The RFP Database
New business relationships start here

VA258-17-AP-3173 HAZARD WASTE


Arizona, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. SDVOSB, VOSB, and (i) must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. SDVOSB respondents must address how they will meet the limitation on subcontracting requirement found at VAAR 852.219-10 if awarded this procurement that requires at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. VOSB respondents must address how they will meet the limitation on subcontracting requirement found at VAAR 852.219-11 if awarded this procurement that requires at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other eligible veteran-owned small business concerns. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for SDVOSB or VOSB. However, if response by SDVOSB or VOSB proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 562112 ($38.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Cynthia.Valdes@va.gov. All information submissions to be marked Attn: Cynthia Valdes, Contract Specialist (9-90C) and should be received no later than 2:00 pm Arizona Time on July 6, 2017. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.


Statement of Work Hazardous Waste Service Contract for SAVAHCS

Description of Work:

The contractor shall provide hazardous, mixed (hazardous and biological), non-hazardous chemical and universal waste disposal services, as well as pour-off, lab pack and removal services from the Southern Arizona VA Healthcare System (SAVAHCS) at 3601 S. Sixth Avenue, Tucson Arizona, 85723.

a. Requirements and Scope:

The Department of Veterans Affairs intends to award a firm fixed price, indefinite quantity, and indefinite delivery service contract to a qualified firm with the capability and capacity to provide hazardous, non-hazardous, mixed and universal waste disposal services as well as pour-off, lab pack and removal services at the SAVAHCS in accordance with current Federal, state and local regulations. Services shall include all labor, materials, tools, equipment, analysis, travel, transportation, documentation, waste treatment, disposal and support services required to categorize, inventory, package, label, transport, document and dispose of hazardous, universal and non-hazardous chemical wastes from this Tucson facility. The contracting officer (CO) and contracting officer s representative (COR) will arrange for routine (non-emergency but at least monthly) waste pickups based upon rate of generation. Occasionally, an emergency waste pick-up may also be required due to an unexpected large chemical waste stream build-up or a pending environmental inspection. The contractor must possess the necessary technical expertise and resources required by this solicitation in order to be considered for contract award. Examples of types and quantities of waste generated are identified in Attachment 1.

Wastes are normally collected at a single location within the medical center, but may include collection from laboratories or maintenance areas. The wastes will be segregated by hazard class or chemical compatibility and labeled appropriately. Access to the waste storage areas and pick-up locations is to be coordinated with the COR.

The contractor is required to perform characterization of all waste streams using process knowledge, identity of the chemicals, and other types of chemical analysis including but not limited to Toxicity Characteristic Leaching Procedure (TCLP). Documentation of these waste stream characterizations (waste profiles) and lab pack inventories must be provided to the medical center for each container. Chemical wastes shall include but not be limited to flammables, corrosives, oxidizers, poisons, toxics, reactive wastes, mixed (hazardous and biological), and universal wastes (i.e. batteries, oil, and mercury containing devices).

The contractor will be responsible to package bulk liquid wastes into the largest container feasible and bulk solid wastes into the smallest container available for that waste stream.

The contractor will dispose of hazardous waste in a manner that leaves no future expense potential to the VA or the Federal Government. Acceptance of the hazardous waste at a properly permitted treatment, storage, or disposal site does not constitute disposal and/or completion of the contract requirement. It is the prime contractor s responsibility to obtain all necessary documentation to prove that the timely end disposal of all items has been accomplished. Shipments outside of the United States are prohibited under this contract.

Chemicals should be disposed of in the following preferred priority:

Recycling of chemicals to another party for future use if environmentally responsible and economically feasible.
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.
The long term internment (burial) in a secure chemical landfill site approved for such by the appropriate state or Federal agency.

The contractor will be responsible for properly containerizing all lab-packs and for assuming all safety measures to prevent harm or injury to VA patients, visitors, employees, contractor employees (example personal protective equipment) and the environment (example storm drain covers). The COR, industrial hygienist and safety officer have the authority under this contract to present a verbal stop work order pertaining to job activity they reasonably believe represents an imminent hazard to life, property or the environment. This verbal order shall be followed up by a written stop work order issued by the contracting officer as soon as feasible after the imminent hazardous situation has been stabilized or abated.

All contractor vehicles shall be placarded and equipped in accordance with DOT regulations of the applicable state and US DOT.

This contract will not include the disposal of infectious, bio-hazardous or pathological waste unless it is mixed with hazardous waste.

b. Spills and Leaks:

Should hazardous or universal waste be released during the performance of services under this contract, through no fault of the VA, the contractor will be responsible for all costs associated with the satisfactory remediation of the incident. This will include the cost of all labor and materials as well as any actual damages incurred to the facility and harm caused to patients, visitors and staff of the medical center. The remediation efforts shall be performed to the satisfaction of the applicable regulatory authorities and the COR.

The contractor shall report all spills/leaks that occur on the medical center property immediately to the medical center COR. A written report of the circumstances shall be sent to all regulatory agencies if applicable and a copy provided to the COR.

The contractor shall ensure that vehicles used for transportation of hazardous materials are stocked with sufficient supplies to handle hazardous materials that require special packaging, spills, leaking drums or other conditions that could occur while performing a routine pick-up.

c. Recordkeeping/Reports:

The contractor will provide the medical center with lab pack inventories and quantities of each item disposed of so that the facility can ensure they maintain their hazardous waste generator status.

d. Waste Minimization:

The SAVAHCS is interested in aggressively reviewing waste minimization opportunities. Please provide examples of waste minimization practices or programs that your firm has developed for other facilities. Specific examples from healthcare or research facilities are preferred.

The contractor shall perform routine waste minimization evaluations for the facility. Waste minimization could include but are not limited to recycling, green product substitution, and waste management or consolidation practices. The contractor shall provide waste minimization opportunities in writing to the VA on a quarterly basis. The contractor shall track the changes or impact to waste stream volumes when waste stream minimization efforts are implemented and provide a report to the VA on a quarterly basis.

If the VA finds other means of waste disposal services that are significantly less expensive or finds sources where a particular waste stream can be recycled rather than disposed of, or if performance issues arise in the performance of the contract, the VA reserves the right to obtain the required service from another source capable of full performance of these contract requirements, and to charge the contractor with any excess cost which may result there from.

e. Licenses and Permits:

The contractor will, without additional cost to the Government, provide and maintain all licenses and permits for operational personnel, trailers, containers, vehicles and other resources required for proper removal of hazardous and non-hazardous chemical waste in accordance with all applicable Federal, state and local regulations.

The following shall be provided to the contracting officer with bid proposal submission for evaluation purposes and annually within thirty (30) days for the renewal date of this contract with any changes to the original submission clearly identified and highlighted:

Current waste transporter permit(s)
List of all transfer stations, treatment, storage and disposal facilities (TSDFs), including incineration, wastewater and sludge treatment facilities that shall be utilized during this contract to include the capacity of these facilities and the waste codes for the waste streams they are permitted to accept by treatment technology. Address, phone number and other contact information shall be provided. The VA reserves the right to inspect each of these facilities before approving its use or at any time during or after contract period while VA wastes are present.
Copy of operator permit(s)
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.
Provide the contractor s experience in hazardous waste packaging, transport and disposal.
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, incineration sites).
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.
Provide 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.
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. Contractor shall include information on all related business entities including associated firms that are owned by the contractor or owned by a common parent company that will be involved in any portion of the processing of the VA waste disposal program. If no discharge or violations have occurred, contractor must provide a statement that certifies no discharges or violations have occurred.
Provide a plan describing Standard Operating Procedures that will be followed while conducting normal hazardous waste management activities> The contractor shall describe:
Site safety and contingency procedures (e.g. spill management).
Operational procedures for the collection, handling, accumulation, sampling, lab testing, characterization, packing and shipping o hazardous, universal and non-hazardous wastes.
Supplies and equipment practices.
Material sampling procedures.
Hazard assessment and categorization procedures.
Packing procedures.
Quality assurance and quality control procedures to ensure materials are properly identified, categorized, and packaged, and paperwork is properly completed.
Procedures for gaining waste acceptance into a transfer/disposal facility.
Provide a detailed site safety plan that will be used to ensure that workers and nearby population will be adequately protected during packaging and removal operations.
Provide information identifying any proposed subcontractors and identifying services to be performed by the subcontractors. Contractor must submit evidence that subcontractor is qualified and legally able to provide services. All subcontractors must be approved by COR prior to performing any duties under this contract.
Provide a list of names, titles, address, 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.
If hazardous waste must be transported through jurisdictions which require special permitting, the contractor shall obtain all necessary permits.

f. Documentation:

The contractor is required to comply with all Federal, state and local regulations, policies and procedures regarding tracking, recordkeeping, manifesting and documentation of all wastes collected. The contractor will be required to comply with all changes to such Federal, state and local regulations and procedures which occur during the term of this contract. The contractor will provide to the Government any additional certifications that may be required because of changes in such laws.

The contractor will provide all manifests and documentation that apply to the removal and disposal of hazardous, mixed, universal and non-hazardous chemical waste conducted by its workforces and/or its subcontractors. The contractor will furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of hazardous, universal and non-hazardous chemical waste generated by the Government under the terms of this contract.

Prior to the removal and transport of hazardous, universal and non-hazardous chemical waste generated by the VA, the contractor will obtain approval and signature for each manifest and land ban document from the VA facility s COR or his/her designee verifying that the contractor has accepted the waste from the VA and that the waste was properly shipped for treatment or disposal. Manifests not signed by the COR or his/her designee will not be deemed valid. The generator copy of the executed manifest will be provided to the VA COTR when hazardous, universal, mixed and non-hazardous waste is disposed of as applicable and before the removal of any waste from the facility.

In addition to providing the manifests, lab pack inventories, waste profiles, land bans and other required documents, the contractor will provide a properly executed and signed disposal certificate for each manifest to the VA COR within forty-five (45) calendar days of removal of waste from the facility. The disposal certificate will clearly indicate that all waste has been properly disposed of and will specify the site and date of disposal or incineration.

g. Performance Schedules:

Removal of the hazardous, universal and non-hazardous chemical wastes will be performed during business hours, Monday through Friday, excluding national holidays. The VA COR or his/her designee is available during those hours for the approval of manifests and other required documentation.
The Government requires services on a recurring basis with no regular pick-up schedule. The contractor must coordinate all pick-ups with the VA COR within seven (7) calendar days of telephone notification. There shall be no penalty or additional costs incurred should the SAVAHCS require more or less than the estimated pick-ups or disposal volume outlined in the schedule of costs.

h. Identification, Check-in, Parking, and Smoking Regulations:

The contractor s employees shall wear visible identification at all times while on VA premises and contractor vehicles shall be marked with the company name as well. Contractor employees shall report to the COR or designee s office once on campus prior to commencement of work.

Smoking is prohibited inside any building at the VA.

Possession of weapons or contraband is prohibited and shall be subject to arrest and termination from future performance under this contract.

Enclosed containers, including tool kits, shall be subject to search.

Violations of VA regulations may result in citation answerable in the United States (Federal) District Court.

i. Invoices and Payment:

Payment of services rendered under this contract will be made in arrears upon satisfactory completion of each service and receipt of a properly prepared invoice and submitted by the contractor to the payment address specified by contracting. Invoices shall reference the Contract Number, manifest number(s), provide a complete and accurate description of services/supplies delivered/rendered, including dates of performance, amounts, unit prices, extended totals and any other data relevant for payment purposes.

The Government shall not authorize payment until such time that the VA COR receives all properly executed and signed documentation.

j. Security:

The C&A requirements do not apply, and a Security Accreditation Package is not required.



Attachment 1. Types and Approximate Quantities of Wastes Generated Per Year at SAVAHCS

Description Unit Size Est. quantity/year
Bulk Liquids:
Flammables (xylene/alcohol Gallon 55 13
chloroform)

Latex paint Gallon 55 5

Non-RCRA hazardous waste liquids Gallon 5 2
Gallon 15 3
Gallon 55 8

Petroleum based products Gallon 55 2

Mixed waste (haz & infectious) Gallon 55 12

Lab Packs:
Flammables (xylene filters & wax) Gallon 5 5
Gallon 15 5
Gallon 55 5


Poisons Gallon 5 5

Oxidizers Gallon 5 3
Gallon 15 2

Corrosives Gallon 5 5
Gallon 15 5
Gallon 30 2
Gallon 55 6

Reactives Gallon 5 1

Non-RCRA lab chemicals, solid Gallon 5 3
Gallon 15 3

Non-RCRA lab chemicals, liquid Gallon 5 3

Other:
Alkaline batteries Pound 900 3
Miscellaneous batteries Pound 200 6
(lithium, NiMH, NiCd, Hg)
Aerosol cans, partially full Each - 50
Calibration and propane cylinders Each - 12
Mercury-containing items Gallon 5 3


NOTHING FURTHER ON THIS PAGE

Cynthia Valdes
520-792-1450 x4371

Cynthia Valdes, Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP