Combine Solicitation – S– Sharps Removal
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: S-- Sharps Removal
Classification Code: S - Utilities and housekeeping services
Solicitation Number: VA25017Q1127
Contact: Morgan K SeligContract Specialist mailto:[email protected] [Combined Synopsis Sharps Removal]
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 44106
Place of Performance Country:
Description:
FedBizOppsCombined Synopsis/Solicitation Notice
*
*
*
*
*
*
*
CLASSIFICATION CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE (MM-DD-YYYY)
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF contact
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
*
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY contact'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
FedBizOpps Combined Synopsis/Solicitation Notice
Rev.
S
Sharps Removal
44131
VA250-17-Q-1127
60
N
14
562112
Network Contracting Office (NCO) 10
Morgan K Selig
Contract Specialist
Wade Park Campus
44106
Combined Synopsis Sharps Removal
Page 18 of 18
Page 18 of 18
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.--This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA250-17-Q-1127 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for sharps removal and disposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51.-- This requirement is available as a total set-aside for service disabled veteran owned small business for commercial items under the North Atlantic Industrial Classification System (NAICS) 562112 (38.5 million).
REQUIREMENTS:
PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Quoters-Commercial Items, apply to this. --This solicitation is being issued under FAR 13.5 and in accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all quotes will be considered for Best Value. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.-- The following factors shall be used to evaluate quotes. (1) Technical capability.--(2) Price: Quote for each line item, including but not limited to the requirements listed above. --Options will be included in Price Evaluation. --Technical capability is more important than price.
52.252-2
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights;
52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements;
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper;
52.204-7- Central Contractor Registration;
52.204-9 Personal Identity Verification of Contractor Personnel;
52.212-1-Instructions to Quoters Commercial Items;
52.212-2 Evaluation Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items;
52.217-8 Option to Extend Services;
52.219-9, Small Business Subcontracting Plan;
52.219-14 Limitation on Subcontracting;
52.228-5 Insurance-Work on a Government Installation; CL-120 Supplemental Insurance Requirements;
52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration;
52.232-40 Providing Accelerated Payments to Small Business Subcontractors;
52.333-3 Protest After Award;
VAAR 852.203-70
VAAR 852.203-71 Display of
VAAR 852.215-70 Separate priced line item, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors;
VAAR 852.215-71, Evaluation Factor Commitments;
VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements; 001AL-11-15-C Subcontracting Plan Monitoring and Compliance;
VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside; 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance;
VAAR 852.232-72 Electronic Submission of Payment Requests;
VAAR 852.233-70 Protest Content/Alternative Dispute Resolution;
VAAR 852.233-71 Alternate Protest Procedure;
VAAR 852.237-70 Contractor Responsibilities;
VAAR 852.252-70 Solicitation Provisions or
VAAR 852.270-1 Representatives of Contracting Officers.
WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over
ELECTRONIC INVOICE SUBMISSION: The
Quoters shall complete FAR 52.212-3 Quoters Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful Quoter must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (
All questions must be submitted to
Technical questions and Quotes must be sent by email to [email protected].
Performance Work Statement
This is for Sharps Removal Services contract for
Performance Schedule:
Base Year
Option Year 1
Option Year 2
Price Schedule: The Quoter will provide fixed monthly rate pricing based on the number of containers listed below. In addition, the quoter will provide the price of each additional container (include all sizes) as stated for each of the CLINS and option years listed below. Prices should be stated in '' cent multiples.
Base Year
CLIN
Description
Quantity of units at all locations
Each Price Per Container
Total
0001
Pick-up 2-Gal Sharp Containers at
320
$
$
0002
Pick-up 3-Gal Sharp Containers at
15
$
$
0003
Pick-up 4-Gal Sharp Containers at
521
$
$
0004
Pick-up 8-Gal Sharp Containers at
80
$
$
005
Pick-up 17-Gal Sharp Containers at
190
$
$
006
Price for additional sharp containers.
$
$
007
Price for additional dollies
Base Year Total $____________________________
Option Year 1
CLIN
Description
Quantity of units at all locations
Each Price Per Container
Total
0001
Pick-up 2-Gal Sharp Containers at
320
$
$
0002
Pick-up 3-Gal Sharp Containers at
15
$
$
0003
Pick-up 4-Gal Sharp Containers at
521
$
$
0004
Pick-up 8-Gal Sharp Containers at
80
$
$
005
Pick-up 17-Gal Sharp Containers at
190
$
$
006
Price for additional sharp containers.
$
$
007
Price for additional dollies
Option Year 1 Total $____________________________
Option Year 2
CLIN
Description
Quantity of units at all locations
Each Price Per Container
Total
0001
Pick-up 2-Gal Sharp Containers at
320
$
$
0002
Pick-up 3-Gal Sharp Containers at
15
$
$
0003
Pick-up 4-Gal Sharp Containers at
521
$
$
0004
Pick-up 8-Gal Sharp Containers at
80
$
$
005
Pick-up 17-Gal Sharp Containers at
190
$
$
006
Price for additional sharp containers.
$
$
007
Price for additional dollies
Option Year 2 Total $____________________________
Total Amount Base Plus Two Option Years $____________________________
EVALUATION
FAR 52.212-2 Evaluation Commercial Items.-- This as a 100% Service Disable Veteran Owned Small Business (SDVOSB) set-aside. --The Government shall award a contract resulting from this solicitation to the responsible SDVOSB whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: technical capability and price.-- Technical capability is more important than price.
A. TECHNICAL CAPABILITY
The Government will evaluate the Contractor s quote based on Contractor s Capability to:
Contractor shall ensure that the handling and final disposal of sharps is, in compliance with the
Transport Vehicles:
Vehicles shall be equipped with fully enclosed, leak-resistant cargo body, maintained in a sanitary condition and secured when left unattended.
Vehicles shall bear the transporter s name, State permit and the words Medical Waste or Regulated Medical Waste on the sides of the body.
Waste shall not be subject to mechanical stress.
Regulated medical waste shall not be combined with other waste.
Marking Requirements:
Transporter shall provide waste-resistant labeling on all containers of regulated waste with the following information:
State permit or identification number of the transporter.
Intermediate Handlers:
No intermediate handlers or subcontracting of transportation is allowed.
Manifest Requirements:
Transporter shall sign, date and furnish a copy of the manifest prior to any Medical regulated waste leaving the pickup sites of Sharp Waste generator.
Transporter shall certify that the manifest data matches the load to be removed.
Transporter shall deliver the waste to an authorized facility and sign the manifest to verify that Sharp Waste has been delivered.
Transporter shall maintain a copy of the manifest for their records.
Transporter shall return all remaining copies of the manifest to the generator, assuring final disposal.
Contractor shall provide proof of a State of Ohio EPA processing permits, Transportation Licenses, all City Permits and proof of a permit annually thereafter. Contractor shall provide proof of a minimum of
Contractor shall provide Worker s Compensation,
Contractor shall ensure that all vehicles conspicuously are labeled as required by law and regulations. Vehicles shall be owned by the transporter or leases for a minimum of one year or more. Proof of ownership or lease must accompany this solicitation. Vehicles shall not be used in transport material other than regulated Sharp Waste simultaneously. Vehicles shall be properly disinfected, as a result of spills or leaks, when applying and using the appropriate
Contractor shall provide reusable container replacement to perform the service of collection, removal and disposal of Sharp Waste at regularly scheduled intervals of at least one (1) day per week and at mutually agreed upon, regularly scheduled intervals at the
Contractor shall report to the VA Medical Center Environmental Management Service or designated personnel upon arrival and departure of each facility, in regards to technician procedures. Contractor shall respond to service calls within eight (8) hours after notification by the Contracting Officer Representative (COR), a deduction of 1/30th of the monthly rate may be taken for each day work is not performed.
Normal hours of coverage are Monday through Friday from
Contractor shall remove all existing sharps containers that are 1/3 full or more and replacement of container brackets, if required. Sharp containers shall be secured to tops or sides of wheeled medication carts and shall supply reusable sharps containers which have vertical/direct drop openings, are rigid, heavy duty, puncture resistant, leak proof on sides and bottom, and able to be closed for transport. Reusable containers shall be provided with a sloped shoulder designed to prevent needles or other objects from being left on top of the container. Reusable containers shall be provided with a viewing window so that clinicians can see the level of sharps in the container while remaining aesthetically pleasing to patients and visitors. Contractor shall provide containers that comply with the Federal, State and Local regulations regarding labeling. All containers shall be clearly labeled with the Biohazard symbol and the word BIOHAZARD displayed on them.
Contractor shall furnish Sharp Waste reusable sharp containers, outer cabinets, equipment, labor, service for removal and disposal of such waste in accordance with the following regulations: (1) Classify (Per current Federal, State and Local Government requirements, DOT standards) as per 40 CFR Transportation, Parts 100-199, (2) Label (Per current Federal, State and Local Government requirements, DOT standards), as per 40 CFR Transportation, Parts 100-199, and (3) Package (Per current Federal, State and Local Government requirements, DOT standards), as per 40 CFR Transportation, Parts 100-199.
Contractor shall provide the following reusable sharps containers:
a. 2 gallon 320 each
b. 3 gallon 15 each
c. 4 gallon 521 each
d. 8 gallon 80 each
e. 17 gallon 190 each
Total: 1126 sharps containers
(NOTE: Since there will be additional charges for additional containers and dollies please be ready to provide the price.)
Contractor shall use reusable sharp containers and collect, reprocess containers and dispose of waste in compliance of all applicable Federal, State and Local regulations including, but not limited to the following standards: (1)
Contractor shall maintain a log of regulated Sharp Waste shipments which include quantity of waste shipped, sources and delivery points. (Note: This requirement shall not be confused with manifest requirements mentioned and referred to elsewhere). Records shall be kept on file for three years.
B. PRICE EVALUATION APPROACH
Price will not be evaluated adjectivally or assigned a score. The Government will evaluate price to determine whether it is considered fair and reasonable. The Government will evaluate price reasonableness using price analysis techniques. Proposed pricing will also be evaluated to ensure balance.
Note: Technical Capability is more important than price.
(b) Options. 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).
(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quoter s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
WAGE DETERMINATION LIST
WD 15-4728 (Rev.-3) was first posted on www.wdol.gov on
*********************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER |
THE SERVICE CONTRACT ACT |
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
|
|
|
|
| Wage Determination No.: 2015-4728
Daniel W. Simms Division of | Revision No.: 3
Director Wage Determinations| Date Of Revision:
_______________________________________|____________________________________________
Note: Under Executive Order (EO) 13658, an hourly minimum wage of
calendar year 2017 applies to all contracts subject to the Service Contract
Act for which the contract is awarded (and any solicitation was issued) on or
after
must pay all workers in any classification listed on this wage determination
at least
determination, if it is higher) for all hours spent performing on the contracting calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.
____________________________________________________________________________________
State:
Area:
31361 - Truckdriver, Light 16.42
31362 - Truckdriver, Medium 19.05
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal
Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after
reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of
HEALTH & WELFARE EO 13706: Minimum employer contributions costing an average of
VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)
HOLIDAYS: A minimum of ten paid holidays per year:
THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:
1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than
400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds
Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of:
(1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications;
(2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications;
(3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or
(4) A combination of the aforementioned duties, the performance of which
requires the same level of skills. (29 C.F.R. 541.400).
2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS -
If you are a full-time employed (40 hours a week) and Sunday is part of your
regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is considered
overtime work).
** HAZARDOUS PAY DIFFERENTIAL **
An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder.
All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges.
A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity toordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay.
** UNIFORM ALLOWANCE **
If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination.
The contractor or subcontractor is required to furnish all employees with an
adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of
of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.
** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS **
The duties of employees under job titles listed are those described in the
"Service Contract Act Directory of Occupations", Fifth Edition (Revision 1),
dated
** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) **
Conformance Process:
The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees
(See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final
determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed.
The process for preparing a conformance request is as follows:
1) When preparing the bid, the contractor identifies the need for a conformed
occupation(s) and computes a proposed rate(s).
2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the
4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.
5) The contracting officer transmits the Wage and Hour Division's decision to the contractor.
6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)).
Information required by the Regulations must be submitted on SF-1444 or bond paper.
When preparing a conformance request, the "Service Contract Act Directory of
Occupations" should be used to compare job definitions to ensure that duties
requested are not performed by a classification already listed in the wage
determination. Remember, it is not the job title, but the required tasks that
determine whether a class is included in an established wage determination.
Conformances may not be used to artificially split, combine, or subdivide
classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
Link/URL: https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q1127/listing.html


Combine Solicitation – SMFS Employment and Education Services
Extension of Transition Period and Delay of Applicability Dates; Best Interest Contract Exemption (PTE 2016-01); Class Exemption for Principal…
Advisor News
- Global economic growth will moderate as the labor force shrinks
- Estate planning during the great wealth transfer
- Main Street families need trusted financial guidance to navigate the new Trump Accounts
- Are the holidays a good time to have a long-term care conversation?
- Gen X unsure whether they can catch up with retirement saving
More Advisor NewsAnnuity News
- Pension buy-in sales up, PRT sales down in mixed Q3, LIMRA reports
- Life insurance and annuities: Reassuring ‘tired’ clients in 2026
- Insurance Compact warns NAIC some annuity designs ‘quite complicated’
- MONTGOMERY COUNTY MAN SENTENCED TO FEDERAL PRISON FOR DEFRAUDING ELDERLY VICTIMS OF HUNDREDS OF THOUSANDS OF DOLLARS
- New York Life continues to close in on Athene; annuity sales up 50%
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- AM Best Affirms Credit Ratings of Manulife Financial Corporation and Its Subsidiaries
- AM Best Upgrades Credit Ratings of Starr International Insurance (Thailand) Public Company Limited
- PROMOTING INNOVATION WHILE GUARDING AGAINST FINANCIAL STABILITY RISKS SPEECH BY RANDY KROSZNER
- Life insurance and annuities: Reassuring ‘tired’ clients in 2026
- Reliance Standard Life Insurance Company Trademark Application for “RELIANCEMATRIX” Filed: Reliance Standard Life Insurance Company
More Life Insurance News