Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24925Q0093
Hazardous Waste Disposal Services at the VA Medical Center Lexington, KY SD/VOSB set aside NAICS code: 562112 and size standard is $47.0M NOTE: Respondents claiming SDVOSB and VOSB status must be regi...
Hazardous Waste Disposal Services at the VA Medical Center Lexington, KY SD/VOSB set aside NAICS code: 562112 and size standard is $47.0M NOTE: Respondents claiming SDVOSB and VOSB status must be registered and verified in www.sam.gov Project Requirements: This requirement is for a contract to provide firm with the capability and capacity to provide hazardous, non-hazardous chemical and universal waste disposal services; pharmaceutical formulary review; collection containers; technical consulting; electronic record keeping; emergency spill response; train-the-trainer training for pharmaceutical waste; and annual hazardous waste and DOT training. The contract will include a base year and four renewable option years. The services will be provided at the Lexington, KY VA Health Care System (Troy Bowling and Franklin R. Sousley Campuses and Community Based Outpatient Clinics) within the VISN 9 Mid-South Healthcare System, in accordance with current federal, state and local regulations. This contract will not include the disposal of radiological, infectious or bio-hazardous waste, but may include small qualities for dual waste (i.e., infectious and hazardous waste). The medical center will require the manpower to transport hazardous waste, chemical waste, pharmaceutical waste and universal waste from satellite accumulation areas to the central accumulation area on a weekly basis or biweekly basis; and inspect satellite accumulation areas on a weekly basis or bi-weekly basis. Currently the Lexington VAHCS requires manpower on a bi-weekly basis, but it is anticipated that that manpower will be needed on a weekly basis starting at the beginning of fiscal year 2025. Offers will be considered only from contractors who are regularly established in the business called for and who in the judgment of the Contracting Officer are financially responsible. Upon request of the Government, Offeror s shall be able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume called for under this contract Anticipated period of performance: 01 February 2025 through 31 January 2030