Ohio Bids > Bid Detail

S222--SHARPS Container Program

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159653428130752
Posted Date: Jun 13, 2023
Due Date: Jun 20, 2023
Solicitation No: 36C25023Q0825
Source: https://sam.gov/opp/93beaac0ed...
Follow
S222--SHARPS Container Program
Active
Contract Opportunity
Notice ID
36C25023Q0825
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 13, 2023 11:27 am EDT
  • Original Response Date: Jun 20, 2023 01:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 19, 2023
  • Initiative:
    • None
Classification
  • 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:
    US Department of Veterans Affairs Cincinnati VA Medical Center Cincinnati , OH 45220-2637
    USA
Description
The Network Contracting Office (NCO-10) is seeking to identify Services Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Owner Small Businesses (VOSB) vendors to perform the following services, SHARPS Management Program Cincinnati VA Medical Center.

This is a Request for Information (RFI) to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements.
Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use the responses to this RFI for information and planning purposes.

The Cincinnati VA Medical Center (VAMC) and associated Community Based Outreach Clinics (CBOCs) currently utilize disposable containers for their SHARPS Program. Due to supply chain concerns and escalating costs the Medical Center is looking into a turnkey program where a supplier installs, maintains (through an onsite technician), and disposes of all of the SHARPS waste in accordance with Local, State, and Federal guidelines.

Currently the VAMC and CBOCs have over 700 containers mixed between 3-GAL, 4-GAL, 8-GAL, and 16-GAL sizes installed on either wall mounts or are cart mounted.
The medical center is looking for qualified vendors to replace all the current disposable containers with reusable containers.
The vendor shall provide onsite technician to collect and replace full containers with vendor cleaned and sterilized containers (for the Cincinnati VAMC and CBOCs).
Vendor shall pick up used SHARPS containers based upon client need (2x week for Cincinnati VAMC and Dearborn CBOC, 1X Month for all other CBOCs).
Vendor shall dispose of all waste and clean/sterilize containers to put back in rotation.

The Cincinnati VAMC staff would like to utilize the Daniels Healthcare brand S14, S22, S32, and S64 containers or comparable equivalent.

In addition to answering the below questions 1-8, respondents are also requested to provide their capability statement, including company name, address, and point of contact information. Capabilities statement shall provide a detailed overview, experience, and qualifications to perform the requirement.

Question #1:
Response, are you interested in providing a quote for this requirement? Yes / No (choose one)

Question #2:
Would the industry consider a contract structured as one (1) 5-Year contract as opposed to a Base + 4 Option Year contract? If structured as a 5-year contract would the government realize any cost savings as opposed to the traditional Base + 4 Option Year contract due to lower vendor risk?

Question #3:
What are your thoughts on transferring ownership of containers to the VA after contract completion? Would this be in the Government s best interest? What is the service life average on these types of containers (How many cleaning rotations/cycles, how many years)?
Question #4:
Due to the costs associated with contract ramp up and installation would you have the costs broken down as follows.
Installation (only for the first POP)
Container cost (only for the first POP)
Technician (all POPs)
Pickup/delivery/disposal of containers based upon location. (1 CLIN for each location of performance) as a monthly charge i.e. stop fee. (all POPs)

Or, please provide guidance on how industry would like to see these costs broken down in order to invoice effectively.

Question #5:
If the costs of containers and installation is charged up front, what would be the best way for the VA to identify costs for additional containers and installation after the initial POP in order to satisfy any changes to facility footprints where additional containers are needed/required?

Question #6:
Is there a sufficient number of equivalent or comparable containers to Daniels S14, S22, S32, and S64 in the marketplace?

Question #7:
Response: If your firm is a SVOSB and/or VOSB? If so, please provide a copy of VETCERT certification.
Please provide current scope of operations and locations of service/capability: Where is your business located and where is your main scope of operations?
Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc.

Question #8:
Response: Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors.

To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), 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)).

The applicable NAICS code for this requirement is NAICS 562211 Hazardous Waste Treatment and Disposal with a Small Business Size Standard of $47.0 Million Dollars. The Product Service Code is S222 Housekeeping Waste Treatment/Storage.

For informational purposes only, the following Wage Determinations apply to this requirement:
2015-4719, Revision 22, dated 12/27/22

All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Request for Information (RFI) is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Request for Information (RFI) are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this RFI. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Request for Information (RFI).

The VA will not pay for information received in response to this Request for Information.

Do not submit pricing information in response to this Request for Information.

Detailed capabilities statements and answers to questions 1-8 must be submitted by email to Contract Specialist Josh Kovar at Joshua.Kovar@VA.gov in an electronic format, no later than 1:30 PM EST on June 20, 2023. As part of market research, this Request for Information / Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing services for this requirement.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25023Q0825.docx (opens in new window)
19 KB
Public
Jun 13, 2023
file uploads

Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 13, 2023 11:27 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >