transportation of chemical waste as specified by the requestor located at the Department of Veterans Affairs Medical Center, Miami, FL. There will be a one-year base period and four-year option periods. The attached Performance Work Statement (PWS) 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 562910 and $20.5 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.

(1) Solicits offers from service-disabled veteran-owned business (SDVOSB)
Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues.
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
Past Performance: Prospective contractors may provide a list of three 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: One Year Base Period and Four-Year Periods Separately Priced Option Year.
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 provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM.
Completed Schedule of Rates. Please complete the first four pages.



Subject: Compliance with 13 C.F.R. 125.6
DATE:
Contractor Point of Contact
Business Name
DUNS #:
Solicitation Number: 36C24823Q0537

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: Sylvia.Nobles@va.gov

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 February 15, 2023, to the following: Sylvia Nobles, Sylvia.Nobles@va.gov. Oral communications are not acceptable in response to this notice.
See attached document: Performance Work Statement.
Performance Work Statement
Miami VA Healthcare System
Chemical Waste Disposal
1.0 Introduction
1.1. The Government requires collection, packaging, transportation and disposal of chemical waste and related services.

2.0. Description / Scope / Objective.
2.1 The contractor shall provide service at the Department of Veterans Affairs, Miami, FL. Healthcare System (MVAHS). The chemical waste includes, but is not limited to, RCRA hazardous waste as defined in 40 CFR part 260, and hazardous material as defined by the Department of Transportation.

3.0. Applicable Documents
3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply:

FAR
Federal Acquisition Regulation
VAAR
Veterans Administration Acquisition Regulation
OSHA
Occupational Health and Safety Act
EPA
Environmental Protection Agency
Federal, State, Local, Industry
All services shall be performed in accordance with but not limited to all applicable laws, regulations, policies, procedures, standards, codes, specifications for the proper performance of finalized services rendered. Personnel shall be licensed and certified to perform this type of work.

3.2. Glossary. Acronyms used in this PWS are listed below for easy reference:

CO Contracting Officer
COR Contracting Officer s Representative
FAR Federal Acquisition Regulation
CBOC Community-Based Outpatient Clinic
DOT Department of Transportation
DOH Department of Health

4.0. Performance Requirements.
4.1. The Contractor shall collect, on a schedule expected to be weekly, chemical waste from several wards, clinics, shops and other areas in the Miami VA Medical Center and store the waste in the Main Hazardous Waste Accumulation Area or as instructed by the COR, for later transport off-site. The Contractor shall collect chemical waste from MVAHS locations other than the Miami Medical Center, upon request of the COR. The expected schedule is shown in the Price Schedule.

Chemical waste includes any waste potentially regulated by the DOT for transport and/or the EPA for disposal, excluding radioactive waste and waste for which the only hazard is biological; these wastes are covered under separate contract. Examples of chemical wastes included in this PWS are listed in the PWS Price Schedule.

4.2. The Contractor shall utilize the freight elevators in the MVAHS rather than passenger elevators so as to avoid contact with patients and VA staff during transport of chemical waste.

4.3. The Contractor shall keep the Hazardous Waste Main Accumulation Area (Area) clean, free of debris and organized. The Contractor shall label each container in the Area as Hazardous Waste unless the COR has agreed that a particular waste can be labeled as not hazardous according to the Resource Conservation and Recovery Act (RCRA).

4.4. The Contractor shall package and containerize all chemical waste in accordance with DOT requirements and standard industry practice. The Contractor shall classify the waste regarding DOT and EPA requirements in consultation with the COR, and prepare manifest/bill-of lading forms to be signed by the COR.

4.5. The Contractor shall be responsible for the transportation of chemical waste from within MVAHS in accordance with current DOT regulations. The waste is to be shipped to an appropriately licensed treatment, storage and disposal (TSD) facility. The transporting vehicle shall be placarded as required by the DOT.

4.6. The Contractor shall dispose all chemical waste in the following preferred priority:
(1) Recycling or reclaim.
(2) Treatment of the chemical waste (at a facility approved for such processing by an appropriate state or federal agency) in a manner that renders it no longer a hazardous waste as defined in the 40 CFR series.
(3) The long-term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or federal agency.

4.7. The Contractor shall provide spill cleanup service for chemical and hazardous waste at it pertains to this contact. A Contractor team shall arrive on site within 24 hours of notification by the VA and perform the cleanup in a timely manner.

4.8. The contractor shall obtain all necessary permits, if hazardous waste must be transported through jurisdictions that require special permitting.

4.9. The Contractor shall provide to the Government any additional certifications that may be required because of changes in such laws.

4.10. The Contractor shall obtain approval and signature for each manifest from the VA Facility s Contracting Officer Representative or his/her designee verifying that the Contractor has accepted the waste from the VA and that the waste was properly packaged for shipment prior to the removal and transport of waste generated by the VA.

4.11. The Contractor shall collect chemical waste onsite for storing into the Main Accumulation Area on a weekly frequency unless a lesser frequency is instructed or agreed to by the COR.

4.12. The contractor shall haul/transport waste off-site no less frequent than every two weeks unless a lesser frequency is instructed or agreed to by the COR.

4.13. The Contractor shall haul all waste that has been stored in the Main Accumulation Area for at least two weeks, upon the next hauling event unless a lesser frequency is instructed or agreed to by the COR.

5.0. Performance Location and Hours.

5.1. Primary place of performance is the Bruce W. Carter, Miami VA Medical Center, 1201 NW 16th Street, Miami, Florida, 33125. Working spaces and large equipment such as fork-lift and pallet jack will be provided by the Government.

5.2. Government normal duty hours are from 0730-1630, Monday through Friday, excluding Federal holidays. Contractor access will be provided during this time period.

6.0. Deliverables.

6.1. The Contractor shall provide to the COR a copy of the Generator waste manifest prior to leaving the site with the waste. The manifest shall be signed by the Contractor and the COR or designee.

6.2. The Contractor shall ensure that their contractor, the TSD facility, furnishes a properly executed and legible copy of the appropriate manifests required to document the completed shipment of chemical waste generated by the Government under the terms of this contract. The copy shall be provided to the COR within forty five (45) calendar days of removal of waste from this facility in accordance with 40 CFR regulation.

6.3. The Contractor shall provide to the COR upon request documentation from the TSD of final disposal of waste hauled.

6.4. All manifests, waste determinations, waste generation data, shipping information and other data required for the proper execution of this contract will be maintained by the contractor in an electronic database format that is exportable through a Microsoft Excel or Microsoft Access format for input into the VA system upon request from the COR or designee.

7.0. Key Personnel Replacement and Substitution.

7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable.
7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage.
7.3. The Contractor shall replace any absent individual for any period greater than one workday so as to leave a full complement of trained qualified personnel at all times with no disruption of services.

8.0. Contractor Personnel and Management.

8.1. The Contractor shall announce their presence at the MVAHS to the COR or the COR s designate immediately upon arrival.
8.2. Government Badges. The COR will coordinate the issuance of required access badges to Contractor personnel. Contract personnel shall wear identification badges provided by the Government at all times when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract.
8.3. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated contractor identification badge at all times when performing services under this Contract, including when on Government directed travel The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard.
8.4. All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as
Contractor products or that Contractor participation is appropriately disclosed.
8.5. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract.
8.6. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data.
8.7. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR.
8.8. Standards of conduct
8.8.1. Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel
8.8.2. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract.
8.8.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities.
8.8.4 The contractor shall provide a single point of contact with backup, along with a list of names, titles, addresses, telephone numbers (including cellular), pager/beeper numbers, facsimile numbers and e-mail addresses of key managers, supervisors, customer service and field service personnel performing under this contract.
8.8.5 The Government shall review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.

9. TRAVEL : N/A

10. NON-PERSONAL SERVICE STATEMENT

10.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work.

11. PERSONNEL QUALIFICATIONS

11.1. The Contractor shall be responsible for employing technically qualified personnel who are certified and trained for proper removal of hazardous and non-hazardous chemical waste in accordance with all applicable Federal, State, Municipal, and local regulations specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. If appropriate licenses are not maintained in accordance with Federal and State requirements, the VA may terminate the contract effective upon discovery. The VA reserves the right to halt work if the Contracting Officer and/or COR determine work is being done in an unsafe/unhealthy manner or that could harm the environment. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual.
11.2. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum:
11.2.1. Must be authorized to work in the United States.
11.2.2. The Contractor staff shall have completed 40 hour HAZWOPER training and have it updated at the frequency required by law or otherwise industry practice.
11.2.3. The Contractor staff shall have completed Hazardous Waste Management training and have it updated at the frequency required by law or otherwise industry practice.
11.2.4. The Contractor staff shall have completed DOT Hazardous Material Shipment training and have it updated as required for certification.
11.2.5. The Contractor staff shall be knowledgeable in identifying chemicals that present a high potential of violent reaction due to shock during handling. The Contractor staff shall be knowledgeable in handling such chemicals.
11.2.6. Certificates of training and experience of staff and/or personnel who will perform site work under this contract (all technicians that will work on VA premises will be expected to have received at least the minimum training required by law as specified in 29CFR 1910-120, 40 CFR Parts 260-265 and 49 CFR Parts 171-178.
11.2.7. Provide a description of the contractor s experience in hazardous waste packaging, transport, and disposal for the past three years.
11.3. The contractor shall provide a copy of US EPA identification number(s) certificate for each business entity operated by the contractor that will provide service regarding any aspect of VA waste disposal program (i.e. storage, transfer, incinerator sites).
11.4. The contractor shall provide a copy of certificate of registration with the State EPA as a hazardous waste hauler for each business entity operated by the contractor that will provide hazardous waste transportation services for any aspect of VA waste disposal program.
11.5. The contractor shall provide a written acknowledgement of responsibility for acquisition of all applicable business licenses and permits required by law. Contractor shall certify that it acknowledges and is in possession of all required business licenses and permits.
11.6. The contractor shall provide a list of any violations and/or citations that the contractor has received for non-compliance with any hazardous waste laws, permit requirements, and/or OSHA requirements for the past three years from the date of submission.
11.7. The contractor shall provide a plan describing Standard Operating Procedures (SOPs) that will be followed while conducting normal hazardous waste management activities. The contractor shall describe:
1. Site safety and contingency procedures (e.g. spill management).
2. Operational procedures and site management structure.
3. Supplies and equipment practices.
4. Material sampling procedures.
5. Hazard assessment and categorization procedures.
6. Packing procedures.
7. Quality assurance and quality control procedures to ensure materials are properly identified, categorized, and packaged, and paperwork is properly completed.
8. Procedures for gaining waste acceptance into a transfer/ disposal facility.
9. Contractor and project management procedures.
11.8. The contractor shall provide a list, to the COR, information regarding the hazardous waste fleet owned and operated by the contractor, to include
1. Basic description of transportation services offered and capabilities.
2. Fleet description of number, types, and ages of vehicles.
3. Description of service and maintenance programs.
4. Types of materials licensed to haul.
5. Latest DOT or MCS rating (include a copy of the last inspection).
6. The DOT/CHP compliance record.
7. Description of driver qualifications including training programs, and experience.
8. Provide evidence that background checks have been performed on all employees that will perform any duties under this contract.
11.9. The contractor shall provide a detailed site safety plan.
11.10. The contractor shall provide Current waste transporter and operator permit(s).

12. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT

12.1. Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection.
12.2 The QASP and its performance objectives are as follows:

PWS Para.
Performance Objective
Perfor-mance
Standard
Acceptable Quality Level
Surveil-lance Method
Compliance
4.1.
Contractor shall accurately document the types and amount of waste collected.

The Contrac-tor shall complete a Waste Manifest form that describes the waste collected
Receiving documents are accurate 90%.
Inspec-tion conduc-ted by the COR
Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action.
6.1
The Contractor will provide all manifests and documentation that apply to the removal and disposal of chemical waste conducted by its workforces and/or its subcontractors.

Same as 4.1
Same as 4.1
Same as 4.1
Same as 4.1

6.2
The Contractor will furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of chemical waste generated by the Government under the terms of this contract.
Same as 4.1
Same as 4.1
Same as 4.1
Same as 4.1
4.12
Frequency of waste hauls.
Haul no less frequent than every 2 weeks.
2 non-exempted misses per year.
Monitor-ing by COR
Same as 4.1
4.13
Timeliness of haul of wastes stored
Haul all waste stored for at least 2 weeks
2 non-exempted misses per year.
Monitor-ing by COR
Same as 4.1

Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 04:39 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >