F108--FY23: New Requirement: Chemical Waste Disposal
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  Mobilizatio... 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  Mobilization, Labor & Supplies        Mobilization and vehicle to the Miami VA Medical Center for weekly waste storage. 52 trips      Mobilization and vehicle to the Miami VA Medical Center for bi-weekly waste haul, if on different day than the weekly mobilization. 26 trips      Mobilization and vehicle to the Key West OPC 2 trips      Mobilization and vehicle to the Broward VA OPC 2 trips      Mobilization and vehicle to Deerfield Beach, Pembroke Pines, Hollywood, Homestead and Key Largo CBOCs 10 trips    ea site 2/year  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      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      supply nominal 50-gallon drum, open- or closed-top, plastic, UN rated for hazardous material shipment. 52 each      supply 30-gallon drum, open- or closed-top, plastic, UN rated for hazardous material shipment. 104 each      supply 14-gallon drum, open-top, plastic, UN rated for hazardous material shipment. 104 each      supply 5-gallon drum open or closed (bucket or jug), plastic, UN rated for hazardous material shipment 208 each      supply 4-CF box for transport of 4-ft-long flourescent lighting. 8 each      supply packing material, vermiculite or equivalent 52 approx 1 cub ft bag      supply overpack drum, 80 gallon 2 each      Waste Disposal - Patient Care        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    RCRA code PHRM, usually black.  HWP potentially pressurized containers, usually inhalers. 6 18 gal    RCRA code PHRM  Pharmaceutical with infectious waste and/or sharps, formerly known as trace chemo 52 9 gal    U058, biohazard, usually yellow  tri-chloro acetic acid, 10-40% unspent, usu in 1-L bottle, labpack 4 5-gal    D002  Silver nitrate applicators, used, 6-inch Arzol brand or equivalent, 1 2-gal    D011  Waste Disposal - Clinical Laboratory        staining process xylenes waste, usually in 1-gal jug, lab-pack 60 14-gal    D001, F003  alcohol waste solution at least 80% with trace xylene and trace stain, bulk (separate item listed for less than 80%) 6 55-gal    D001. to be bulked.  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    <24% alcohol, pH=2, D002, not D001. to be bulked.  formalin waste solution 4% bulk 6 55-gal    Non-RCRA. To be bulked.  formalin waste solution 4% containing tissue, not bulk. 2 55-gal    Non-RCRA non bio-haz  paraffin waste containing xylene, solid 4 5-gal    D001  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    Non-RCRA, pH~6. to be bulked.  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    Non-RCRA. To be bulked.  Roche Cobas 6800 discharge: Guanidine Thiocyanate:10%, Polydocanol:1% Dithiothreitol:0.4% Plasma/serum:6% 4 55-gal    Non-RCRA, pH ~4  Crystal Violet/Gram Stain discharge, ~10% ethanol and 2% acetone. D001 exemption, not F003 4 55 gal    DOT flamm; not RCRA. To be bulked.  Cepheid GeneXpert analyzer spent cartridges - sodium hydroxide, guanidine thiocyanate. Tests include MRSA, CoVid 19, C Dificile, very little MTB/RF. 12 55 gal    D002, not D001  QuantiFERON TB discharge apprx 0.00007% mercury 6 5 gal    D009  Waste Disposal - Research Labs        Biochrom 30+ discharge: LiCl+ Li Citrate 2%, Ethylene Glycol 10%, Methyl Carbitol 10% 4 5-gal    non-RCRA; alcohol wash is separate item. To be bulked.  Alcohol waste solution less than 80%, bulk (separate item listed for >80%) 6 5 gal    D001  Dimethylformamide test discharge: DMF 30%, Dichloromethane 30%, methanol 20%, piperidine 10%, mtbe 10%, trifluoroacetic acid 0.1% 8 5-gal    D001  Waste Disposal - Other        Medivators Rapicide A unspent - Hydrogen peroxide 21-24%; Acetic acid 8-10%; Peroxyacetic acid 4.5-6% 12 5-gal    D001 oxidizer & D002 organic acid, to be bulked.  Medivators Rapicide B unspent - Trisodium phosphate 1 - 4.5%; 1H-Benzotriazole 0.5 - 1.5% 12 5-gal    non RCRA caustic, pH <12.4, to be bulked.  Naturalyte or equivalent dialysis acid concentrate, unspent, pH 2.5 6 55-gal    non-RCRA, to be bulked.  hand sanitizer pouches and bottles 4 55-gal    D001  Lab-pack, flammable, code D001 6 14-gal      Lab-pack, corrosive, code D002 6 14-gal      Lab-pack, contains mercury but is not universal waste 1 14-gal    D009  Lab-pack, D-code other than D001, D002, D003 and D009 6 5 gal      Lab-pack, non-RCRA, UN code flammable/combustible 4 30-gal      Lab-pack, non-RCRA, UN code corrosive 4 30-gal      Lab-pack, non-RCRA, UN code toxic 4 30-gal      Elemental mercury universal waste, e.g., thermometers 2 5-gal      used engine oil 1 55-gal    non RCRA  absorbent and rags containing petroleum product 4 55-gal drum    non RCRA  electronic waste non RCRA, e.g., circuit boards 2 55-gal      flourescent lighting, up to 4-ft long, non-ulraviolet, universal waste 4 1x1x4-ft box      flourescent and other lighting, other than 4-ft long, non-UV, universal waste, includes broken pieces 4 5-gal    or 14 gal drum  flourescent lighting, ultraviolet, up to 4-ft long, universal waste 2 1x1x4-ft box    universal waste 40 CFR 260.10  LED lamps up to 4 ft long, not RCRA 2 1x1x4-ft box    electronic waste  alkaline batteries, non-regulated, usually accumulated in 14-gal drum (~100 lb), expect 6 shipments/yr 600 Lb    no disposal at municipal landfill.  zinc-air batteries, mercury-free, non-regulated 4 2 gal    no disposal at municipal landfill.  zinc-air batteries, containing mercury. 4 2 gal    universal waste 40 CFR 260.10  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    encased in a circuit board to prevent short circuit. Not RCRA  aerosol cans, usually non-pharmaceutical, universal waste 2 55 gallon    universal waste 40 CFR 260.10  Totals       Sub A Subtotal of above line totals to which a fuel or other surcharge applies. xxx xxx xxx  xxx xxx  Surcharge, %, applied to above subtotal (fixed for contract duration) xxx xxx  xxx xxx xxx Sub B Subtotal A plus surcharge xxx xxx xxx  xxx xxx Sub C Subtotal of above line totals to which a fuel or other surcharge does NOT appliy. xxx xxx xxx xxx  xxx  GRAND TOTAL = Sub B + Sub C xxx xxx xxx  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 pro...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »