The RFP Database
New business relationships start here

VISN04 Regulated Medical Waste (to include Sharps) Removal Service


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

36C24419Q0198
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24419Q0198
Posted Date:
January 15, 2019
Original Response Date:
February 8, 2019
Current Response Date:
February 8, 2019
Product or Service Code:
S205, Housekeeping- Trash/Garbage Collection
Set Aside (SDVOSB/VOSB):
Service Disabled Veteran Owned Small Business (SDVOSB)
NAICS Code:
562112, Hazardous Waste Collection
Contracting Office Address
The Department of Veterans Affairs
Network Contracting Office 4
135 East 38th Street
Erie, PA 16504
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The government anticipates awarding a five (5) year Fixed Price (FP) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 10/26/2018.

The associated North American Industrial Classification System (NAICS) code for this procurement is 562112, Hazardous Waste Collection, with a small business size standard of $38.5 Million. This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award.

The Department of Veterans Affairs, Network Contracting Office 4, 135 East 38th Street, Erie, PA 16504 is soliciting quotations from SDVOSBs for complete and comprehensive Regulated Medical Waste (RMW) removal services to include pick-up, transport, sterilization and disposal for the VISN04 Medical Centers and associated Veteran Community Clinics listed in the Statement of Objectives (SOO). Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below.

All interested companies shall provide quotation(s) for the Services described in the attached Exhibit 1 - Statement of Objectives.

Place of Performance: see Exhibit 1 - Statement of Objectives

Award will be made on the basis of the lowest price, technically acceptable offer (LPTA) (non-cost Factors 1 and 2) after price (Factor 3) is determined fair and reasonable; therefore, it is anticipated that a firm-fixed price contract will be awarded to the responsible offeror that offers the lowest price, technically acceptable offer in response to this Request for Quotes. Quotes will be reviewed by qualified evaluators to initially determine their acceptability. Each quote must contain all the information required by the RFQ. A quote may be determined to be unacceptable if required information is missing or if the quote materially deviates from the requirements of the RFQ. Unacceptable quotes will not be considered for further evaluation or selection. A responsibility determination will be made in accordance with FAR 9.1, Responsible Prospective Contractors. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the technical acceptability standards for non-cost factors (1 and 2).

The offeror s technical quote shall be credible and meet the capability requirements as follows:

FACTOR 1 Capability
Submit copies of all licenses and permits in conformance with Federal, State, Municipal and local jurisdictions that pertain to the transportation, accumulation, storage, and destruction of Regulated Medical Waste.
Submit a proposed pickup schedule to include regularly scheduled weekdays for pickups demonstrating the ability to meet the requirements of the frequency of pickups specified in the SOO. Also describe the ability to alter pickup schedules to accommodate staff, and provide the response time required for unscheduled pickups.
Contractor MUST demonstrate an ability to provide services to all sites listed in the RFQ and attached documents. The contractor must provide a detailed description of how the work will be accomplished for each site. This includes a detailed plan as to the contractor and/or subcontractors that will be servicing each site. The specific name of each contractor and subcontractor must be included in this plan, along with the company s DUNs number, and percentage of work each contractor and subcontractor will be performing for each site.
Provide a copy of Certificate of Minimum Liability Insurance Coverage.
Submit a Contingency Plan as specified in Section 6.w. of the Statement of Objectives.
Submit Safety and Emergency Plans as specified in Section 6.v. of the Statement of Objectives.

FACTOR 2 - Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably.

The contractor shall provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for Regulated Medical Waste Removal Services. Include the following information for each contract:

Company name and address
Name, telephone number and e-mail address of Company POC
Dates of contract performance, aggregate award amount, and Contract Number

FACTOR 3 Price/Cost: Complete the Price Cost Schedule (Exhibit 2), and submit as a separate document. Not completing the pricing will result in unsuccessful quote. Price will be evaluated based on the total aggregate cost of the five year period of performance.

Source Selection Decision: The government shall award to the lowest priced quote that meets the non-cost factors.

**Quotes are to be submitted electronically in two (2) parts to stephanie.french@va.gov. Part 1 shall be Capability and Past Performance Documentation as specified in Factor 1 and 2, and Part 2 shall be the completed Price/Cost Schedule, which must be submitted in a non-locked, Microsoft Excel document, as specified in Factor 3.

The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018)
(ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items )
All offers must include:
Solicitation number for this requirement as 36C24419Q0198
Name, address, telephone number, DUNS number of offeror
Offeror POC information to include: name, title, telephone number and email.
The Offeror shall submit the Capability and Past Performance Documentation as specified in Factor 1 and Factor 2 above.
Completed Price Cost Schedule (Exhibit 2) to include Unit Price, Total Price, and Grand Total. Failure to provide complete pricing, including pricing for each CLIN, will result in the contractor s package being determined to be incomplete.
Submit a completed and signed copy of QASP (Exhibit 5)
Acknowledgement of any solicitation amendments
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation, may be excluded from consideration.
The following provisions are incorporated into 52.212-1 as an addendum to this contract. Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text.
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.209-7 Information Regarding Responsibility Matters (OCT 2018)
52.216-1 Type of Contract (APR 1984)
The Government contemplates award of a Fixed Price (FP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract resulting from this solicitation.
(End of provision)
52.217-5 Evaluation of Options (JUL 1990)
(Addendum to FAR 52.217-5)
For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.
(End of Addendum to FAR 52.217-5)
52.233-2 Service of Protest (SEPT 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Hand-Carried and Mailing Address:
Erie VA Medical Center
Attn: Stephanie French, Contracting Officer
135 E 38th St.
Erie, PA 16504
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
852.233-71 Alternate Protest Procedure (OCT 2018)
852.270-1 Representatives of Contracting Officers (JAN 2008)
(END OF ADDENDUM TO FAR 52.212-1)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
(ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS)
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text.

The following clauses are incorporated into 52.212-4 as an addendum to this contract:
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016)
52.216-18 Ordering (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from April 1, 2019 through March 31, 2024.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.
(End of clause)
52.216-19 Order Limitations (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of $500,000.00
(2) Any order for a combination of items in excess of $500,000.00; or
(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph(b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph(b) of this section.
(d) Notwithstanding paragraphs(b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph(b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
52.216-22 Indefinite Quantity (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum.
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 31, 2024.
(End of clause)
52.217-8 Option to Extend Services (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of Clause)
52.228-5 Insurance Work on a Government Installation (JAN 1997)
(Addendum to FAR 52.228-5)
Supplemental Insurance Requirements
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.
(End of Addendum to FAR 52.228-5)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-3 Continuity of Services (JAN 1991)
852.203-70 Commercial Advertising (MAY 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.237-70 Contractor Responsibilities (APR 1984)
(END OF ADDENDUM TO FAR 52.212-4)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018)
The following subparagraphs of FAR 52.212-5 are applicable:
(b)(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006)
(b)(4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
(b)(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016)
(b)(8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
(b)(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018)
(b)(16) 52.219-8, Utilization of Small Business Concerns (OCT 2018)
(b)(22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013)
(b)(25) 52.222-3, Convict Labor (JUNE 2003)
(b)(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015)
(b)(28)(i) 52.222-26, Equal Opportunity (SEPT 2016)
(b)(29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015)
(b)(30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
(b)(31) 52.222-37, Employment Reports on Veterans (FEB 2016)
(b)(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
(b)(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015)
(b)(34) 52.222-54, Employment Eligibility Verification (OCT 2015)
(b)(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(b)(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
(b)(55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
(c)(1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014)
(c)(2) 52.222-41, Service Contract Labor Standards (AUG 2018)
(c)(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
(c)(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (AUG 2018)
(c)(8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
(c)(9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

All quotations shall be sent via email to Stephanie French, Contracting Officer, Stephanie.French@va.gov. Submission shall be received not later than 12:00PM EST on February 8, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Stephanie French at Stephanie.French@va.gov no later than 12f:00PM EST on January 29, 2019. You are reminded that representatives from your company SHALL NOT contact any VISN04 employees to discuss this RFQ. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.

Contractor shall comply with all applicable wage & hour laws and is responsible for the correct wage titles. The following Wage Determinations are applicable and are attached (Exhibit 6). They can also be obtained online at: https://www.wdol.gov/

Wage Determination No: 2015-4235, Revision No.: 9, Date of revision: 12/26/2018, Counties of: Allegheny, Armstrong, Beaver, Butler, Fayette, Washington, Westmoreland

Wage Determination No: 2015-4751, Revision No.: 9, Date of revision: 12/26/2018, Area: Ohio Counties of Ashland, Ashtabula, Erie, Huron, Wayne

Wage Determination No: 2015-4189, Revision No.: 10, Date of revision: 12/26/2018, County of: New Jersey County of Atlantic

Wage Determination No: 2015-4237, Revision No.: 9, Date of revision: 12/26/2018, County of: Berks

Wage Determination No: 2015-4221, Revision No.: 10, Date of revision: 12/26/2018, County of: Blair

Wage Determination No: 2015-4257, Revision No.: 9, Date of revision: 12/26/2018, Counties of: Bradford, Sullivan, Susquehanna, Tioga, Wayne

Wage Determination No: 2015-5791, Revision No.: 8, Date of revision: 12/26/2018, Counties of: Bucks, Chester, Montgomery

Wage Determination No: 2015-4149, Revision No.: 8, Date of revision: 12/26/2018, Counties of: New Jersey Counties of Burlington, Camden, Gloucester

Wage Determination No: 2015-4227, Revision No.: 7, Date of revision: 12/26/2018, Counties of: Cambria

Wage Determination No: 2015-4249, Revision No.: 9, Date of revision: 12/26/2018, Counties of: Cameron, Clearfield, Clinton, Elk, Jefferson, McKean, Potter

Wage Determination No: 2015-4197, Revision No.: 8, Date of revision: 12/26/2018, Area: New Jersey County of Cape May

Wage Determination No: 2015-4241, Revision No.: 7, Date of revision: 12/26/2018, County of: Centre

Wage Determination No: 2015-4247, Revision No.: 7, Date of revision: 12/26/2018, Counties of: Clarion, Crawford, Forest, Greene, Indiana, Lawrence, Venango, Warren

Wage Determination No: 2015-4225, Revision No.: 10, Date of revision: 12/26/2018, Counties of: Cumberland, Dauphin, Perry

Wage Determination No: 2015-4199, Revision No.: 8, Date of revision: 12/26/2018, Area: New Jersey County of Cumberland

Wage Determination No: 2015-4233, Revision No.: 12, Date of revision: 12/26/2018, Counties of: Delaware, Philadelphia

Wage Determination No: 2015-4215, Revision No.: 7, Date of revision: 12/26/2018, Area: Delaware County of New Castle

Wage Determination No: 2015-4223, Revision No.: 9, Date of revision: 12/26/2018, County of: Erie

Wage Determination No: 2015-4217, Revision No.: 9, Date of revision: 12/26/2018, Area: Delaware County of Kent

Wage Determination No: 2015-4239, Revision No.: 8, Date of revision: 12/26/2018, Counties of: Lackawanna, Luzerne, Wyoming

Wage Determination No: 2015-4229, Revision No.: 8, Date of revision: 12/26/2018, County of: Lancaster

Wage Determination No: 2015-4231, Revision No.: 7, Date of revision: 12/26/2018, County of: Lebanon

Wage Determination No: 2015-4205, Revision No.: 9, Date of revision: 12/26/2018, Counties of: Lehigh, Northampton

Wage Determination No: 2015-4243, Revision No.: 8, Date of revision: 12/26/2018, County of: Lycoming

Wage Determination No: 2015-4271, Revision No.: 8, Date of revision: 12/26/2018, Area: Delaware County of Sussex

Wage Determination No: 2015-4245, Revision No.: 7, Date of revision: 12/26/2018, County of: York


ATTACHMENTS:

Exhibit 1 - Statement of Objectives
Exhibit 2 Price Cost Schedule
Exhibit 3 Additional VAPHS Requirements
Exhibit 4 Medical Center and VCC History
Exhibit 5 QASP
Exhibit 6 Wage Determinations
Exhibit 7 - Records Management Language

Stephanie French
Contracting Officer

Stephanie.French@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP