SOLICITATION NOTICE
S -- Biohazard Waste Removal
- Notice Date
- 12/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Veterans Affairs;VISN 10 Contracting - Dayton (NBC);4100 W. Third St.;Dayton OH 45428
- ZIP Code
- 45428
- Solicitation Number
- VA-250-10-RQ-0026
- Archive Date
- 1/30/2010
- Point of Contact
- Monae D. Heath
- E-Mail Address
-
Contract Specialist
(Monae.Heath@va.gov)
- Small Business Set-Aside
- N/A
- Description
- VA-250-10-RQ-0026 - Bio Hazard Waste Removal 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; proposals are being requested and a written solicitation will not be issued. STATEMENT OF WORK DESCRIPTION: Provide all labor, equipment and material necessary to provide for removal and disposal of bio-hazardous waste from the Department of Veterans Affairs Medical Center (VA), 4100 West Third Street, Dayton, Ohio 45428, 3200 Vine Street, Cincinnati, Ohio 45220 and the listed facilities. The term of the contract will be for a base year period from January 1, 2010 thru December 31, 2010 with four (4) one-year options for renewal to be exercised at the Government's discretion. GENERAL REQUIREMENTS: 1.For VA Dayton: Contractor will pick-up bio-hazardous waste, one (1) time per week, Wednesdays Only between 8:00a.m. and 10:00a.m. Bio-hazardous waste will be pick-up at behind Building 330. No pick-up service will be made between 10:00a.m. and 8:00a.m., unless otherwise authorized. No pick-up service is to be performed on Saturdays, Sundays and Holidays except with prior arrangement. For the listed facilities, pick-up will be scheduled "as needed" basis. 2.Contractor will supply proper infectious waste shipping papers as required by the Ohio EPA. Final disposal document to be sent to: VA Medical Center, Environmental Management Service (137) 4100 West Third Street, Dayton, Ohio 45428, ATTN: Angela Taylor. 3.For VA Cincinnati: Contractor will pick-up from Building number one (1) at dock, five (5) times per week between the hours 6:30 a.m. - 8:00 a.m. The other facilities listed will be scheduled on "as needed" basis. No pick-up service is to be performed on Saturdays, Sundays and Holidays except with prior arrangement. 4.Contractor will supply proper infectious waste shipping papers as required by the Ohio EPA. Final disposal document to be sent to: VA Medical Center, Environmental Management Service (137) 3200 Vine Street, Cincinnati, Ohio 45220, ATTN: Eric Anderson. DEFINITIONS: Each facility shall provide to the contractor and contractor shall collect and remove from each facility premises, treat and dispose of all "Bio-Medical Waste" generated by each facility in accordance with the terms of this agreement. The term "Bio-Medical Waste: as used herein, shall include only those waste defined by the United States Environmental Protection Agency (USEPA) as infectious waste in it Guide for Infectious Waste Management #EPA/530-SW-86-014, or defined by the USEPA as medical waste in 40CFR259.30 and any other wastes identified as infectious waste in any other applicable federal, state, county or municipal laws, regulations and guidelines. Categories of Hazardous Waste(s) are identified in compliance with 40 Code of Federal Regulations (CFR) part 261. INFECTIOUS WASTE: consists of seven classes with these specifications included in all seven classes: 1.CULTURES AND STOCKS: Cultures and stocks of infectious agents and associate biological including: Cultures from medical and pathological laboratories, cultures and stock of infectious agents from research and industrial laboratories; waste from the production of biologicals; discarded live and attenuated vaccines and culture dishes and devices used to transfer, inoculate and mix cultures. 2.PATHOLOGICAL WASTES: Human pathological waste including tissues, organs and body parts and body fluids that are removed during surgery or autopsy, or other medical procedures and specimens of body fluids and their containers. 3.HUMAN BLOOD AND BLOOD PRODUCTS: Liquid waste human blood items saturated and/or dripping with human blood, including serum, plasma and other blood components and their containers which were used or extended for use in patient care, testing and laboratory analysis, the development of pharmaceuticals and intravenous bags. 4.SHARPS: Sharps that have been used in animal or human patient care or in medical research of industrial laboratories, including hypodermic needles, syringes (with or without attached needle), pasteur pipettes, scalpel blades, blood vials, needles with attached tubing and culture dishes (regardless of presence of infectious agents). Also included are other types of broken or unbroken glassware that were in contact with infectious agents, such as used slides and cover slips. 5.ANIMAL WASTE: Contaminated animal carcasses, body parts and bedding of animals that were known to have been exposed to infectious agents during research (including research in veterinary hospitals) or research production of biologicals or testing of pharmaceuticals. 6.ISOLATION WASTE: Biological waste and discarded materials contaminated with blood, excretion, exudes or secretions from humans who are isolated to protect others from certain highly communicable diseases or isolated animals known to be infected with highly communicable diseases. 7.UNUSED SHARPS: The following unused discarded sharps: hypodermic needles, suture needles, syringes and scalpel blades. CYTOTOXIC WASTE, AND HAZARDOUS WASTE MATERIALS: Combustible liquid, corrosive material liquid, flammable liquid, various other chemicals, waste Xylene, waste Formalin, paint, oil/latex paint, light ballast's, fluorescent lamps, chemicals, Xylene, Formalin, Poison B, wet cell storage battery, nickel cadmium, and Antineoplastic drugs. PROVISIONS OF STORAGE CONTAINERS: 1.The Contractor shall provide the necessary storage containers and other equipment (e.g., pallets) when needed for use in the designated storage area(s) sufficient for the Medical Center. 2.The Contractor will be responsible for delivery of the containers and any necessary equipment at the start of the contract and as required during the term of the contract and for removal of same at the termination of contract. All storage containers and other necessary equipment remain the Contractor's property. 3.Containers must be maintained and kept in good condition, free from holes, vermin, or other foreign matter. The Contractor shall clean and remove any refuse debris, or leakage, which is deposited from the container, serviced under this contract into any area of the Medical Center's grounds. The VA shall approve germicidal solutions used to clean and sanitize containers. EPA registration information, copies of germicidal cleaner and pesticide labels, and material safety data sheets for all products used by the Contractor shall be provided to the COTR or designee for approval. If, during the contract period, the Contractor changes products, the Contractor for all new products shall provide the same information. 4.If, during the contract period, the VA determines that the condition of any equipment supplied by the Contractor constitutes a hazard to the health, safety or welfare of VA employees, patients, or the general community, the Contractor shall immediately upon receiving notice of such determination, remove the equipment from the VA and replace it with equipment which is approved by the VA. 5.The Contractor shall provide all operators and the vehicle required to disconnect, remove, transport, replace and reconnect the container. VA employees shall, under no circumstances, provide assistance to Contractor personnel in any manner during the container exchange process. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of the buildings. The Contracting Officer or his/her designee will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when services on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, with Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. TRANSPORTATION: 1.An appropriate transport vehicle will be used to transport waste to the site of treatment. Safety standards will be implemented to protect patients, Medical Center Staff and the private sector. 2.Vehicles must be in compliance with all Federal and State requirements and be maintained in a clean and sanitary condition. 3.Vehicles will be equipped with Federal and State mandated spill kits. 4.Vehicles will be equipped with U.L. Scales, which will be used to weigh all medical regulated waste prior to being removed from the VA Medical Center. 5.Driver/Technicians must be properly trained in the operations of handling and hauling regulated medical waste and OSHA requirements for Universal Precautions. 6.Contractor will be responsible from pick-up site to treatment site. Contractor will be responsible for spills on or off VA Medical property once containers are placed in Contractor's possession. 7.Contractor will provide 96 hour sustainability back up contingency plan. 8.Contractor will provide a desktop drill once a year at the site for the contingency plan. TREATMENT OF REGULATED MEDICAL WASTE: 1.Waste must be treated by the OEPA approved methods within the time frame allotted by OEPA. 2.Contractor will provide daily trip tickets which will include the date, poundage (in U.S. Pounds) and type of waste and number of containers treated. 3.Contractor will keep records of regulated waste treated and provide the VA Medical Center with copies on a monthly basis. 4.Treatment site will be inspected by Medical Center personnel to ensure Contractor is complying with the contract and standards established by the EPA. 5.Contractor is to incinerate all regulated medical waste in an incinerator that is EPA approved for infectious waste. Contractor must possess a permit to operate incinerator from the proper authority in the areas of jurisdiction where the incinerator is located. RATES: 1.Contractor will provide firm-fixed price rates for each 12-month period. No pass through costs due to disposal, fuel, or host site increases will be passed on to the Government. INVOICES: Invoices must reference both the contract number and Purchase Order (PO) number. Mail invoices to: VA FSC P.O. Box 149971 Austin, TX 78714 PAYMENTS: Payments will be made monthly in arrears in accordance to FAR Clause 52.232.25, Prompt Payment Act. Payments will be based on the monthly rates established in Section A, provided the requirements listed in Section B are fully met. Contractor must include contract number, purchase order number and period of service on each invoice. CONTRACT ADMINISTRATION: The Contractor shall contact the Contracting Officer on all matters pertaining to administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect the price, quantity or delivery terms of this contract. LIST OF VA FACILITIES and VA SUPERVISED FACILITIES 1.VA Medical Center, Dayton, OH 4100 West Third Street Dayton, Ohio 45428 Phone # (937) 268-6511, Extension 2896 2.Lima Ohio Community Based Outpatient Clinic Under VA Medical Center Dayton Ohio 1303 Bellefontaine Avenue Lima, Ohio 45804 Phone # (419) 222-5788 3.Middletown Ohio Community Based Outpatient Clinic Under VA Medical Center Dayton Ohio University Center 671 N. University Boulevard Middletown, Ohio 45042 Phone # (513) 423-8387 4.Richmond Indiana Community Based Outpatient Clinic Under VA Medical Center Dayton Ohio 4351 South A Street Richmond, Indiana 47374 Phone # (765) 973-6915 5.Springfield Ohio Community Based Outpatient Clinic Under VA Medical Center Dayton Ohio 512 South Burnett Road Springfield, Ohio 45505 Phone # (937) 328-3385 6.VA Medical Center Cincinnati Ohio 3200 Vine Street Cincinnati, Ohio 45220 Phone # (513) 475-6311 7.VA Nursing Home and Domiciliary Under VA Medical Center Cincinnati Ohio 1000 South Fort Thomas Avenue Fort Thomas, Kentucky 41075 Phone # 8.Bellevue Community Based Outpatient Clinic Under VA Medical Center Cincinnati Ohio 103 Landmark Drive Bellevue, Kentucky 41073 Phone # (606) 392-3840 9.VA Healthcare Associates Clermont County Under VA Medical Center Cincinnati Ohio 4355 Ferguson Drive, Suite 270 Eastgate Professional Office Park Cincinnati, Ohio 45245 Phone # (859) 392-3852 10.Lawrenceburg Community Based Outpatient Clinic Under VA Medical Center Cincinnati Ohio 1600 Flossie Drive Lawrenceburg, Indiana 47025 Phone # (812) 539-2313 (1) This requirement is being issued as a Request for Quotation (RFQ) VA-250-10-RQ-0026. (2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32, Effective on May 14, 2009. (3) The North American Industry Classification System (NAICS) is 562112. The small business size standard is $12.5 million. (4) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (5) Addendum to FAR 52-212-1 Instructions to Offerors - Commercial The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: INSTRUCTIONS FOR PROPOSAL SUBMISSION One (1) Binder in loose leaf to be submitted and assembled as follows: Tab 1 - Technical: a.Knowledge of Different Sanitary Codes - Offerer must provide a narrative addressing the different sanitary codes involved with the handling, transportation and disposal of bio-hazard medical waste materials. b.Permits Needed - Offerer must submit copies of all current permits for the handling, transportation and disposal of bio-hazard medical waste materials. c.Operation Plan - Offerer must provide the standard operating plan that is used by employee personnel. Also, detail the companies' back-up plan in the event of a regular employees' absence. d.Documented Training of Transporting Personnel - Offerer must provide documentation detailing the training of those personnel that will be doing the transporting and incineration of the bio-hazard waste materials. e.Contingency in Case of Spills or Leakage - Offerer needs to provide a detailed copy of their contingency plan in the event of spills or leakage of contents. Tab 2 - Past Performance: a.Name and contact information, including an e-mail address, for three (3) clients receiving the same or similar services within the past three years. b.Completed Past Performance Surveys from the three (3) entities listed above (see Attachment A). Completed Past Performance Surveys must be returned directly to the contracting office by the person completing the survey. It is the offeror's responsibility to ensure that the surveys are returned by references in a timely manner. c.Information that may be perceived as negative from the points of contacts provided, along with an explanation as to the perception and outcome. Tab 3 - Price: Price must be provided in the following format: A. BASE YEAR: JANUARY 1, 2010 - DECEMBER 31, 2010 Item No.Schedule of Supplies/ServicesEstimated QuantityUnitUnit PriceAmount 1Dayton VAMC72,768pounds$ $ 2Lima CBOC24containers $ $ 3Middletown CBOC12containers$ $ 4Richmond CBOC24containers$ $ 5Springfield CBOC24containers$ $ 6Cincinnati VAMC 202,872pounds$ $ 7Nursing Home and Domiciliary (Cincinnati) 84containers$ $ 8Bellevue CBOC24containers$ $ 9Healthcare Associates Clermont County36containers$ $ 10Lawrenceburg CBOC96containers$ $ TOTAL BASE YEAR PRICE $__________________________ B. OPTION YEAR (OY) 1: JANUARY 1, 2011 - DECEMBER 31, 2011 Item No.Schedule of Supplies/ServicesEstimated QuantityUnitUnit PriceAmount 11Dayton VAMC72,768pounds$ $ 12Lima CBOC24containers $ $ 13Middletown CBOC12containers$ $ 14Richmond CBOC24containers$ $ 15Springfield CBOC24containers$ $ 16Cincinnati VAMC 202,872pounds$ $ 17Nursing Home and Domiciliary (Cincinnati) 84containers$ $ 18Bellevue CBOC24containers$ $ 19Healthcare Associates Clermont County36containers$ $ 20Lawrenceburg CBOC96containers$ $ TOTAL OY 1 PRICE $__________________________ C. OPTION YEAR (OY) 2: JANUARY 1, 2012 - DECEMBER 31, 2012 Item No.Schedule of Supplies/ServicesEstimated QuantityUnitUnit PriceAmount 21Dayton VAMC72,768pounds$ $ 22Lima CBOC24containers $ $ 23Middletown CBOC12containers$ $ 24Richmond CBOC24containers$ $ 25Springfield CBOC24containers$ $ 26Cincinnati VAMC 202,872pounds$ $ 27Nursing Home and Domiciliary (Cincinnati) 84containers$ $ 28Bellevue CBOC24containers$ $ 29Healthcare Associates Clermont County36containers$ $ 30Lawrenceburg CBOC96containers$ $ TOTAL OY 2 PRICE $__________________________ D. OPTION YEAR (OY) 3: JANUARY 1, 2013 - DECEMBER 31, 2013 Item No.Schedule of Supplies/ServicesEstimated QuantityUnitUnit PriceAmount 31Dayton VAMC72,768pounds$ $ 32Lima CBOC24containers $ $ 33Middletown CBOC12containers$ $ 34Richmond CBOC24containers$ $ 35Springfield CBOC24containers$ $ 36Cincinnati VAMC 202,872pounds$ $ 37Nursing Home and Domiciliary (Cincinnati) 84containers$ $ 38Bellevue CBOC24containers$ $ 39Healthcare Associates Clermont County36containers$ $ 40Lawrenceburg CBOC96containers$ $ TOTAL OY 3 PRICE $__________________________ E. OPTION YEAR (OY) 4: JANUARY 1, 2014 - DECEMBER 31, 2014 Item No.Schedule of Supplies/ServicesEstimated QuantityUnitUnit PriceAmount 41Dayton VAMC72,768pounds$ $ 42Lima CBOC24containers $ $ 43Middletown CBOC12containers$ $ 44Richmond CBOC24containers$ $ 45Springfield CBOC24containers$ $ 46Cincinnati VAMC 202,872pounds$ $ 47Nursing Home and Domiciliary (Cincinnati) 84containers$ $ 48Bellevue CBOC24containers$ $ 49Healthcare Associates Clermont County36containers$ $ 50Lawrenceburg CBOC96containers$ $ TOTAL OY 4 PRICE $__________________________ TOTAL PRICE (including base and all option years) $_____________________________________ Tab 4 - Completed copy of representations and certifications at FAR 52.212-3 (6) The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. A Best Value award will be made. The following factors shall be used to evaluate offers: Technical (including five sub factors) Past Performance Price Technical and past performance, when combined, are significantly more important than price. (7) Offerors are advised to include a completed copy of the provisions at 52.213-3, Offeror Representations and Certifications-Commercial Items in Tab D of the offer. (8) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (9) Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.237-3CONTINUITY OF SERVICESJAN 1991 VAAR 852.203-70COMMERCIAL ADVERTISINGJAN 2008 VAAR 852.273-74AWARD WITHOUT EXCHANGESJAN 2003 VAAR 852.273-76ELECTRONIC INVOICE SUBMISSIONOCT 2008 (End of Clause) (8) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited in the afore mentioned clause are applicable to this acquisition: 52-219-4Notice of Price Evaluation Preference for JUL 2005 HUBZone Small Business Concerns 52-219-8Utilization of Small Business ConcernsMAY 2004 52-219-28Post Award Small business Program RepresentationAPR 2009 52.222-3Convict LaborJUN 2003 52.222-21Prohibition of Segregated FacilitiesFEB 1999 52.22-26Equal OpportunityMAR 2007 52.222-35Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible VeteransSEP 2006 52.222-35Affirmative Action for Workers of Disabilities JUN 1998 52.222-37Employment Reports on Special Disabled Veterans, SEP 2006 Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment DEC 2004 of Union Dues or Fees 52.222-54 Employment Eligibility Verification JAN 2009 52.225-5 Trade Agreements AUG 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-34Payment by Electronic Funds Transfer - MAY 1999 Other than Central Contractor Registration 52.222-41 Service Contract Act of 1965 NOV 2007 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 1989 52.222-43Fair Labor Standards Act and Service Contract Act-SEP 2009 Price Adjustment (Multiple Year and Option Contracts) OTHER APPLICABLE SOLICITATION PROVISIONS 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Monae D. Heath Contract Specialist Hand-Carried and Mailing Address: Department of Veterans Affairs VISN 10 Contracting - Dayton (NBC) 4100 W. Third St. Dayton OH 45428 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) OTHER APPLICABLE CONTRACT CLAUSES 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond December 18,2009. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond December 18, 2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. ATTACHMENT A- PAST PERFORMANCE SURVEY INSTRUCTION FOR COMPLETING PAST-PERFORMANCE SURVEY The Department of Veterans Affairs is considering the Offeror listed below for award of a VA Medical Center Dayton, Ohio contract. Your comments are appreciated regarding this Offeror's past performance. Your comments are considered Source Selection Sensitive; therefore, you are advised that the Federal Acquisition Regulation (15.506) prohibits the release of the names of individuals providing reference information about Offeror's past performance. A.Please evaluate the past performance using only the following ratings without variation. If the rating is Marginal or Unacceptable, please provide additional information in the appropriate block or in the remarks section of this form. You may provide an overall narrative explaining your response in the remark section of the form. B.Indicate the contractor's performance on the identified program. C.The following is the definition for each rating: ""O" = Outstanding: Performance greatly exceeded the contract requirements ""A" = Above Average: Performance exceed the contract requirements ""S" = Satisfactory: Performance met the minimum contract requirements ""M" = Marginal: Performance met the minimum contract requirement, but some material aspects of the contract's performance were less than satisfactory ""U" = Unacceptable: Performance was poor and/or did not satisfy contract Requirements ""N/A = Not Applicable D.Please return Past-Performance Survey by 12/15/2009 at 10:00am to: Dayton VA Medical Center Attn: Monae D. Heath (NBC) 4100 W. Third St. Dayton, OH 45428 E-mail: Monae.Heath@va.gov Fax: (937) 262-5974 PAST-PERFORMANCE SURVEY Offerors Name: _________________________________________________________ Contract Number: ________________________________________________________ Contract Type and Dollar Value: ____________________________________________ Contract Start/End Dates: __________________________________________________ Brief Description of work: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ Please rate and provide information/comments for the following:Circle one 1. To what extent did the contractor comply with contract requirements?O A S M U 2. If reports were required, were they accurate in meeting contract requirements?O A S M U 3. To what extent did the contractor use appropriate personnel for contract requirements? O A S M U 4. To what extent did the contractor display technical expertise?O A S M U 5. Use of Quality Control:O A S M U 6. To what extent was contractor able to meet the performance schedule:O A S M U 7. What extent was contractor flexible in responding to changing needs?O A S M U 8. To what extent was the contractor reliable? O A S M U 9. To what extent was the contractor responsive to technical directions? O A S M U 10. To what extent did contractor notify you of problems or potential problems? O A S M U 11. Would you award another contract to the party being evaluated? If no, please explain: Yes No 12. Was the customer satisfied with the end product? If no, please explain: Yes No 13. Have any cure notices, show cause letters, suspension of payment, or termination been issued? If yes, please explain. Yes No 15. Additional Remarks: Printed Name of Evaluator: Signature of Evaluator: Position Title: Telephone Number: Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA-250-10-RQ-0026/listing.html)
- Place of Performance
- Address: Dayton VAMC, Dayton OH;Cincinnati VAMC, Cincinnati OH;Varius CBOCs (listed)
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN02014462-W 20091203/091202000551-a99c5bb67b3efd4365cd6087c6bddee4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |