SOLICITATION NOTICE
S -- Bio-Hazardous and Medical Waste Chillicothe VAMC and Columbus VAACC (OHIO)
- Notice Date
- 12/3/2024 7:35:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0078
- Response Due
- 12/5/2024 10:30:00 AM
- Archive Date
- 02/03/2025
- Point of Contact
- Josh Kovar, Contracting Officer
- E-Mail Address
-
Joshua.Kovar@VA.gov
(Joshua.Kovar@VA.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- The purpose of this solicitation amendment is to re-open the solicitation, extend the deadline of the solicitation, and to update the Performance Work Statement. The deadline of the solicitation is hereby changed to 1:30 PM EST on 12/5/2024 via email to Joshua.Kovar@VA.gov. There was a missing statement that did not translate to the Performance Work Statement when posted to contract opportunities. It is highlighted below. Current Schedule is posted in the table below. All pickups during the new contract period are on an on-call basis. The following statement was added to the Performance Work Statement: Any changes to the time window must be coordinated with the Station POC to ensure coverage. Any vendor who wishes to revise their quote must send a new complete quote package (Administrative, Technical, Price) prior to the solicitation deadline. If you do not wish to revise your quote package an acknowledgement of this amendment must be transmitted to the Contracting Officer by the deadline. If the Government receives no updated quotes then any quotes received prior to this amendment will be evaluated as-is. ?.## PERFORMANCE WORK STATEMENT Biohazardous / Regulated Medical Waste / Infectious Waste Removal and Destruction Updated 10/28/2024 DESCRIPTION: Contractor provide all labor, equipment, and material necessary to provide for removal and disposal of Bio-Hazardous Waste, Regulated Medical Waste, and Infectious Waste, from the Chillicothe VA Medical Center and Columbus VA Ambulatory Care Center and all associated Community Based Outreach Clinics (CBOCs) as listed in this Performance Work Statement. ***NOTE: The Government reserves the right to add or remove any additional Medical Centers, CBOC s or other facilities to the contract as they become available. Furthermore, the Government reserves the right to add, increase, or decrease types of collected materials, frequencies of collections, or quantities to allow for fluctuations of client demand that are otherwise unknown at time of solicitation. The total contract value may increase up to 20% of the base award. The estimated base term of the contract will be for 12 Months with 4 possible option years, exercisable at the Governments discretion. Base: 1/01/2025 12/31/2025 OY1: 1/01/2026 12/31/2026 OY2: 1/01/2027 12/31/2027 OY3: 1/01/2028 12/31/2028 OY4: 1/01/2029 12/31/2029 GENERAL REQUIREMENTS: PICK-UP SCHEDULE: The contractor is fully responsible for the pickup and transport of all infectious waste to include chemotherapy waste. The current schedule is indicated in the table below. PICKUP DESIRED FOR CONTRACT: Chillicothe and Chalmers P. Wylie main facilities shall be picked up weekly. The estimated weight of all pickups for the main facilities is listed in the Price-Cost Schedule. CBOCs shall be picked up an on-call basis and can be requested by Facility POC s and onsite Nurse Managers or initiated by the vendor through calls and/or emails. The estimated number of containers is listed in the Price-Cost Schedule. A complete list of Facility POC and Nurse Managers shall be provided to the contractor during the requirement kick-off meeting. Any changes to any of the pickup day shall be coordinated with the facility POC with sufficient time to allow for adequate staffing coverage and/or dock status at the facility. The contractor shall monitor pickups at the CBOCs and make recommendations to increase or decrease frequency based upon actual usage. Any changes to pick-up frequencies shall be coordinated/approved with the facility POC prior to any changes in performance. Any changes to the time window must be coordinated with the Station POC to ensure coverage. Current Schedule is posted in the table below. All pickups during the new contract period are on an on-call basis. Facility Address Pickup Day Time Window CHILLICOTHE VA MEDICAL CENTER and SUPPORTED CBOCs Chillicothe VAMC 17273 St Rt. 104., Chillicothe, OH 45601 Weekly *Thursday 8AM 2:30 PM Athens CBOC 88 N. Plains Rd., The Plains, OH 45780 Bi-Weekly* *Wednesday 8AM - 1:30 PM Wilmington CBOC** 448 West Main St., Wilmington, OH 45177 Bi-Weekly* *Monday 8AM - 1:30 PM Southgate CBOC 2146 Southgate Pkwy., Cambridge, OH 43725 Bi-Weekly* *Fridays 8AM - 1:30 PM Lancaster CBOC 1703 N. Memorial Dr., Lancaster, OH 43130 Bi-Weekly* *Monday 8AM - 1:30 PM Portsmouth CBOC 4038 Rhodes Ave., New Boston, OH 45662 Bi-Weekly* *Tuesdays 8AM - 1:30 PM Marietta CBOC 27842 St. Rt. 7, Marietta, OH 45750 Bi-Weekly* *Fridays 8AM - 1:30 PM CHALMERS P. WYLIE VA AMBULATORY CARE CENTER AND SUPPORTED CBOCS Chalmers P. Wylie VAACC 420 North James Rd. Columbus, OH 43219 Weekly TBD 8AM - 1:30 PM Zanesville CBOC 2800 Maple Ave., Zanesville, OH 43071 Bi-Weekly* TBD 8AM - 1:30 PM Newark CBOC 1855 W. Main St., Newark, OH 43035 Bi-Weekly* TBD 8AM - 1:30 PM Marion CBOC*** 1203 Delaware Ave., Marion, OH 43302 Bi-Weekly* TBD 8AM - 1:30 PM Grove City CBOC 1955 Ohio Ave., Grove City, OH 43123 Bi-Weekly* TBD 8AM - 1:30 PM *Bi-Weekly pickups are every other week to a maximum quantity of 26 per year. **Wilmington CBOC is slated to move to a new location in CY 2025. ***Marion CBOC is slated to move to a new location in CY2025 No pick-up service is to be performed on Saturdays, Sundays and Holidays except with prior arrangement. The Eleven (11) holidays observed by the Federal Government are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January Washington s Birthday 3rd Monday in February Memorial Day last Monday in May Juneteenth National Independence Day June 19 Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 Or any other day specifically declared by the President of the United States to be a national holiday. Pickups scheduled on National holidays will be made on the next workday (business day) after the holiday. A full calendar year schedule for each location will be provided to Station POCs and the Contracting Officer at the start of every year, and changes will be provided with in the week of the changes. Excluding any facilities that are on a as needed basis. No changes shall be implemented without concurrence from the Station POC and Contracting Officer. 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. Each facility is responsible for ensuring the Bio-Medical Waste is transferred to the designated and secured collection and pick up site for the contractor. The term Bio-Medical Waste: as used herein, shall include only those wastes defined by the United States Environmental Protection Agency (USEPA) as infectious waste in its 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: 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. PATHOLOGICAL WASTES: Human pathological waste including tissues, organs body parts and body fluids that are removed during surgery or autopsy, or other medical procedures and specimens of body fluids and their containers. SHARPS WASTE: Needles, Syringes, Lancets, Infusion Needles, Connection Needles, glass or hardened plastic that can puncture the skin. 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. 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. 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. CYTOTOXIC WASTE, AND ANTINEOPLASTIC DRUGS: Trace quantities of cytotoxic medications are contained in such things as empty, used intravenous tubes, bags, or syringes or possibly in bandages or bedding materials used in patient care. These trace quantities shall be treated as regulated medical waste and placed in red bag containers by VA personnel. It is the responsibility of VA personnel to ensure that all bulk chemotoxic materials and other hazardous wastes are separated from biomedical waste and disposed of in accordance established procedures for such wastes. Any and all Chemotherapy waste is held onsite until it can be properly disposed of in accordance with Federal guidelines. PROVISIONS OF STORAGE CONTAINERS: The Contractor shall provide clean, disinfected, rigid plastic containers to the Government at each pickup of stored regulated waste. The Contractor will provide an adequate number of barrels/containers, (RED for Bio and YELLOW for Chemo) with chemotherapy and sharps labels. The Contractor may provide neutral (Grey/Black) containers as long as they provide labels that identify contents of the container. They will also provide cardboard boxes for bio that will not fit in the containers. The containers will be labeled with bio-hazardous logo or chemo symbol and have lockable/secured snug fitting lids. These containers are to be stackable. The Contractor shall provide the quality of containers as needed and will exchange a clean disinfected container for each filled container picked up. Whenever full containers are picked up at the hospital, a sufficient number of disinfected empty containers will be left in exchange. All containers shall be prominently labeled with the word BIOHAZARD and the international biohazard symbol. Hazardous waste will be packed, coded, labeled and manifested per USEPA, USDOT, and State of Ohio regulations, statutes, and codes. 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. Contractor shall provide replacement containers on an as needed/required basis at no cost. Current Plastic containers are 28 Gallon size (24 H x 17 W) with integral folding lids. Substitutions can be requested by the vendor as long as they are deemed acceptable by the station POC. Containers shall have the following key characteristics at a minimum. HEAVY-DUTY: Storage bin is a heavy-duty storage container used for storing and transporting items INTEGRAL LID: Preferable to mitigate lost or misplaced lids. SECURE LID: Lid snaps tight, keeping contents secure within STACKABLE STORAGE: Containers stack securely for efficient use of space HIGH STRENGTH RESIN: Constructed for high-density polyethylene resin for commercial grade strength Cardboard containers sized 24 H x 18 W are used for SHARPS program at many facilities. If the vendor wishes to substitute an alternative, reusable, solution they may indicate in their response and shall be approved by the station POC. In addition, some CBOCs where space is extremely limited may use other sizes of cardboard containers. Any plans to solely utilize cardboard containers must be approved by Station POC before setting up as a routine process. Contractor shall provide red BIO bags for all of the storage containers at no additional cost to the Government. The required par levels (See table below PAR Levels ) of bio bins may vary based on hospital demand. Anticipate fluctuations in par levels up to 20% of the existing par levels. In the event of increased demand, the Station POC will promptly notify the vendor to adjust supply accordingly. 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 conclusion of the contract. All storage containers and other necessary equipment remain the Contractor s property. Containers designated for bio waste transport must comply with both state and federal regulations. These containers are required to sustain their own weight, accommodate the bio waste within them, and allow stacking without posing safety concerns. Furthermore, they must be equipped with lids that securely latch shut. 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 Station POC or designee for approval. If, during the contract period, the Contractor changes products, the Contractor for all new products shall provide the same information. 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. TABLE OF PAR LEVELS: Location Par Level BIO BINS Par Level CHEMO (YELLOW BINS) PAR Level Cardboard* *If required Chillicothe VA Medical Center - Main Facility 50 *On call 20 Chillicothe CBOCs - (Athens, Wilmington, Southgate, Portsmouth, Marietta) 2 Each Location 0 2 Each Location Chillicothe CBOCs - (Lancaster only) 3 0 2 Chalmers P. Wylie VA Ambulatory Care Center - Main Facility 50 *On Call 30 Chalmers P. Wylie CBOCs - (Zanesville, Newark, Marion, Grove City) 0 0 4 Each Location 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. PICKUP REQUIREMENTS: 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. At the conclusion of each pick up visit, the Contractor shall provide to the Point of Contact, completed and dated documentation of how many filled storage containers were located for transport. This documentation will comply with all rules and regulations as set forth in EPA Resources Conservation and Recovery Act, Department of Transportation, and Ohio Department of Environmental Protection regulations, statutes, and codes. A completed USEPA/DOT Manifest shall be provided for each pick up from each site and shall be followed by a Certificate of Disposal (CD) stating total poundage destroyed, due at the end of the month. The certificate of destruction shall match weight destroyed to the volumes of medical waste for destruction documented upon pick up and transport of the waste. By the fifth (5th) workday of each month, the Contractor will provide to the Point of Contact at the site, weight tickets for all medical waste removed and destroyed for the previous month and a written certificate validating the destruction. These will be emailed or faxed to the respective station POC s indicated below in REPORTING section. The VA reserves the right to randomly inspect, or weigh completed collections on scales. This can include the accomplishment to VA employees with the contractor during pickup, in route to, and at the destruction site. Contractor/Employee Security and Identification: Contractor employees shall wear either name tags identifying the company and employee, or company provided uniforms containing the same information and must be able to communicate in English. TRANSPORTATION: 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. Contractor shall acquire and maintain all appropriate DOT hazardous waste transportation permits. Vehicles must be in compliance with all Federal and State requirements and be maintained in a clean and sanitary condition. Vehicles will be equipped with Federal and State mandated spill kits. 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. Driver/Technicians must be properly trained in the operations of handling and hauling regulated medical waste and OSHA requirements for Universal Precautions. 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. Contractor will provide 96-hour sustainability back up contingency plan. Contractor will provide a desktop drill once a year at the site for the contingency plan. The Contractor shall have in place an approved Operation and Safety Plan with documentation of employee training and a copy in every transport vehicle. The proper and safe operation of the regulated (infectious) waste collection vehicle. The standards and safety precautions for collecting. The approval means of transport. A description of the characteristics and hazards of infectious waste. The procedures to follow in the event a person is contaminated by infectious waste. The procedures to follow in the event of a spillage or release of infectious waste including but not limited to clean up and disinfection of contaminated surfaces. The procedures to follow in the event that a load of infectious waste becomes hot, burning and/or reactive. The procedures to follow in the event of unauthorized waste material are deposited in the collection containers for infectious waste. The procedures to follow to complete the manifest and to maintain other records requires under any ordinance or under federal regulation and The procedure to follow to properly disinfect the infectious waste collection vehicle. Procedures to mitigate releases of hazardous materials/waste and notifications to authorities as required under federal, state, and local laws, statutes, and codes. WEIGHING SYSTEM: Contractor will provide a certificate weighing system to enable proper billing for waste poundage disposed, i.e. if the disposal container weighs 14 pounds and Contractor is to dispose/haul 10 containers would be weighed and container total weight (140 pounds) is subtracted from the gross weight to determine NET total waste poundage to be paid. PERMITS: Contractor must obtain all necessary permits and/or licenses regarding the pickup and disposal of contaminated medical waste and storage as regulated by state and federal EPA guidelines for bio-hazardous medical waste. Contractor must obtain all necessary permits and/or licenses regarding the packaging, pick up, transport, storage, and disposal of RCRA Listed hazardous waste regulated by USEPA, USDOT, State of Ohio, other states, and local governments. The contractor/transporter agrees to hold the Government faultless for any negligence of contractor/transporter or his/her employees who may wholly or individually be liable for improper disposal during the performance of this contract. TREATMENT OF REGULATED MEDICAL WASTE: The Contractor is fully responsible for destruction and disposal of all regulated medical (bio-hazardous) and chemotherapy waste generated by the Chillicothe VA. All regulated medical waste (bio-hazardous), Chemotherapy, waste residues, absorbents, and PPE, etc. waste is to be destroyed in accordance with all local, state, federal and EPA laws and regulations. The Contractor is individually and solely responsible for complying with all government regulation regarding regulated medical waste. The Contractor is fully responsible for transport, storage, and disposal (TSD) of all regulated hazardous waste. These wastes are to be destroyed at only approved sites and in accordance with all USEPA, state, and local regulations, statutes, and codes. Disposal of destroyed regulated medical waste (bio-hazardous), chemotherapy waste shall be only at an approved disposal site as required by the local and state government authority having jurisdiction. Waste must be treated by the Ohio Environmental Protection Agency (OEPA) approved methods within the time frame allotted by OEPA. 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. Contractor shall keep and supply records of all of regulated waste per the Reporting section below. Contractor shall provide copies to each Medical Center or Ambulatory Care Center on a Monthly Basis. All Reporting shall be received by the fifth business day of the following month of performance. 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 shall disinfect and destroy all regulated medical waste in one of two methods: a. Autoclave and shred/compact all regulated medical waste. The autoclave process must be proven sufficient to make all waste safe to dispose in a licensed landfill. The shredding/compacting process must be sufficient to destroy any potential identifiable information in order to ensure adequate security of patient information in accordance with industry standards. OR (Please see Note 5.1 Below). b. 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. 5.1. Autoclave and shred/compact is the preferred method for any Hazardous Waste Destruction. If there are any items that cannot be destroyed via Autoclave/shred/compact the vendor must reach out to the station POC for further guidance. In the event a contractor chooses the autoclave/shred/compact approach there must be a contingency plan for dealing with ball joints, body parts, and other infectious wastes which cannot be autoclaved and shred. Specifically, a contractor shall provide a detailed plan to address this issue as part of their proposal. Contractor shall maintain all updates with any approved coordinated changes with EMS personnel. REPORTING: Contractor shall provide legible, accurate, and compliant certificates of treatment and destruction of all regular medical waste, sharps, and chemo to the Station POCs listed below. Contractor shall provide USEPA/DOT approved Manifests and ultimately Certificates of Destructions (CD) for each and all shipments of RCRA Listed hazardous waste. Legible, accurate, and compliant copies with be submitted to Chief, EMS, and a copy to the CO. Contractor is responsible for providing all documentation for waste stream analysis, proof of insurance, copies of applicable permits, licenses as required by local, state and federal EPA and DOT guidelines or hazardous waste regulations. Chillicothe VA Reports shall be sent to: Provided at time of contract award. Chalmers P. Wylie VA Reports shall be sent to: Provided at time of contract award. All reports for this requirement shall be separated I.e., Chillicothe VAMC and supported CBOCs shall be separate from Chalmers P. Wylie VAACC and supported CBOCs. Reporting shall include the following information for ALL items at a minimum. Reports shall be sent to the Site POC s monthly and shall be delivered by the 5th business day of performance (i.e., January 2025 reporting shall be submitted to Site POC s no later than 2/7/2025). Date of Pickup Pickup Location (Main Facility, Clinic, or CBOC (Must be identified)) Waste Stream / Contract CLIN/SLIN (BIO/RMW or PATH) these must be separated or identified by type. Number of Containers Picked up. NET-Weight of waste from Containers Date of Destruction Method of Destruction CONTINGENCY PLAN: Contractor shall provide a detailed contingency plan to take effect during any disaster which interrupts service as outlined above. RATES: Contractor will provide firm-fixed price rates for each designated period. No pass-through costs due to disposal, fuel, or host site increases will be passed on to the Government. All Pickup, Delivery, or container rental fees for this contract shall be included in either the Per Container rate or the per pound rate charged to the Government. Main Facilities are to be charged for actual weights of collected material(s). CBOCs shall be invoiced at the per container rate. INVOICES: INVOICING: Payment shall be made monthly in arrears upon receipt of a properly prepared detailed invoice and validated by the Station POC. Invoices must be sent electronically through VA Tungsten Network Portal. https://www.tungsten-network.com/customer-campaigns/veteransaffairs/ ALL Invoices shall be delivered to Tungsten Network by the 5th business day of the next period of performance (i.e., January 2025 invoice shall be submitted to Tungsten Network no later than 2/7/2025). A PROPERLY PREPARED INVOICE SHALL CONTAIN: Invoice Number and Date services were provided Contract Number Contractor s Name and Address Accurate Purchase Order Number CLIN & Date of service/period of supply Description of Supply or Service provided Broken Down by waste stream either RMW or BIO/PATH Total amount due PAYMENTS: Payments will be made monthly in arrears in accordance with FAR Clause 52.232.25, Prompt Payment Act. Payments will be based on the rates established during the solicitation phase, provided the requirements listed in the price-cost schedule are fully met. Contractor must include contract number, purchase order number, applicable CLIN/SLINs, 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: CHILLICOTHE VA MEDICAL CENTER and SUPPORTED CBOCs Chillicothe VAMC 17273 St Rt. 104., Chillicothe, OH 45601 Athens CBOC 88 N. Plains Rd., The Plains, OH 45780 Wilmington CBOC** 448 West Main St., Wilmington, OH 45177 Southgate CBOC 2146 Southgate Pkwy., Cambridge, OH 43725 Lancaster CBOC 1703 N. Memorial Dr., Lancaster, OH 43130 Portsmouth CBOC 4038 Rhodes Ave., New Boston, OH 45662 Marietta CBOC 27842 St. Rt. 7, Marietta, OH 45750 CHALMERS P. WYLIE VA AMBULATORY CARE CENTER AND SUPPORTED CBOCS Chalmers P. Wylie VAACC 420 North James Rd. Columbus, OH 43219 Zanesville CBOC 2800 Maple Ave., Zanesville, OH 43071 Newark CBOC 1855 W. Main St., Newark, OH 43035 Marion CBOC*** 1203 Delaware Ave., Marion, OH 43302 Grove City CBOC 1955 Ohio Ave., Grove City, OH 43123 **Wilmington CBOC is slated to move to a new location in CY 2025. ***Marion CBOC is slated to move to a new location in CY2025 QUALITY CONTROL AND QUALITY ASSURANCE FOR CONTRACT SERVICE: The contractor shall be responsible for effective implementation of their Quality Control Program, and shall be responsive to the requirements of the Government s Quality Assurance Plan conducted by the Station POC. Quality Control. The contractor shall have a Quality Control program to assure that the requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control Program shall be submitted for approval by the Station POC. Subsequent changes to the approved Quality Control Program must also be reviewed and approved by the Station POC. with final approval by the Contracting officer. The program shall include, but not be limited to the following. An inspection system covering the performance indicators given in the Quality Assurance/Performance Requirements table below. A method for identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. A file of all quality control inspections inspection results, and any corrective action required shall be maintained by the Contractor throughout the duration of this contract. This file shall be the property of the Government and shall be available to the Station POC. during normal working hours. The file shall be turned over to the Government within 14 days of completion of termination of the contract. QASP: A (Quality Assurance Surveillance Plan (QASP) has been developed for in-house operations or to implement a service contract. It is designed to aid the Government in providing effective and systematic surveillance of all aspects of document and media destruction. This plan provides for monitoring all contract requirements through a combination of methods. These are: Check in at all locations using hospital tracking system were applicable. Furnishing reports including pick up data. Random observation Client/Customer Complaints Surveillance Activity Checklist The contractor is required to conduct a check-in process upon arrival at all designated locations. This procedure shall be executed using the hospital tracking system, where applicable. QR Codes, accessible at entry points and front desks or can be provided by point of contact (POC). This must be utilized by the contractor to gain access to the app. The App will capture and record details such as time, date, and location upon check-in. Additionally, the contractor is obligated to input details regarding the services provided into the available slots within the app. The contractor shall be responsible for furnishing comprehensive details regarding waste pick-up including but not limited to schedules, types of waste accepted, and quantities in the form of a monthly reports. This information will be delivered via email to identified Government officials in the role of Station POC., and the GEMs coordinator. Alternate POC or To BE PROVIDED AT TIME OF CONTRACT AWARD if Station POC is not available. This data is required to be submitted simultaneously with the invoicing for the preceding month. The QA...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5fff18bd11234014a27e888d6dd75dc7/view)
- Place of Performance
- Address: Various VA Medical Facilities and CBOCs Please see PWS for Facility Information, USA
- Country: USA
- Country: USA
- Record
- SN07279950-F 20241205/241203230213 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |