DOCUMENT
R -- VA WNY Sensitive Document Destruction and Recycling Service Albany (VA-18-00063467) - Attachment
- Notice Date
- 7/16/2018
- Notice Type
- Attachment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- 36C24218Q9495
- Response Due
- 8/3/2018
- Archive Date
- 8/23/2018
- Point of Contact
- MURRAY, ANTHONY
- E-Mail Address
-
Y.MURRAY2@VA.GOV<br
- Small Business Set-Aside
- Total Small Business
- Description
- Page 2 of 15 COMBINED SYNOPSIS/SOLICITATION DOCUMENT DESTRUCTION FOR WNY HEALTHCARE NETWORK MEDICAL CENTER, BATAVIA VAMC AND REGIONAL CBOC S AND FACILITIES (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR 13.5 Simplified Procedures for Certain Commercial Items, 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). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9495. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This procurement is being issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 561990, All Other Support Services, with a small business size standard of $11.0 Million. (v) The Contractor shall provide pricing to provide Document Destruction Services. See attached table: (vi) Description of requirement STATEMENT OF WORK (SOW)-Removal of Sensitive Documents 1. Background Removal of sensitive documents from the VHA WNY Healthcare System, Bath VA Medical Center and Stratton VA Medical Center is required at the following locations: Serviced Weekly: VA Medical Center VA Medical Center VA Medical Center 3495 Bailey Avenue 76 Veterans Avenue 113 Holland Ave Buffalo, New York 14215 Bath, New York 14810 Albany, NY 12208 Serviced bi-Weekly: VA Medical Center VA Offices at Apple Tree Business Park 222 Richmond Avenue 2875 Union Road, Suite 3500 Batavia, New York 14020 Cheektowaga, New York 14227 Serviced Monthly: VA CBOC Niagara Falls VA CBOC Olean 2201 Pine Avenue 465 North Union Street Niagara Falls, NY 14301 Olean, NY 14760 VA HBPC Springville VA HBPC Jamestown 27 Franklin St., Suite 7 610 West 3rd Street Springville, NY 14141 Jamestown, NY 14701 VA Day Treatment Center VA Healthcare for Homeless Program 2963 Main Street 1298 Main Street Buffalo, NY Buffalo, NY Stratton VA Medical Center 113 Holland Ave, Albany, NY 12208 will also require cardboard recycling services and metal recycling services. 2. Scope Description of Services: The contractor shall provide sensitive document destruction services in accordance with VA Directive 6371 to the Bath, Buffalo and Albany VAMC s. In accordance with this Directive, The contractor shall ensure that document information/material will be secure from the point of pick-up, to the point of generation, to the point of destruction. All documents shall be destroyed beyond recognition. The Contractor shall make pick-ups as required by volumes generated of document materials for destruction. The day(s) of pick-up will be agreed upon by the Contracting Officer s Representative (COR) and the Contractor. The COR shall provide a location list of consoles and totters to be serviced, and/or other materials for destruction on the day of pick up, or by mutual consent with an established schedule. This list will be kept current by both the COR and vendor. Some locations may stage the totters/consoles/ receptacles in a specific area. For the Albany VAMC only, the contractor shall provide all labor, personnel, equipment, supplies, materials, supervision and other necessary and related services for the rental of compactors, roll-off containers and hauling of cardboard, scrap metal, plastics, mixed papers and recyclable containers as well as collection of and destruction of purged documents. All proceeds obtained from the recycled metals, cardboards, mixed recycling paper products (newspaper, magazines and non-sensitive papers and co-mingled used beverage containers (UBC) such as glass, tin, plastic #1-7) shall be applied and credited to the VA against monthly invoices. Contractor shall provide secured/locked consoles and totters free of charge. If a facility possesses their own consoles then that facility will not require contractor provided consoles. Contractor shall provide a listing of rooms where all consoles and totes are within the facility at all locations to the COR quarterly or when changes are made. Contractor shall provide servicing of consoles and totters per instructions of COR. Contractor must be able to destroy materials regularly placed in consoles and totters of the following mixed type: Bath VAMC Approximately 7,000 -10,000 pounds of paper material monthly, 80 totters. Buffalo VAMC and associated Western New York Clinics and sites require Approximately 14,000-20,000 pounds of paper material monthly, 100 totters. Albany VAMC requires Approximately 8,000 12,000 pounds of paper material monthly Paper of any color, Carbon Paper Paper clips, staples, fasteners Contractor shall destroy materials regularly placed in consoles and totters in the manner prescribed by VA Handbook 6500, Risk Management Framework for VA Information Systems tier 3: VA Information Security Program., and VA Directive 6371, Destruction of Temporary Paper Records. Contractor shall destroy paper by incineration at a secure facility that passes government inspection. When material is burned it must be reduced to a white ash. A Certificate of Destruction shall be provided to the COR after each incineration stating the number of totes incinerated. The contractor may provide the COR with a temporary document. This document shall contain the contractor representative/technician s signature and detail the number of totters/consoles/ receptacles worth of documents that were destroyed. A final, Certificate of Destruction must be provided to the VA Medical Center COR within 24 hours of the service performed. Contractor shall destroy microfilm, microfiche, or other reduced image photo negatives by burning. When material is burned, residue must be reduced to white ash. If final destruction is not performed on site, Contractor shall provide the COR with notification when other stops will be made prior to delivery to final destruction facility. Contractor shall be responsible for sensitive documents from pick up throughout final destruction. The contactor shall destroy all material on the same day of pick up or make written notification to the COR with a justification of why destruction is delayed and what measures the contractor has put in place to protect the material (electronic mail is acceptable). In no case will the contractor hold any material for greater than 24 hours. The contractor will provide all security measures to ensure that the protection of documents for destruction. Contractor (Owned) Provided Supplies/Equipment: The Contractor shall provide to the listed sites below, totes and consoles as needed at no cost to the Government. Keys to all consoles and totes placed at the VA shall be provided to the COR. Consoles shall meet the following specifications: Approximate size for totes - 35"-40" in height, 15"-19" in width, and 15"-19" in depth. Must be securely locked with a deadbolt mechanism. Keys to be provided by Contractor to the COR or designee for all consoles and totes at all sites. On service dates, no console or tote shall be provided without a key given to the COR. Must have a frontal opening approximately 2"X15" for depositing materials Must contain an inner bag that will hold approximately 100 pounds of material, when full, secured inside the unit Must be aesthetically pleasing to the eye, preferably gray or similar light color in nature, and be able to accept labeling for acceptable material. Approximate totals for no charge Consoles to be provided by contractor: Buffalo VAMC 235 Consoles Batavia VAMC 35 Consoles Bath VAMC 80 Totes 6 consoles Albany VAMC (has their own consoles) Apple Tree 2 Consoles 3 Totes VA Day Treatment Center 3 Totes VA Healthcare for Homeless Program 3 Totes VA CBOC Niagara Falls 2 Totes VA CBOC Jamestown 2 Totes VA HBPC Jamestown 2 Totes VA CBOC Lackawanna 2 Totes VA CBOC Olean 2 Totes VA CBOC Springville 2 Totes VA HBPC Springville 2 Totes Total 278 /105 Consoles/Totters The Contractor shall provide the VA sites listed below with locked totters with keys provided to the COR as needed at no cost to the Government. Totters shall meet the following specifications: Totters shall accommodate 65-95 gallons or 200-300 pounds of material when full. Totters shall be easily mobile (have wheels) Totters shall be plastic in nature Totters shall be locked with lock and Keys to be provided by Contractor to the COR or designee. Totters shall have a slot on top of unit approximately 2" X 17" Totters shall be able to accept labeling for type of material acceptable. Sites: VA Medical Center 3495 Bailey Avenue, Buffalo, New York 14215 VA Medical Center 222 Richmond Avenue, Batavia, New York 14020 VA Medical Center 76 Veterans Ave, Bath, New York 14810 VA Offices at Apple Tree Business Park 2875 Union Road, Suite 3500 Cheektowaga, New York 14227 VA CBOC Niagara Falls 2201 Pine Avenue Niagara Falls, NY 14301 VA CBOC Jamestown 608 West 3rd Street Jamestown, NY 14701 VA HBPC Jamestown 610 West 3rd Street Jamestown, NY 14701 VA CBOC Lackawanna 1234 Abbott Road Lackawanna, NY 14218 VA CBOC Olean 465 North Union Street Olean, NY 14760 VA CBOC Springville 15 Commerce Drive Springville, NY 14141 VA HBPC Springville 27 Franklin St., Suite 7 Springville, NY 14141 VA Day Treatment Center 2963 Main Street Buffalo, NY VA Healthcare for Homeless Program 1298 Main Street Buffalo, NY Approximate totals for no charge Totes to be provided by contractor: Buffalo VAMC- 30 each (approx. 64 Gal); 3 each (approx. 95 Gal.) Batavia VAMC- 2 each (approx. 64 Gal); no large totes. Bath VAMC - 75 each (approx. 64 Gal); 5 each (approx. 95 Gal.) Apple Tree - 3 (approx. 95 gal); no small totes. VA Day Treatment Center - approx. 64 Gal VA Healthcare for Homeless Program - approx. 64 Gal VA CBOC Niagara Falls - approx. 64 Gal VA CBOC Jamestown - approx. 64 Gal VA HBPC Jamestown - approx. 64 Gal VA CBOC Lackawanna - approx. 64 Gal VA CBOC Olean - approx. 64 Gal VA CBOC Springville - approx. 64 Gal VA HBPC Springville - approx. 64 Gal Stratton VAMC (Albany) requirement only: Contractor shall: Provide rental of one (1) 2yd. stationary compactor with 40 yd. receiving container. Provide rental of one (1) 30yd. open-top roll-off Provide hauling services for compactor and open-top containers at one to two (1-2) hauls per month for the compactor and one to two (1-2) haul per month for the metal open-top roll-off container. Provide the rental of the appropriate sized and necessary document destruction machinery (secure shredder) to the Albany VAMC. The machinery shall be able to accommodate paper clips, staples and fasteners within the machine. Accommodate Stratton VAMC destruction based upon: Existing Albany, VAMC recycling as follows: Approximately 65 Ton cardboard style destruction per year. Approximately 64.80 Ton shredding destruction per year. 3,060 yd. metal recycling per year. Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. The Contractor will be responsible for the coordination for staging areas and parking within the receiving area of the building. All work shall be completed during business hours Monday Friday, 8am 4:30pm. All federal holidays, excluded Stratton VAMC shall: Be responsible to place all cardboard (OCC) directly into the 2yd. x 40yd. stationary compactor. Be responsible to place all metal directly into the 30yd. open-top roll-off container. Be responsible to place all mixed paper (non-sensitive) and UBC items in clear plastic bags and place the bags into supplied Recovery plus Bins and placed in compactor as a vein. Use existing or VA provided 95 gallon, lockable totes to hold all sensitive Information. Require utilizing existing VA provided lockable bins to hold all sensitive information and shall have these bins available to all VA staff throughout the facility in designated locations. Collect all destructible materials and content and deliver to a pre-determined location at the Albany, VAMC and shall coordinate in determining a scheduled time and day of the week for pickup with contractor. Not be required to separate documents by color or grade of paper, nor remove paper clips, staples or and fasteners. The Contractor shall work with the COR to develop a manifest for all monthly recycling totals including but not limited to, pickup schedules, total weights of all recycled items and credits to be applied. Pickups shall be scheduled every other week as firm fixed locked-in price per pound/ton with optional additional pickups on an as needed basis requested by the Stratton VAMC. All recycling credits shall be applied to monthly invoices as a lump sum with itemized summaries of pounds recycled and credited to the monthly document destruction fees and container rental fees. Recoverable Materials: is the process by which materials that have been identified as materials to recover cardboard, scrap metal, non PPI/sensitive paper and co-mingled used beverage containers (glass, tin, plastic). Collection Methods: Cardboard shall be placed in the 2 yd. x 40yd. stationary compactor provided by Vendor complying with existing regulated VA guidelines. Metal shall be placed in a 30yd. open-top roll-off dumpster provided by Vendor complying with existing regulated VA guidelines. Mixed paper and UBC shall be placed in clear plastic bags and placed in a 2 yd. compactor as a vein. Secured document destructed items shall be placed in clear bags and placed in a 2 yd. compactor in a vein. Any applicable rebates for Cardboard, Scrap Metal and Secure Shred Mixed office paper shall be based upon best market conditions pricing. Facility Contractor Badge: Contractor shall complete background checks and receive identification badges prior to being allowed to service VA facilities. Badges must be worn at all times or contractor employee will be turned away. Services to locations where contractor failed to provide the required identification will be rescheduled immediately. At Apple tree Business Park Ring door bell and check in with Administrative Officer in Room 14. Document log of how many totes are leaving the facility at each site. Contractor shall check in at all CBOCs and HBPCs reception desk. Work Hours: Normal Business Hours are 7:00 am to 4:00 pm Monday through Friday. The Contractor shall provide a work schedule with a timeframe and preferred day of service (i.e. Tuesday August 7th, 2015 7:00 AM EST) to the COR or his/her designee a minimum of five days before the contract commencement date. The work schedule must be approved by the COR and the POC at each of the sites or his/her designee. Documentation: The Contractor shall maintain an excel spreadsheet or other acceptable spreadsheet software to provide weekly feedback to the VA on the types and amount of materials picked up from the specified VA locations. The Contractor shall provide an updated list monthly, or as requested, to the COR or designee, and provide a log with the number of totters removed from the facility at the end of each service. The final Certificate of Destruction will contain the following: date received, quantity, method of disposal, certify during the witnessed incineration the date/time of the burnout. 3. Quality Assurance and Quality Control The Government desires to maintain a quality standard in operating, and maintaining sensitive documentation for disposal and believes that a service contract is the best means of achieving that objective. The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. The Contractor and the COR have developed a Quality Assurance Surveillance Plan (QASP) that monitors work performance and management under this contract. A copy of these monitors shall be maintained by both parties. The Government will monitor the Contractor s performance for this requirement utilizing the terms in the QASP. Quarterly Meetings with COR: It is the COR s responsibility to develop a monthly schedule for activities based on the surveillance plan s requirements. This schedule will cover the times during which work is being performed or re-performed under the terms of this contract. The surveillance schedule will be monthly. The monthly schedule will be completed by the last workday of the preceding month and a copy will be submitted electronically to the Contracting Officer for information. The COR will routinely inspect containers on-site, and document the inspection. Unannounced inspections will be completed periodically with the privacy Officer and COR to ensure information within the containers are safeguarded at all times. 4. Security Requirements Final Destruction: Final destruction performed away from a VA facility must be performed in accordance with VA Information Security Program., and VA Directive 6371, Destruction of Temporary Paper Records. Final destruction shall be witnessed by the contractor employee. This destruction must be to the degree that the information contained on them is not readable and not re-constructible without extraordinary effort. If interim destruction is not carried out by VA employees, it must be carried out by an insured contractor who has contracted to provide sufficient reasonable safeguards to protect the records until final destruction has been completed. Methods of interim destruction carried out by a contractor must be witnessed by a Federal employee or, if authorized by the organization that created the records, a contractor employee may act as witness, and the written attestation shall be submitted to the organization that created the records. The contractor employee may be the vendor performing the interim destruction as long as a certification of destruction is provided to VA. Certifications of destruction must be maintained in accordance with applicable VA Records Control Schedules, and should only be accepted from data destruction or recycle vendors after final destruction has actually taken place. Use of Contractor's site and services may require management of Federal records. If the contractor holds Federal records, the contractor must manage Federal records in accordance with all applicable records management laws and regulations, including but not limited to the Federal Records Act (44 U.S.C. chapters 21, 29, 31& 33), and regulations of the National Archives and Records Administration (NARA) at 36 CFR Chapter XII Subchapter B). Managing the records includes, but is not limited to secure storage, retrievability, and proper disposition of all federal records including transfer of permanently valuable records to NARA in a format and manner acceptable to NARA at the time of transfer. The agency also remains responsible under the laws and regulations cited above for ensuring that applicable records management laws and regulations are complied with through the life and termination of the contract. Paper records are under the purview of the Privacy Officer and the Records Manager and disposition of such records must follow the official Records Control Schedule for each office. In accordance with VA Directive 6371, under 36 C.F.R 1228.58, and record management policy, all paper records to be disposed of that do not contain sensitive data must be sold as waste paper. However, if the records require special protection because they are deemed to contain VA sensitive information, the wastepaper contractor must be required to wet pulp, macerate, chop, shred, or otherwise definitively destroy the information contained in the records according to NIST SP 800-88 standards and VA 6500.1 Handbook. Paper documents must be shredded to 1 x 5mm if shredding is the end point in the destruction process. Disintegration is also an acceptable method of destruction, if the disintegrator device utilizes a 3/32 inch security screen. If a facility contracts with a company, language must be included in the contract to specify that information will be secured at every stage of the disposal process. 5. Period of Performance. Services are required to start on October 1, 2017 through September 30, 2018 with provision of four (4) option periods. 6. Contractor Personnel Security Requirements All contractor employees will require a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel. A. Position Sensitivity The position sensitivity has been designated as Low Risk for Document Destruction services. B. Background Investigation The level of background investigation commensurate with the required level of access is National Agency Check with Written Inquiries (NACI). 1. Contractor Responsibilities The contractor shall bear the expense of obtaining background investigations. If the Office of Personnel Management (OPM) conducts the investigation, the contractor shall reimburse VA within 30 days. If timely payment is not made within 30 days from date of bill for collection, then VA shall deduct the cost incurred from the contractors 1st month(s) invoice(s) for services rendered. All contractor and subcontractors employees are required to complete VA s Security Awareness and Privacy Training course annually either on-line or hard copy. TMS Course #10176. Contractor and subcontractors employees will provide a course certificate when completed. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. The contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within 15 days of receipt: Standard Form 85P, Questionnaire for Public Trust Positions Standard Form 85P-S, Supplemental Questionnaire for Selected Positions FD 258, U.S. Department of Justice Fingerprint Applicant Chart Optional Form 306, Declaration for Federal Employment The Contractor shall inform the contract employee that when filling out Standard Form 85, that there should be no gaps in employment history. Any gaps in employment history on Standard Form 85 may result in rejection of the documentation for investigation. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. The contractor awarded the contract will provide after contract award notification and prior to contract performance a listing of contractor personnel that will be performing services under the contract. The contractor shall be responsible to provide evidence to the Contracting Officer that investigations have been completed or in the process of being requested within 15 calendar days from receipt of award. Contracting Office Address: VISN 2 Network Contracting Office - Albany 20 Madison Ave Extension Albany, New York 12203 Place of Performance: Refer to Statement of Work (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24218Q9495 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. Terms of any express warranty Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.216-1 Type of Contract (April 1984) 52.233-2 Service of Protest (SEPT 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.233-70 Protest Content (JAN 2008) 852.233-71 Alternate Protest (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s proposal, and demonstration of the following sub-factors. Subfactor A Performance capability and Schedule The offeror s performance capability document shall include the following: A detailed statement of contractor s capability to perform the duties of this requirement. 2. Provide a proposed monthly schedule for service to all facilities. In this schedule, the contractor must propose when they will service the various facilities. This schedule will be based on a 40- hour work week. The days of operation are Monday through Friday. Subfactor B Management, Training, and Certification The offeror s Management, Training and certification document shall include the following: A management plan which shall include a proposed chain of command and point of contact for routine communication. A written quality control plan which includes procedures for mitigating deficiencies in service and proposed mechanisms for correcting for issues that may arise, per the attached Quality Control Surveillance Plan. Documentation of any and all driver field training, HIPPAA & Privacy training and NAID certifications held by document destruction technicians for the Prime Contract and any and all subcontractors. If certifications are not held then this must be stated. Subfactor C Proposed Team Provide proposed team, including all subcontractors and the duties which will be performed by the pertinent individuals. The Prime and each subcontractor named will need to sign a Business Associate Agreement (page 25 through 30 of this document.) Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. Past Performance: Offerors will be evaluated on their ability to perform the services successfully. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement toInform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-14, Limitations on Subcontracting (JAN 2017) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-54, Employment Eligibility Verification (OCT 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.224-3, Privacy Training (JAN 2017) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total small business set-aside combined synopsis/solicitation for Document Destruction Services at the Western NY Health Care System, Albany VA Medical Center, and Bath VA Medical Center and Recycling at the Albany VA Medical Center as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 PM EST, Friday August 3, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday July 30, 2018 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q9495/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9495 36C24218Q9495.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485872&FileName=36C24218Q9495-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485872&FileName=36C24218Q9495-000.docx
- File Name: 36C24218Q9495 Document Destruction Pricing Sheet.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485873&FileName=36C24218Q9495-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485873&FileName=36C24218Q9495-001.docx
- File Name: 36C24218Q9495 P09-QASP-VISN Doc Destruction.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485874&FileName=36C24218Q9495-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485874&FileName=36C24218Q9495-002.doc
- File Name: 36C24218Q9495 P07 WD Albany.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485876&FileName=36C24218Q9495-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485876&FileName=36C24218Q9495-003.pdf
- File Name: 36C24218Q9495 P07 WD Bath.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485877&FileName=36C24218Q9495-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485877&FileName=36C24218Q9495-004.pdf
- File Name: 36C24218Q9495 P07 WD Jamestown.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485878&FileName=36C24218Q9495-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485878&FileName=36C24218Q9495-005.pdf
- File Name: 36C24218Q9495 P07 WD Buffalo.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485879&FileName=36C24218Q9495-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485879&FileName=36C24218Q9495-006.pdf
- File Name: 36C24218Q9495 VA BAA Document Destruction.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485880&FileName=36C24218Q9495-007.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485880&FileName=36C24218Q9495-007.docx
- File Name: 36C24218Q9495 6371dir14.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485881&FileName=36C24218Q9495-008.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485881&FileName=36C24218Q9495-008.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9495 36C24218Q9495.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485872&FileName=36C24218Q9495-000.docx)
- Place of Performance
- Address: WNY HEALTHCARE SYSTEM, BATH VAMC, ALBANY VAMC;SEE SOW FOR ALL LOCATIONS;NY
- Zip Code: 12208
- Zip Code: 12208
- Record
- SN04993264-W 20180718/180716231101-bfef345cd48c67716f3b728077a75d1b (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 |