SOURCES SOUGHT: S222–MEDICAL WASTE PICK-UP and DISPOSAL

THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work.
2. The NAICS for this requirement is 562211-Hazardous Waste Treatment and Disposal
3. Interested and capable Contractors should respond to this notice not later than 4:00 p.m. PST on January 13, 2023, by providing the following via email only to [email protected]. a) company name b) address c) point of contact d) phone, fax, and email of primary point of contact e) Contractor Unique Entity ID number f) Type of small business, if applicable, (e.g., Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), or Small Business (SB)). g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below.
4. SDVOSB/VOSB respondents. a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor’s limitations on subcontracting are as follows: 1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $250,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: 2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
5. Required Services. Provide hazardous and non-hazardous medical waste disposal services. The Contractor shall provide all management, labor, supervision, transportation, packaging, pick-up and disposal of regulated medical waste, biohazardous waste, and pathological waste. The Contractor shall also provide containers with labeling, waste manifest and required reports and disposal of Resource Conservation and Recovery Act (RCRA) hazardous and non-hazardous pharmaceutical waste, medical waste, chemotherapy, and pathology tissue waste in accordance with all applicable state and federal regulations. The Contractor shall label all containers in accordance with all applicable laws and regulations. The Contractor shall submit medical waste tracking documents, reports, and hazardous waste manifest to the Contracting Officer Representative (COR). The Contractor shall provide all installation of disposable RCRA Hazardous Pharmaceutical Waste Containers and installation of re-usable non-hazardous pharmaceutical waste, sharps, re-usable trace chemo waste containers, re-usable medical waste ( red bag waste ) containers, re-usable and/or single use medical sharps only containers, and re-usable and/or single use pathology, bio-hazardous, chemotherapeutic waste containers and dispose of their contents for the identified participating facilities.
Containers shall be swapped out by the Contractor at the point of accumulation. Containers shall be swapped out by the Contractor at the point of accumulation in a just-in-time service model minimizing time a full container sits at an accumulation point before replacement with empty container The contractor may propose substitution of one-time use (disposable) containers in lieu of re-usable containers if contractor is unable to supply re-usable containers for all waste streams other than RCRA waste.
VA directives and federal executive orders direct efforts in cost reduction, waste minimization, environmental impact, and green- house gas generation in VA operations encourage use of re-usable containers over one time use (disposable) containers.
VA Directive 0058, VA Green Procurement Program Policies and Procedures VA Directive 0063 Waste Prevention and Recycling Program VHA Directive 7708 Pollution Prevention (P2) Program Executive Order 13423 Strengthening Federal Environmental, Energy, and Transportation Management EO 13693, Planning for Federal Sustainability in the Next Decade Definition of a full container A full container is defined as any container that has reached a level that is 75 percent (75%) full The frequency of replacing a full container for an empty one will be determined by this measure. The Contractor shall conduct an onsite assessment with the Contracting Officer Representative (COR) and designees to determine size, placement and location of medical waste containers, Sharps and or Pharmacy Waste Bins.
SERVICES SHALL BE FOR THE FOLLOWING FACILITIES: The Contractor shall provide waste disposal services for the following facilities: VA GLAHS West Los Angeles Medical Center 11301 Wilshire Blvd. Los Angeles, CA 90073 San Luis Obispo CBOC 1288 Morro Street, Suite 200 San Luis Obispo, CA 93401 Santa Maria CBOC 1550 East Main Street Santa Maria, CA 93454 Sepulveda Outpatient/Clinic CLC/Hospice 1611 Plummer Street Sepulveda, CA 91343 Los Angeles Ambulatory Care Center 351 E. Temple Street Los Angeles, CA 90012 Bakersfield CBOC 1801 Westwind Drive Bakersfield, CA 91343 Santa Barbara CBOC 4440 Called Real Santa Barbara, CA 93110 Ventura CBOC 5250 Ralston St. Ventura, CA. 93003 San Gabriel Valley CBOC 7 West Foothill Blvd. Arcadia, CA. 91006 VA clinics associated with, but not located on the main campus of the facilities identified in the table above may also require regulated medical waste pick-up and disposal. Notwithstanding any other provisions in this contract to the contrary, the Contractor shall provide medical waste pick-up and disposal to those facilities under the same terms and conditions as specified in this contract when directed to do so by the Contracting Officer. The Contractor shall provide services to those clinics at the prices established for those same services at the parent facility.
A list of clinics currently requiring pick-up and disposal of regulated medical waste is provided above. Clinic locations and estimated quantities are subject to change due to patient demand. The Contractor shall ensure it maintains the resources necessary to respond to these changes.
6. The intended contract period will be for a base year and up to four (4) one-year option periods with the base period of performance anticipated to be from April 1, 2023 thru September 30, 2024.
7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.  8. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. –End of Sources Sought Announcement–
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: S222 – HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Department of Veterans Affairs VA Greater Los Angeles Healthcare System , 90073 USA

Full details via beta.sa.gov

SOURCES SOUGHT: J045–RADIOACTIVE WASTE DISPOSAL

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Department of Veteran Affairs, Phoenix VA Health Care System located at 650 E. Indian School Rd. Phoenix, AZ 85012 is seeking a potential qualified contractor to provide radioactive waste packaging, shipping, transportation, treatment and disposal service for PVAHCS. All vendor transactions regarding radioactive waste shall be with the PVAHCS Radiation Safety Officer (RSO) or RSO designee. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562211 ($41.5 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to [email protected] All information submissions to be marked Attn: Felicia Simpson, Contract Specialist and should be received no later than 3:00 pm EST on August 15, 2022.

  • Original Set Aside: 
  • Product Service Code: J045 – MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Phoenix VA Health Care System Carl T. Hayden Medical Canter Phoenix , AZ 85012

Full details via beta.sam.gov

SOURCES SOUGHT: S222–SHARPS MEDICAL WASTE DISPOSAL SERVICE FOR BOISE VAMC

Sharps Medical Waste Disposal Services. This will be SDVOSB Set-Aside. The service location is The Department of Veterans Affairs, Boise VA Medical Center, 500 West Fort Street, Boise, ID and it s satellite Community Based Outpatient Clinics (CBOC). The awarded contractor will: Conduct Sharps Medical Waste disposal services for medical waste such as hypodermic needles, syringes and scalpel blades disposal services and will not include any hazardous waste, radioactive waste or pharmaceuticals. This will be awarded through a firm fixed price contract. This procurement will be set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). Be advised there is no solicitation at this time, and this is not a request for quote. The purpose of this notice is to obtain information regarding the availability of capable or qualified SDVOSB/VOSB sources to perform this potential requirement.

  • Original Set Aside: 
  • Product Service Code: S222 – HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Boise VAMC 500 West Fort Street Boise , ID 83702

Full details via beta.sam.gov

SOURCES SOUGHT: Treatment and Disposition of Sodium and Lithium Hydride Shields

UCOR, an Amentum-led partnership with Jacobs, under its prime contract with the U.S. Department of Energy (DOE) located in Oak Ridge, Tennessee is seeking responses from interested vendors who have the capability and capacity to treat large quantities of low-level radioactive sodium and lithium hydride metal waste pursuant to the Land Disposal Restrictions of RCRA and dispose of the treated waste. If this notice results in qualified vendors being identified, a Request for Proposal will be prepared in the future to solicit proposals from the qualified vendors. This notice describes capabilities, infrastructure, and agreements with the vendor’s local and state authorities that must be available and in place when the work is performed. This notice does not request vendors to provide a proposal for the work or provide a price for the work. This notice requests replies from qualified vendors describing the capabilities, infrastructure, and agreements that it has or can readily be put into place to receive, treat, and dispose of the waste described.

  • Original Set Aside:
  • Original Response Date: Oct 27, 2021 03:00 pm EDT
  • Product Service Code:
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: TN 37830 USA

Full details via beta.sam.gov