The RFP Database
New business relationships start here

Service: Looking for Companies With the Ability to Provide Both Bio-Hazardous Waste Pickup and Disposal & Solid Waste Removal Services


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

13Sources Sought Notice -
This is NOT a solicitation announcement. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley Veterans Hospital, Tampa, FL, is currently seeking information from any company that can provide both Bio-Hazardous Waste Pickup and Disposal and Solid Waste Removal Services (Dumpsters, Compactors, and Other Containers).

The VA is seeking responses to this Request for Information (RFI) from interested capable firms that can meet all of the requirements set forth below.
Bio-Hazardous Waste Pickup and Disposal Services:
1.    GENERAL REQUIREMENTS

The Contractor shall furnish all labor, equipment, sanitized, disinfected and labeled containers, supplies, materials, transportation and supervision required to provide pick up, transport, incineration and or acceptable disposal of biomedical infectious, pharmaceutical, veterinary, chemotherapy, biological/pathological and contaminated wastes as well as "Sharps" containers from the following facilities:

"    James A. Haley Veteran's Hospital, 13000 Bruce B. Downs BLVD., Tampa, Florida,
"    New Port Richey Outpatient Clinic, 9912 Little Road, New Port Richey, Florida
"    Mental Health Outpatient Clinic, 10770 N. 46th Street Building E, Tampa, Florida,
"    Falls Clinic, 8900 Grand Oaks Circle, Tampa, Florida
"    Primary Care Annex, 13515 Lake Terrace LN, Tampa, FL 33637


The contractor is not responsible for providing sharps containers; these are purchased and stocked by the VA. The contractor is however responsible for providing 100 properly labeled 4x4 cubic foot containers for the main facility, 50 for the New Port Richey Clinic, five (5) for the Mental Health Clinic, one (1) for the Falls Clinic and 50 for the Primary Care Annex.

1.1.    The Contractor shall pick up, transport and treat and or dispose of biomedical waste in accordance with all applicable Country, State and Federal (Environmental Protection Agency EPA, Department of Transportation) laws, policies, guidelines and VA infectious medical waste requirements as stated in Paragraph 3. The Contractor shall also have an assigned U.S. EPA authorization and identification number, necessary Department of Transportation permits and insurance prior to transport and or disposal of subject waste. If contractor requires additional information, they may contact the U.S. EPA regional office.





2.     DEFINITIONS


2.1 MEDICAL WASTE:
Contaminated dressings, tissues, gloves, masks, hair covers and other materials from isolation rooms, packed and tied in "RED BAGS" (red plastic leak-proof bags).

2.2 BIOLOGICAL AND PATHOLOGICAL WASTE:

Human anatomical parts, waste tissue, blood, microbial cultures, stool samples and other materials packed in tired and leak-proof "RED BAGS".

2.3 VETERINARY WASTE AND ANIMAL BODIES:

Animal parts, carcasses, waste tissue and other veterinary waste packed in tied and leak-proof "RED BAGS".

2.4 CANCER CHEMOTHERAPY WASTE:

Discarded items which have been contaminated by chemotherapeutic drugs or antineoplastic agents, provided that such items, including trace drugs used against malignant cells in treatment of cancerous tumors, vials and syringes, gauze and gloves, infusion bags and other materials shall be empty or contain only such trace amounts of chemotherapeutic drugs as are allowable under applicable Federal, state, county or municipal laws, regulations and guidelines so as to be considered waste.

2.5 INFECTIOUS WASTES:

"    Laboratory wastes, including cultures of etiologic agents, which pose a substantial threat to health due to their volume and virulence.
"    Pathologic specimens, including human or animal tissues, blood elements, excreta and secretions which contain etiologic agents and attendant disposable fomites.
"    Surgical specimens, including human or animal parts and tissues removed surgically or at autopsy which contains etiologic agents and attendant disposable fomites.
"    Equipment, instruments, utensils and other disposable materials which are likely to transmit etiologic agents from the room of humans, or the enclosures of animals which have been isolated because of suspected or diagnosed communicable disease
"    Human dialysis waste materials including arterial lines and dialysate membranes.
"    Carcasses of animals infected with etiologic agents which may present a substance hazard to public health if improperly managed.
"    Any other material which, in the determination of the facility infection control staff, presents a significant danger of infection because it is contaminated with or may reasonably be expected to be contaminated with etiologic agents.

2.6 ETIOLOGIC AGENTS:

A type of microorganism, helminthic or virus which causes or significantly contributes to the case of increased morbidity or mortality of human beings.



3.    INCINERATED INFECTIOUS WASTES

Infectious wastes that have been incinerated, steam sterilized or otherwise treated so as to be non-infectious, may be handled as noninfectious, nonhazardous, regular solid waste unless the material is defined as a hazardous waste (40 CFR 261.4(b)) or hazardous material (49 CFR 171.8 and 49 U.S.C. 5103)

3.1    HAZARDOUS WASTE (40 CFR 261.4(b))

"Hazardous Waste" means any waste material or mixture of wastes which is toxic, corrosive, flammable, an irritant, a strong sensitizer or which generates pressure through decomposition, heat or other means, if such a waste or mixture of wastes may cause substantial injury, serious illness or harm to humans, domestic livestock or wildlife. Hazardous waste includes extremely hazardous waste.

3.2 HAZARDOUS MATERIAL (49 CFR 171.8 and 49 U.S.C. 5103)

"Hazardous Material" means any substance or mixture of substance which is toxic, corrosive, flammable, an irritant, a strong sensitizer or which generates pressure through decomposition, heat or other means, if such a substance or mixture of substances may cause substantial injury, serious illness or harm to human, domestic livestock or wildlife. Hazardous material includes extremely hazardous material.


4.    DISPOSAL AND SANITATION REQUIREMENTS

Contractor shall employ the proper methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods in accordance with EPA and industry standards. Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. The pick-up area where containers are placed shall be maintained in a clean, orderly, sanitary condition. Particular attention shall be paid to the prompt clean-up of oil and/or grease spills, either generated from vehicles used to haul containers or because of a container leakage. Contractor furnished containers shall be kept neat, in clean and sanitary appearances and repaired or replaced as necessary.

5.     CONTAINERS

5.1.    The Contractor shall provide, as included in the unit prices stated in the pricing section of this contract, containers which are in good condition, have tight fitting lids, be durable, rigid, puncture resistant, do not leak and are labeled, color-coded, clearly marked (or markable). Inspection for leaks and corrosion shall be performed routinely by the Contractor prior to furnishing containers to the VA. VA Personnel will distribute the containers throughout the facility and will return them to the waste pick-up area.

5.2.    The Contractor shall provide 4 x 6 inch biohazard labels for application on the containers.

5.3.    The Contractor shall properly cleanse the containers prior to distribution to the VA Facility with a hospital grade disinfectant and each container shall be foul-odor free.




6.    DOCUMENTATION

6.1.    The manifest shall be used to track the waste from the point of generation to the designated disposal location. Once the material has reached the disposal facility, a copy of the manifest and certificate shall be provided to the COR, confirming that the material has been properly handled and disposed of. The Contractor shall provide a manifest for each pick-up, certifying the number of containers and types of waste picked up, removed and transported from each VA Facility and, upon destruction of the waste, shall provide appropriate copies of the manifest form to indicate date, place and manner of destruction and/or disposal. VA will keep its copy on file in accordance with agency procedures.

6.2.    Monthly Report:
The Contractor shall also provide, in accordance with applicable regulation, a detailed daily activity statement which shows in columnar form information including, but not limited to, the service date, container/tub number, weight (in pounds), pick-up location and other important data. This tracking document shall be provided to the COR on a monthly basis along with invoices.

6.3.    Weight System:

The Contractor shall provide a certifiable weighing system to enable proper billing for "tare weight" waste poundage disposed, i.e., if the disposal container weighs 10 pounds and the Contractor is to dispose of 10 containers, each container shall be weighed and container total weight is subtracted from the gross container weight to determine the total waste poundage to be recorded.

7.    SAFETY TRAINING

7.1.    Contractor shall provide yearly in-service training to VA Employees, upon request of the VA Facility. Training shall include methods on how to identify and handle infectious waste with special emphasis of Right to Know compliance. Training shall also include applicable requirements of the U.S. Department of Transportation as a waste generator.

7.2.    Contractor shall comply with all applicable federal, state, county regulations on workers' safety standards and related training. All Contractor personnel involved in the performance of this contract shall have received training regarding the handling of infectious materials, and emergency procedures to be followed in case of a spill. Certification of such training must be provided within fifteen days of receiving notice of award of the contract. Certification for any new employees shall be provided to the COR within thirty (30) days of receipt of the training.


8.    SERVICE SCHEDULE

Contract services shall take place during regular working hours which are from 8:00 a.m. to 4:30 p.m. Should the day for pick-up fall on a holiday, pick-up is to take place on the next regular scheduled work day. The frequency of service shall be as follows: six (6) days a week at the main Facility on 13000 Bruce B Downs BLVD, Tampa, FL, two (2) days a week at the New Port Richey Outpatient Clinic on 9912 Little Road, New Port Richey and once a month at both the Mental Health Outpatient Clinic on 10770 N. 46th Street Building E, Tampa, FL and at the Falls Clinic, 8900 Grand Oaks Circle, Tampa, FL. And 5 days per week at the Primary Care Annex, 13515 Lake Terrace LN, Tampa, FL 33637. The Primary Care Annex is currently under construction and will be added upon its final completion date. Below is an estimation of the amount of bio-waste each facility produces. These frequencies, weight estimations and number of locations are subject to change dependent upon the number of patients and volume of waste produced.

Item no.    Description    Estimated Monthly QTY    Unit    Frequency of Pick-Up
1    Service for James A Haley VA Hospital Tampa, FL    50,000 lbs (avg)    Pounds    6 Days per Week
2    Service for New Port Richey VAOPC, New Port Richey, FL    45 boxes (avg)    4.4 Cubic Foot Boxes    2 Days per Week
3    Service for Mental Health Clinic 10770 N 46th St Tampa, FL    4 boxes    4.4 Cubic Foot Boxes    Once per Month
4    Primary Care Annex 13515 Lake Terrace LN, Tampa, FL 33637    25,000 lbs (avg)    Pounds    5 Days Per week
5    Falls Clinic, 8900 Grand Oaks Circle, Tampa, FL 33637    1 Box    4.4 Cubic Foot Box    Once per Month



Solid Waste Remove Service:
DESCRIPTION OF SERVICES
The contractor shall furnish all labor, materials, tools, equipment and supervision necessary to provide collection, storage, removal, transportation, and disposal of non hazardous solid waste (processable and non-processable) that is generated at the James A. Haley Veterans' Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. Biomedical waste, sharps, hazardous materials and waste is not included.
Contractor shall provide one (1) 30 cubic yard waste compactor, four (4) 30 cubic yard open top containers, one of which will be for yard waste, two (2) 8 cubic yard dumpsters and one (1) 10 cubic yard single stream recycling container

Compactor unit shall be a 30 cubic yard self contained unit, not less than industrial heavy gauge steel (10 gauge). All seals shall be industrial high pressure; shall have full door seal and heavy duty ram piston. Hydraulic lines shall be B> inch. The compacting unit shall be equipped with continuous input air ionizing system to prevent bacterial growth and offensive odor. All installation and maintenance during the rental period shall be covered by the contractor. Contractor shall provide, as needed, a backup 20-30 cubic yard container. This backup container shall be provided within 2 hours of notification, whenever needed (24 hours/day, 7 days/week). There is a 30 cubic yard compactor currently in place. VA does not expect any major changes or renovations to the current enclosure if the compactor is to be replaced by a similar commercial type of container. Nevertheless, the contractor will need to make sure that the compactor to be provided fits and operate properly in the current enclosure (size, electrical connections, etc.).
24 hours, 7 days per week toll free number and one (1) additional cell phone number shall be provided for emergencies and repair calls. Emergency/repair calls shall be addressed and a solution provided within 3 hours of the call being placed.
The contractor shall comply with all current county, municipal, state and federal laws, regulations and guidelines when collecting, storing, removing, transporting, disposing of and/or recycling all wastes under the scope of this contract.
The contractor must be authorized (franchised) to perform these services by the Hillsborough County Solid Waste Management Department by time of award and throughout the effective period of this contract.
The total estimated monthly average waste produced by the James A Haley Facility is 280,000 pounds or 140 tons. This includes municipal, construction and demolition, yard and furniture waste.
COLLECTION REQUIREMENTS AND SCHEDULE
Contractor shall pick up the 30 cubic yard waste compactor, located at the receiving dock, Building #1, on Monday, Wednesday, and Friday between the hours of 5:00 a.m. to 7:00 a.m., local time.
Contractor shall pick up the five (5) open top 30 cubic yard containers at least once every week. During certain times, departments might conduct "purges" which will cause the frequency of pick up to increase and will only be done by coordination through the Contracting Officer's Representative or COR.
Contractor shall pick up the two (2) 8 cubic yard containers at least once every week.
Contractor shall pick up the one (1) 10 cubic yard container at least once every other week. In the event that the container is full before the scheduled pick-up date, contractor will be notified by the COR and they will have at least one business day to provide pick-up.
Collection shall be done on the specific required days and/or as needed. If a collection date falls on a Federal Holiday or any other day that the Hillsborough County facilities are closed, collection shall be done before that day or the following scheduled day.
TITLE

The contractor shall take title of all solid waste once the waste is fully loaded into contractor furnished vehicles.
MAINTAINING CONTAINERS AND COLLECTION AREA
The contractor shall maintain all containers in good, workable condition. They must remain accessible to the customers. The contractor shall perform all cleaning, repair and other maintenance tasks off government property. The contractor shall return the containers to their original location after servicing, in an upright position with the lids securely in place (closed). The contractor shall also be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. All refuse on the ground within ten feet of the container, whether spilled by the contractor or placed there by VA personnel, shall be picked up by the contractor during collection. The contractor shall collect debris placed at collection areas; for example, tree branches, sacks, cartons, boxes, cans, tied bundles, or other containers. The COR will monitor the garbage container area and if additional containers are needed, necessary coordination to address any issues will be made at the appropriate time.
OFF-SITE DISPOSAL
The contractor shall transport and dispose of all solid waste at a licensed off-site Hillsborough County disposal site selected by the contractor. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permit or fees associated with the use of off-site disposal locations.
SAFETY REQUIREMENTS
The contractor shall develop and maintain a written safety plan that will be undertaken to protect the staff of the VA Medical Center and contractor including the surrounding community. Such safety plan shall be submitted to the government as requested. In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of the occupants of the building. The Contracting Officer or his designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor or his representative at the work site, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the contracting officer may issue an order stopping all or any part of the work, and may ultimately terminate the contract for default.
DEFINITIONS

Per Hillsborough County Ordinance 96-34, as amended:

Solid Waste. Shall mean garbage, refuse, yard waste and other discarded solid materials generated by residential units and commercial establishments, including Solid Waste materials resulting from industrial, commercial, or agricultural operations, governmental operations, and from community activities; it does not include solids or dissolved materials in domestic sewage or other significant pollutants in water resources such as silt, dissolved materials in irrigation return flows, other common water pollutants, or any by-products, the sale or reuse of which is intended by the persons from whose process they resulted.

Non-Processable (waste). Shall mean furniture such as couches, chairs, tables; bedding such as mattresses and box springs and other similar items; white goods such as refrigerators, ovens, water heaters, window air conditioning units and other similar appliances; non-combustible construction material and demolition debris such as steel, concrete, brick, glass, asphalt roofing material and other similar materials; motor vehicles and major vehicle parts; tires; machinery, equipment or other metals.

Processable (waste). Shall mean any combustible Solid Waste, including, but not limited to, putrescible Solid Waste, cardboard, paper products, plastics, and food containers.

Recyclables. Shall mean those materials which are capable of being recycled which would otherwise to process or disposed of as Solid Waste and are not Recovered Materials.

The applicable NACIS codes for this service is 562112 (Bio-Waste) & 562111 (Solid Waste). The Government is interested in Small Businesses, preferably Service Disabled Veteran Owned Small Businesses (SDVOSB), to provide Bio-Hazardous Waste Pickup and Disposal Services & Solid Waste Remove Service.

Interested and capable firms are requested to provide the following:
"    A Brief Capability Statement
"    Company Name
"    Point of Contact
"    Phone Number
"    Email Address
"    DUNs Number (www.dnb.com)
"    Business Size (Lg or Sm)
"    Socioeconomic Business Classification (if applicable)
"    GSA/FSS Schedule (if applicable)
The respondent able to meet all the requirements of this notice should email Michael Pierson, Contract Specialist at michael.pierson@va.gov no later than June 24, 2014 @ 2:30 PM Eastern Standard Time.

Michael Pierson
Contract Specialist

Michael.Pierson@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP