Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
DOCUMENT

S -- Medical Waste Pickup and Disposal - Attachment

Notice Date
2/23/2012
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 9;1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24912Q0271
 
Response Due
3/7/2012
 
Archive Date
4/6/2012
 
Point of Contact
Monica Thompson, Contract Specialist
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written quote on RFQ reference number VA-249-12-Q-0271. The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. (iii) This is solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 (1 Feb 2010). (iv) This solicitation is for 100% small business set-aside; the associated NAICS code is 562112 Hazardous Waste Collection and the small business size standard is $12.5 Million dollars. (v) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- The Contractor shall provide medical waste pickup, transport, and disposal services for VAMC Lexington, Kentucky's six (6) locations in accordance with the statement of work. BASE YEAR - PERIOD OF PERFORMANCE: 1 APR 2012 THROUGH 30 SEP 2012. CLIN 0002- The Contractor shall provide medical waste pickup, transport, and disposal services for VAMC Lexington, Kentucky's six (6) locations in accordance with the statement of work. OPTION YEAR 1 - PERIOD OF PERFORMANCE: 1 OCT 2012 THROUGH 30 SEP 2013. CLIN 0003- The Contractor shall provide medical waste pickup, transport, and disposal services for VAMC Lexington, Kentucky's six (6) locations in accordance with the statement of work. OPTION YEAR 2 - PERIOD OF PERFORMANCE: 1 OCT 2013 THROUGH 30 SEP 2014. CLIN 0004- The Contractor shall provide medical waste pickup, transport, and disposal services for VAMC Lexington, Kentucky's six (6) locations in accordance with the statement of work. OPTION YEAR 3 - PERIOD OF PERFORMANCE: 1 OCT 2014 THROUGH 30 SEP 2015. CLIN 0005- The Contractor shall provide medical waste pickup, transport, and disposal services for VAMC Lexington, Kentucky's six (6) locations in accordance with the statement of work. OPTION YEAR 4 - PERIOD OF PERFORMANCE: 1 OCT 2015 THROUGH 30 SEP 2016. (vi) Description of requirements is as follows: The Lexington Veteran Affairs Medical Center has a requirement for medical waste pickup, transport, and disposal services for six (6) locations in accordance with the statement of work. (vii) Anticipated Period of Performance is 1 April 2012 through 30 Sep 2012 for the base period. Performance will take place at the VAMC Lexington, Kentucky's six (6) locations. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Best Value The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to evaluate the proposal on the following factors: (1) Price; (2) Technical Capability; and (3) Past Performance. Technical Capability and Past Performance, when combined, are more important than price. (1) Price: The offeror shall provide a unit price and a total price for each line item. See Attachment A for the Price/Cost Schedule for submission. (2) Technical Capability: The offeror shall provide an overview and/or description of how they will meet the needs of The Department of Veterans Affairs, Veterans Health Administration as listed in the statement of work as well as provide names of staff, including licensing and/or certification. Please limit this document to 5 pages. (3) Past Performance: The offeror shall provide references for similar services for a similar entity within the past five years, government preferred, using the provided form. The Government requests that Attachment B - Relevant Past Performance Questionnaire, be forwarded to no more than three (3) references, completed by your references, and returned by your references directly to Ms Monica Thompson via fax (615) 225-5432, or email monica.thompson@va.gov. Relevant past performance questionnaires should be received by 3: PM CST on March 15, 2012. Failure to omit may result in rejection of your proposal. The Government reserves the right to award without discussion. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) is required for this action. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition: Clauses - FAR 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 (End of Clause). FAR 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 60 calendar days; 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 five years and six months. (End of Clause). FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.237-3 Continuity of Service (JAN 1991) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.216-70 Estimated Quantities (APR 1984) VAAR 852.219-10 VA Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.228-71 Indemnification and Insurance (JAN 2008) VAAR 852.237-70 Contractor Responsibility (APR 1984) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) Solicitation Provisions- FAR 52.216-1 Type of Contract (APR 1984) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternative Protest Procedure (JAN 1998) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of quotes is as follows: 7 March 2012, 3:00P.M (Local/CST). Submit written offers (oral offers will not be accepted) via mail, email or fax. Department of Veterans Affairs, Network Contracting Office 9, Attn: Monica Thompson, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; Phone: 615-225-6406, Fax: 615-225-5432, e-mail: monica.thompson@va.gov ** Email is the preferred method of receipt of quotes. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL. (xvi) For further information regarding this solicitation, offerors can contact the following individual: Monica Thompson -Contract Specialist, Department of Veterans Affairs, Network Contracting Office 9, Attn: Monica Thompson, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; Phone: 615-225-6406, Fax: 615-225-5432, e-mail: monica.thompson@vagov. STATEMENT OF WORK 1. INTRODUCTION AND SCOPE OF WORK - The contractor will provide all labor, packaging, collection, removal, transportation, equipment, supplies and services for pickup, disposal and treatment of biohazardous infectious waste in accordance with these specifications and local State, Federal and EPA solid and hazardous waste laws and regulations. The processing of waste includes chemical treatment, incineration, recycling and reprocessing or recovery. The biohazardous infectious waste will be collected and removed from a limited access area as determined by the Contracting Officer Representative (COR). All equipment shall comply with the applicable federal, state, county and municipal laws, regulations, guidelines and permits. 2. DEFINITIONS - Bio-hazardous infectious waste includes waste defined by the United States EPA as infectious waste in the 'guide for Infectious Waste Management, #EPA/530-SW-86-014, May 1986 or latest edition and applicable federal, state, county or municipal laws, regulations, and guidelines. Some exclusions listed in this guide are corrosive, reactive, radioactive, toxic and other substances as specified. The common types of waste including regulated medical waste, which must be disposed of are: a)Blood and blood products b)Dialysis waste c)Animal tissues, body parts and carcasses d)Human tissues, body parts and limbs e)Animal bedding f)Biological and pharmaceuticals g)Research waste h)Laboratory specimens i)Needles, syringes, and other sharps j)Pathology and histology samples k)Surgery waste l)Isolation waste m)Cultures and slides n)AIDS and Hepatitis waste o)Intravenous bags, blood bags and associated tubing p)Packaging materials, gloves, and gowns associated with waste collection q)Chemotherapy/ani-neoplastic waste r)Scintillation fluid (cell/tissue samples w/trace amounts of radioactive H-3 and C-14. Amounts area <.0005 micro curies/2 which is considered non-radioactive by the NRC. 3. PACKAGING AND HANDLING - a) The government will be responsible for properly packaging and storing bio-hazardous infectious waste. b) The contractor will not collect any waste that is improperly packaged, leaking, overweight, damaged containers or any containers/waste that cannot be treated, transported or disposed of in a lawful manner or that may cause harm to public health or environment. The contractor will inform the COR of any deficiencies identified before leaving the premises. The contractor will take safety precautions necessary to protect the lives and health of the occupants of the building. Any deficiencies specified by the COR will be corrected immediately by the contractor. c) The contractor will report to the COR all spills and personal exposures during waste preparation, packaging, and transportation. The contractor shall promptly clean any spills on VA property resulting from the actual action of loading and unloading roll-off containers. This is meant to include wastes emanating from equipment furnished by the contractor to remove filled containers, such as hydraulic fluid and fuel. Spill residues become the property of the contractor who must promptly remove spill clean-up materials from VA property and dispose of them in accordance with all applicable federal, state, county and municipal requirements. The contractor shall bear the cost of cleanup and shall report all such incidents to the COR immediately upon discovery and followed in writing within seven (7) calendar days after the initial notification. The contractor shall abide by all spill reporting/remediation requirements of any state, county, municipality, township, or regulatory entity in regards to wastes covered by this contract. d) The contractor shall maintain the refuse containers and equipment in a state of satisfactory repair and appearance as determined by the Contracting Officer's Representative (COR). Prior to start of work the contractor shall provide an itemized list of containers used and weight of containers. If any container is changed during the performance of the contract, which will alter the weight, the contractor shall notify the COR promptly. e) The title of biohazardous infectious waste will be transferred to and vested in the contractor once the biohazardous infectious waste in fully loaded onto the contractor's vehicle. Prior to this, the title is retained by the government. f) In order to prevent possible contamination of 'navigable waters' as defined in 40CFR Parts 110 and 112, and to have full knowledge, in the event of a spill, immediate notification of quantities and materials discharged shall be reported to the COR. g) The contractor will be responsible for loading of laboratory packs as applicable in accordance with 40 CFR 265 on site and transporting in vehicles that are properly placarded for hazardous infectious waste. All packing, loading, transporting, and disposal of biohazardous waste shall meet all requirements of Environmental Protection Agency (EPA); Department of Transportation (DOT), and other applicable regulatory agencies, Centers for Disease Control (CDC) and National Institute for Occupational Safety and Health (NIOSH). These permits are in order, up to date, and appropriate for the state in which the waste is to be stored, disposed of, or recycled. Permits will be submitted to the Contracting Officer before work is performed under this contract. h) The contractor will charge only for the net weight of waste excluding weight for the containers or the number of pickups specified in the price schedule. i) The contractor shall be available for emergency telephone consultation 24 hours a day, seven days a week, including holidays. j) The contractor will permit unannounced site visits as determined by the COR. The contractor will remedy and /or return any material erroneously collected in their possession upon request. k) In the event that service is not furnished within the scheduled or on call time frames specified in this solicitation for each medical center, the VA reserves the right to obtain the services from another source and to charge the contractor with any excess cost which may result from obtaining an alternative source. (See Section 12) l) Locations of containers may be changed at any time in accordance with direction from the COR and approval from the Contracting Officer. 4. STERILIZATION - The contractor will clean and return the containers ready for use, free of debris. The biohazardous containers will be red and any chemotherapy drums or boxes are to be yellow. Cleaning of containers shall be the responsibility of the contractor. The contractor shall maintain the containers and equipment in a state of satisfactory repair and appearance as determined by the COR. 5. DOCUMENTATION - The contractor will provide documentation (manifest) of each pick up listing the number of pounds removed and certifying the number of containers and types of waste removed from the site for destruction on the same day. A final copy, for each location, listing the quantities, materials, and location(s) destroyed will be sent to the designated COR at the address listed below: VAMC Lexington Cooper Drive Division 1101 Veterans Drive Lexington, KY 40502 Atten: Bernardino Guerrero 6. INSURANCE - Contractors are required to maintain the applicable insurance requirements as specified in the contract clauses. The contractor shall provide the Contracting Officer with proof of insurance prior to award of contract in accordance with FAR 28.307-2. Reference contract clause section for minimum coverage amounts that apply to this contract. 7. SUPERVISION BY CONTRACTOR - a) Contractor shall provide the name of a point of contact (POC) to the Contracting Officer (CO) and the Contracting Officer's Representative (COR) prior to commencement of work who will serve as the liaison between the VA and the Contractor. b) Contractor shall be responsible for notifying the COR or his/her designee at the earliest known time/date but no later than 8:00 AM each work day, of any delay of service provision and what corrective action will be immediately taken to meet the contract requirements. Failure to notify the COR or his/her designee may result in default action against the Contractor. 8. INTERFERENCE TO NORMAL FUNCTION - Contractor personnel are required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of patients, personnel, equipment, and carts. 9. SAFETY REQUIREMENTS - a) Contractor vehicles, carts, materials, or supplies will not be left unattended or parked in public areas. b) Contractor shall promptly notify the COR of any spills occurring during pickup and loading of contractor truck and shall be responsible for cleanup of spills caused by contractor staff in close coordination with facility safety officer. c) Contactor shall not dispose of any chemical containers contaminated by cleaning chemicals in any location in the facility except as specified by the COR. 10. LICENSES AND PERMITS - The contractor and the contractor's employees will, without additional cost to the government, maintain all licenses and permits to remove, transport, handle, and dispose of biomedical and chemotherapeutic waste. Licenses and permits required under this section will be obtained prior to contract award and commencement of work. Proof of licensure and/or certification shall be provided to the COR upon request. The contractor shall use sufficient diligence to remain in compliance with all environmental requirements of federal, state, and local jurisdictions (CDC and NIOSH) that pertain to the transportation, accumulation, storage, and destruction of biomedical and chemotherapeutic wastes and be generally considered as a good steward of the environment. 11. LOCATIONS - Service is to be provided to the sites listed below: a) Lexington VAMC, 1101 Veterans Drive, Lexington KY b) Lexington VAMC, 2250 Leestown Road, Lexington KY c) Lexington VAMC CBOC, 163 Tower Circle, MedPark West Medical Campus, Somerset KY d) Lexington VAMC CBOC, 209 Pauline Drive, Berea KY e) Lexington VAMC CBOC, 175 Beacon Hill Lane, Morehead KY f) Lexington VAMC CBOC, 210 Black Gold Boulevard, Hazard KY 12. LOCATION SCHEDULE Lexington VAMC, 1101 Veterans Drive, Lexington KY Contractor to pickup and dispose of medical waste which includes sharps, pathologic waste, research carcasses, and cytotoxic drug waste. Pickup weekly on Wednesdays between the hours of 10:00 am and 12:00 noon. Lexington VAMC, 2250 Leestown Road, Lexington KY Contractor to pickup and dispose of medical waste which includes sharps, pathologic waste, and cytotoxic drug waste. Pickup once or twice a month (as needed) between the hours of 8 am and 3 pm. Day of week to be coordinated with COR. Lexington VAMC CBOC, 163 Tower Circle, MedPark West Medical Campus, Somerset KY Pickup and disposal of medical waste, estimated 2 - 4 containers, includes medical waste and sharps (needle boxes). Two (2) pickups per month. Pickup time to be between the hours of 9 am and 3 pm. Day of week to be coordinated with COR. Lexington VAMC CBOC, 209 Pauline Drive, Berea KY Pickup and disposal of medical waste, estimated 2 - 4 containers, includes medical waste and sharps (needle boxes). Two (2) pickups per month. Pickup time to be between the hours of 9 am and 3 pm. Day of week to be coordinated with COR. Lexington VAMC CBOC, 175 Beacon Hill Lane, Morehead KY Pickup and disposal of medical waste, estimated 2 - 4 containers, includes medical waste and sharps (needle boxes). Two (2) pickups per month. Pickup time to be between the hours of 9 am and 3 pm. Day of week to be coordinated with COR. Lexington VAMC CBOC, 210 Black Gold Boulevard, Hazard KY Pickup and disposal of medical waste, estimated 2 - 4 containers, includes medical waste and sharps (needle boxes). Two (2) pickups per month. Pickup time to be between the hours of 9 am and 3 pm. Day of week to be coordinated with COR. 13. HISTORICAL COLLECTION DATA FY2011 LocationAverage Monthly PoundageActual Annual Poundage VAMC Lexington Cooper Drive Division 1101 Veterans Drive Lexington, Kentucky3415.440985.3 VAMC Lexington Leestown Division 2250 Leestown Road Lexington, Kentucky551.46616.3 CBOC 163 Tower Circle MedPark West Medical Campus Somerset, Kentucky101.81221.3 CBOC 209 Pauline Drive Berea, Kentucky 23.9286.2 CBOC 175 Beacon Hill Lane Morehead Kentucky30.4364.6 CBOC 210 Black Gold Boulevard Hazard, Kentucky21.9263.3 Totals4144.849,737 QUALITY ASSURANCE SURVEILLANCE PLAN MEDICAL WASTE PICK UP, TRANSPORT AND DISPOSAL SERVICES For Information Purposes Only This Performance Assessment Plan is furnished as information only, and will not be made part of any resulting contract. 1.INTRODUCTION. The purpose of Quality Assurance (QA) is to measure and determine contract compliance of the quality and quantity of goods and services purchased from a contractor. A written Quality Assurance Surveillance Plan (QASP) enables the Government to document Government evaluation of the contractor's work and draw conclusions about the contractor's overall performance. This Quality Assurance Surveillance Plan (QASP) has been designed to aid the Contracting Officer's Representative (COR) in providing effective and systematic surveillance of contract services for the pickup through the disposition of Medical Waste Pick Up, Transport, and Disposal at VAMC Lexington, Kentucky and five (5) additional locations per the Statement of Work. 1.1Performance Requirements Summary (PRS) summarizes the contract requirements, their standards, Acceptable Quality Levels (AQL), the QA methods the activity plans to use to perform the evaluation of each contract requirement, and the deduct percentage. 1.2Contractor Responsibility. This QASP is based on the premise that the contractor, not the Government, is responsible for the management and quality control actions to meet the terms of the contract. The AQLs recognize that unforeseen and uncontrollable problems may occur. Good management and use of an adequate quality control plan will allow the Contractor to operate within the allowable AQLs. 2DEVELOPMENT OF THE SURVEILLANCE SCHEDULE 2.1Surveillance Schedule. It is the COR's responsibility to develop a schedule for inspection activities. 3.SURVEILLANCE. Each inspection made by the COR will occur after the pickup of waste and will be documented and filed for further reference, audit, and proof of inspection. 3.1100% Inspection. 100% Inspection is a QA method designed to evaluate all outputs of the contract requirement and will be used to determine payment authorization of invoices. 4.SURVEILLANCE RESULTS SUMMARY 4.1Performance Requirements Summary. This summary will be used to record information on weights and counts of regulated medical waste containers. These documents will then become a formal VAMC record for later reference. 5.REVISIONS TO THE QASP: This QASP was developed considering known factors at the time of its development. It is understood that requirements for QA may change, e.g. modifications to the contract may add or delete service requirements; COR resources may change; changes may be made as a result of lessons learned, technological innovation and modifications made by the Contractor to his Quality Control Program. Revisions to this surveillance plan are the joint responsibility of the EMS COR, Contractor, and the Contracting Officer. PERFORMANCE REQUIREMENTS SUMMARY 1.Contract Number: 2.Activity: Environmental Management Service (137-LD) 3.Performance Period: FY 12 and four (4) option years as if determined in the best interest of the Government. 4.Summary of Contractor's Performance: PRS Item/ServiceAQLPassFailComments Pick-up of Regulated Medical Waste within prescribed time frames100% Contractor 24/7 availability for emergency consults100% Timely reporting of incidents100% Manifests provided for each pick-up within 100% Recommendation for Change in Level of Surveillance: NO_____YES______ Contracting Officer Action Needed: COR Comments: Signature of COR________________Date: ______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24912Q0271/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-12-Q-0271 VA249-12-Q-0271.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300019&FileName=VA249-12-Q-0271-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300019&FileName=VA249-12-Q-0271-000.docx

 
File Name: VA249-12-Q-0271 ATTACHMENT A PRICE COST SCHEDULE.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300020&FileName=VA249-12-Q-0271-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300020&FileName=VA249-12-Q-0271-001.DOCX

 
File Name: VA249-12-Q-0271 ATTACHMENT B PAST PERFORMANCE SURVEY MEDICAL WASTE DISPOSAL.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300021&FileName=VA249-12-Q-0271-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300021&FileName=VA249-12-Q-0271-002.DOCX

 
File Name: VA249-12-Q-0271 ATTACHMENT C DOL WAGE DETERMINATION MEDICAL WASTE DISPOSAL_02.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300022&FileName=VA249-12-Q-0271-003.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300022&FileName=VA249-12-Q-0271-003.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veterans Health Administration;VAMC - Lexington;Cooper Road Division and Five (5) other locations;1101 Veterans Drive;Lexington, Kentucky
Zip Code: 40502
 
Record
SN02681204-W 20120225/120223234454-936250bc7a1d0311a1f4107b1594bd89 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.